Advertisement Tenders

Advertisement Tenders

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: *****see Piee Notice***** table Of Contents 1. General 1.1 General Overview Of Procurement Process 1.2 General Overview Of Contract 2. Basis For Award 3. Bid Requirements 3.1 Pre-bid Conference And Site Visit 3.2 Bid Submission Instructions 3.3 Pre-bid Inquiries (ppis) 4. Attachments: May Be Located On The Contract Opportunities attachment 1 – Appendix B Statement Of Work attachment 2 – Pre-proposal Inquiry (ppi) Form attachment 3 – Excavation And Handling Of Contaminated Material attachment 4 – Supplementary Instructions For Paving Idiq attachment 5 – Activity Hazard Analysis attachment 6 – Machinery And Mobile Equipment List attachment 7 – Contractor Production Report attachment 8 – Navfac Initial Mishap Notice Form attachment 9 – Contractor Bid Sheet Elins attachment 10 – Piee Vendor Access Instructions _______________________________________________________________________________ general 1.1 General Overview Of Procurement Process procurement Method: This Acquisition Will Be Advertised Utilizing Far Part 14 – Sealed Bidding Resulting In A Firm Fixed Price (ffp) Contract For Construction Services. competition Requirements: This Solicitation Is Being Solicited As A Competitive, 8(a) Set-aside. naics: The Appropriate Naics Code For This Procurement Is 237310 – Highway, Street, And Bridge Construction, And The Small Business Size Standard Is $45,000,000. magnitude Of Construction: In Accordance With Far 36.204 (g), The Total Estimated Magnitude Of Construction For This Contract (base Period Plus Option Years) Is Between $5,000,000 And $10,000,000. 1.2 General Overview Of Contract contract Title: Indefinite Delivery Indefinite Quantity Contract For Miscellaneous Paving Maintenance And Repair Contract, Nsa Mechanicsburg /nsa Philadelphia Sites work Order # 1808625 – Provided Via Attachment 1 description: This Is A Regional Indefinite Delivery / Indefinite Quantity (idiq) Contract To Provide Paving, Curbs, Slabs, Striping, Repair, Excavation, Paving Sweeping, And Snow Removal Work Located Within The Area Of Responsibility Of Navfacv Mid-atlantic, Public Works Department pennsylvania, Facilities Engineering And Acquisition Division Sites. types Of Work To Be Included In This Contract Are As Follows, But Are Not Limited To: Excavation and Removal Or Replacement Of Deteriorated Paved Surfaces; Construction Of New Stone And Bituminous Surfaces; Overlay Of Existing Ramp Slabs And Surfaces; Spot Patching Of Existing Bituminous Paving; Stabilization Of Shoulders And Application Of Bituminous Tack Coat, Surface Treatment, And Sealing Of Cracks; Removal Or Replacement Of Concrete Curbs, Sidewalks, Ramps, Windowsills, Floors, Walls, Block, Bricks And Bituminous Surface Areas; Saw Cutting Of Asphalt And Concrete, Resetting Manholes And Catch Basins, Resetting Curbing, And, Wheel Stops; Crack And Joint Repairs; Street Marking Of Driving Surfaces Which, Are To Be Thoroughly Cleaned Of Dust, Dirt, And Other Granular Debris; Removal Of Existing Paint, And Other Coatings Adhering To The Surface; Application Of Sod And Seeding, Or Reseeding As Required; Disposal Of All Removed Materials Off Government Property; Snow Removal To Locations On-base As Needed; And Engineering Drawings And Specifications. term Of The Contract: The Duration Of The Contract Will Be For A Five (5) Year Ordering Period From The Date Of Contract Award. The Total Five-year Ordering Period Includes A Base Period And Four 12-month Option Periods Not To Exceed Sixty (60) Months From The Date Of Contract Award. Refer To Section 00 70 00 – Conditions Of The Contract, Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000). minimum Guarantee: The Government Will Issue A Minimum Guarantee In The Amount Of $5,000.00 To The Successful Offeror Via Task Order. The Minimum Guarantee Covers The Full Term Of The Contract To Include All Option Years. construction Wage Requirements: General Wage Determinations Covering The Areas Of Responsibility Are Included In This Solicitation. The Most Current Wage Decision Will Be Incorporated Into The Contract At The Time Each Option Is Exercised. Refer To Section 00 73 00 Of The Solicitation. indefinite Quantity Individual Contract Line Item Quantities: Once The Estimated Quantities For Individual Line Items Shown In The Schedule Have Been Ordered, Additional Quantities May Be Ordered As Long As The Overall Not-to-exceed (nte) Amount Of The Contract Per Year Is Not Exceeded And The Contractor Agrees By Signing The Task Order. basis For Award evaluation Of Bids: Award Will Be Made To The Responsible Bidder Whose Bid, Conforming To The Invitation For Bid Requirements, Will Be Most Advantageous To The Government, Considering Only Price And Price Related Factors Included In The Invitation For Bid. Bidders Shall Submit A Lump Sum Price For Section 001000 -solicitation, Clin 0001 (base Year), Clin 0002 (option Year 1), Clin 0003 (option Year 2), Clin 0004 (option Year 3), Clin 0005 (option Year 4) And Unit Prices For Elins A001-a099, B001-b099, C001-c099, D001-d099, And E001-e099 For Each Clin. For Purposes Of Evaluating Bids For Award, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. Refer To Section 00 21 13, Far 52.217-5 Evaluation Of Options (jul 1990). 3. Bid Requirements 3.1 Pre-bid Conference And Site Visit: A Site Visit Is Not Anticipated For This Procurement. 3.2 Bid Submission Instructions: the Bidder Shall Submit One Electronic Bid With The Following: cover Page With Solicitation Number, Solicitation Title, Offeror Name, Address, Phone Number, Fax Number, Unique Entity Identifier (uei), Employer Identification Number (ein), Cage Code, Point Of Contact (poc), Poc Title, Poc Phone Number, And Poc Email Address; completed Sf 1442 Signed With All Amendments Acknowledged; exhibit Line Items (elins), Excel Spreadsheet (electric Copy) A001-e099 For Each Clin. solicitation Contract Form Clins 0001, 0002, 0003, 0004, 0005 (base And All Option Years). copy Of Representation And Certifications And Proof Of Registration In System For Award Management (sam); confirmation Of Filing Of Veterans’ Employment And Training (vets) Vets-4212 For The 2022/2023 Filing Cycle; bid Guarantee In Accordance With Far Clause 52.228-1, Bid Guarantee; And responsibility Determination Information (see Below). responsibility Determination Information - In Order To Be Eligible For Award, The Bidder Must Be Determined Responsible In Accordance With Far Part 9, Specifically 9.104-1, General Standards. The Bidder Shall Provide The Following Information In The Bid Package, Which Will Not Be Provided To The Public For Inspection: identification Of The Contractor’s Personnel And Management To Be Used On This Contract. the Contractor’s Technical And Management Plans, Including A Schedule For Performing Required Services. description Of Contractor’s Facilities And Equipment. summary Of The Contractor’s Experience In Performing Work Of The Type Required By This Specification. one (1) Signed Bank Reference Demonstrating Adequate Financial Resources. If Offeror’s Firm Has A Line Of Credit – Provide Information On How Many Figures Offeror Can Borrow Against The Line Of Credit (i.e. Medium 6 Figures – Exact Line Of Credit Is Not Required). the Latest Three Complete Fiscal Year Financial Statements For The Prime Contractor, Certified By An Independent Accounting Firm, If Practicable, Or Signed By An Authorized Officer Of The Organization. Submit Evidence Of Availability Of Working/operating Capital, Which Will Be Used For The Performance Of The Resultant Contract. For Joint Venture Arrangements, Submit The Latest Three Complete Fiscal Year Financial Statements For Each Company In The Joint Venture And Discuss The Financial Responsibilities Among The Companies. The Government May Also Utilize Dun & Bradstreet Reports To Evaluate The Financial Capacity Of The Offeror. other Work Presently Under Contract And Their Period Of Performance. prior Contracts For Similar Work Of Similar Magnitude, And The Names, Addresses And Telephone Numbers Of Individuals With The Organization Issuing The Contract Who May Be Contacted For Information Concerning The Contractor’s Performance. although Required To Be Submitted With The Bid Package, This Information Will Not Be Evaluated As Part Of The Sealed Bid Evaluation. This Information Forms The Basis Of Your Firm’s Responsibility Determination Should Your Firm Be The Apparent Low Bidder. Packages Will Not Be Returned, But Shall Be Destroyed By The Contracting Officer. No Certificate Of Destruction Will Be Issued. the Offeror’s Bid Must Include All Data And Information Required And Must Be Submitted In Accordance With These Instructions. The Offeror Shall Be Compliant With The Requirements As Stated Herein, For Non-conformance May Result In Rejection Of Individual Bids. electronic Submission Via Piee offerors Shall Submit An Electronic Bid (.pdf Format) In Response To This Solicitation. Only The Piee Solicitation Module Is Authorized For The Submission Of Electronic Proposals In Response To This Solicitation. Electronic Proposal Submissions Should Be No Larger Than 1.9 Gb Per File. Offerors Shall Ensure That The Government Has Received The Electronic Proposal Prior To The Date And Time Specified. Piee Solicitation Vendor Access Instructions Are Provided Via Attachment 3. Emailed Submissions Will Not Be Accepted. Submissions Must Be Correctly Linked To The Subject Solicitation Number Within The Piee Module. Submissions That Are Incorrectly Linked May Not Be Considered. Upon Successful Submission Of Bid Through Piee, The Offeror Should Receive An Email Confirmation. Please Keep This For Your Records. offerors Shall Allow Adequate Time To Upload Files Which May Be Slower For Non-dod Users And To Avoid Other Technical Difficulties That May Be Encountered. Offerors Are Also Responsible For Submitting Files In The Format Specified And Consistent With Requirements Stated Elsewhere In This Solicitation. Files That Cannot Be Opened, Or Are Otherwise Missing The Required Content Are The Responsibility Of The Offeror. It Is The Sole Responsibility Of The Offeror To Obtain The Ifb Files, Along With Any Amendments, From Opportunities (https://piee.eb.mil And Https://www.sam.gov). piee System Will Record The Date And Time Of Package Submittal. The Date And Time Of Package Submittal Recorded In Piee Shall Govern The Timeliness Of Any Bid Submission. Late Bids Will Not Be Considered. bids Submitted In Response To This Request Must Be Received No Later Than The Date And Time Specified In Block 13a Of The Sf1442. Bids Not Received By The Time And Date Specified Shall Be Treated In Accordance With Far 52.214-7 “late Submissions, Modifications, And Withdrawals Of Bids”. contractor Evaluation Performance Reporting (cpar) contractor’s Performance Will Be Evaluated Using The Respective Contractor Performance Evaluation Report Entry System Located On The Website Http://www.cpars.gov. Prior To Commencement Of Work The Contractor Is Required To Provide The Government With The Name, Phone Number And E-mail Address Of The “contractor’s Representative” That Will Be Responsible For Receipt And Review Of Draft Performance Evaluations Prepared By The Government In The Appropriate System. It Is The Contractor’s Responsibility To Keep This Contact Information Current. utilities For Construction And Testing: The Contractor Shall Be Responsible For Obtaining, Either From Available Government Sources Or Local Utility Companies, All Utilities Required For Construction And Testing. The Contractor Shall Provide These Utilities At Their Expense, Paid For At The Current Utility Rate Delivered To The Job Site. The Contractor Shall Provide And Maintain All Temporary Utility Connections And Distribution Lines, And All Meters Required To Measure The Amount Of Each Utility Used. whole Dollar Pricing: Bids Will Be Rounded Down To The Nearest Whole Dollar For Evaluation And Subsequent Award Purposes. If After Rounding Takes Place There Are Multiple Identical Low Bidders, Far 14.408-6 Shall Apply. payment Instructions: Refer To Section 00 73 00 Of The Solicitation For Payment Instructions. bonding Requirements: A Bid Guarantee Is Required; Payment And Performance Bonds Are Required; The Contractor Will Submit Performance And Payment Bonds For Each Task Order Awarded Over $150,000.00. the Contractor Shall Submit Alternate Payment Protection For Task Orders Awarded From $35,000.00 - $150,000.00 In Accordance With Far 52.228-13, Alternate Payment Protection. for Task Orders Under $35,000.00, No Bonding Is Required. bidders Should Account For This Cost In Their Unit Prices. 3.3 Pre-bid Inquiries (ppis): All Inquiries Must Be Submitted In Writing And Received By The Contract Specialist Fourteen (14) Calendar Days Prior To The Solicitation Closing Date In Order To Permit Adequate Time To Reply To The Inquiry. There Is No Guarantee That Ppi’s Submitted After The Cut-off Date Will Be Answered Before The Solicitation Closes. submit All Inquiries To Erik Cole At Erik.w.cole2.civ@us.navy.mil. Use Of “attachment 4 Pre-proposal Inquiry Form” Template Is Required. The Ppi Form Template (attachment 2) Can Be Found On Https://piee.eb.mil And Https://www.sam.gov. Please Include The Solicitation Number And Title In The Subject Line Of The Email When Submitting Ppis. *****see Piee Notice*****

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Description: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 16 Of 16 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 16 subject* 96-well Qpcr | Research general Information contracting Office S Zip Code* 80111 solicitation Number* 36c25924q0796 response Date/time/zone 12-26-2024 15:00 Mountain Time, Denver, Usa archive 30 Days After The Response Date recovery Act Funds n set-aside sdvosbc product Service Code* 6630 naics Code* 334516 contracting Office Address department Of Veterans Affairs network Contracting Office nco 19 6162 South Willow Drive, Suite 300 greenwood Village Co 80111 point Of Contact* contracting Specialist eric Ayers eric.ayers@va.gov 801-582-1565 X1808 place Of Performance address george E. Wahlen Va Medical Center bldg 7, Warehouse attn: Liz Weld 500 Foothill Drive salt Lake City Utah postal Code 84148 country usa additional Information agency S Url url Description agency Contact S Email Address email Description description request For Quote (rfq) #: 96-well Qpcr System this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Make No Award From This Solicitation. ** The Deadline For All Questions Is 3:00pm Mst, 01/16/2024. all Questions Must Be Submitted In Writing No Later Than The Question Cut-off Date Marked Above. All Questions Will Be Answered Officially Through An Amendment To The Solicitation. *** Quotes Are To Be Provided To Eric.ayers@va.gov No Later Than 3:00pm Mst, 01/20/2024. quotes Shall Not Be Hand Carried. Faxed Quotes Shall Not Be Accepted. Emailed Quotes Are The Only Method Of Submitted Quotes (4mb Email Limit). The Government Reserves The Right To Make Award Solely On Initial Quotes Received. Offerors Bear The Burden Of Ensuring That All Portions Of The Offer (and Any Authorized Amendments) Reach The Designated Office Before The Deadline Specified In The Solicitation. This Rfq Shall Be Completed In Its Entirety, And Signed And Dated, Failure Shall Not Be Considered For Award. this Is A Request For Quote (rfq) And The Solicitation Number Is 36c25924q0796. The Government Anticipates Awarding A Firm-fixed Price Contract Resulting From This Solicitation. this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05 Effective April 22, 2024. the North American Industrial Classification System (naics) Code For This Procurement Is 334516 With A Small Business Size Standard Of 1,000 Employees. This Solicitation Is A 100% Set-aside For Sdvosb Concerns. list Of Line Items; line Item description quantity unit Of Measure unit Price total Price 0001 cfx Opus 96 Real-time Pcr System 96-well, 5-color Fret, Network-connection Real-time Pcr Detection System, Includes Cfx Opus 96 Base Unit, Cables. 1 ea $ $ 0002 cfx Opus Wi-fi Adapter, North America & Others wi-fi Antenna Enables Wi-fi Connection For Cfs Opus In North America 1 ea 0003 cfx Maestro Software 2.3 For windows Pc 1 License, Cfx Maestro 2.3, Software For Real-time Pcr Plate Setup, Data Collection, Statistics, And Graphing Of results; For Windows Pcs 1 ea 0004 cfx Maestro Software, Mac Edition mac Edition Of Cfx Maestro Software For Real-time Pcr Plate Setup, Data Analysis, Statistics And Graphing Of Results 1 ea 0005 this Service belongs To instrument: 12011319 enp Cfx Opus Pcr Mi cfx Opus, Cfx Opus Dw Or Cfx opus Dx, 1 Yr Full Mail In extended Cover Service Plan. unlimited Repair Inclusive Of Shipping, parts And Labor. Computer Not Covered. Includes Thermal Cycler And Optical Reaction Module. Pm Not Included. 1 jb grand Total $ statement Of Work Contracting Officer S Representative (cor) cor Name: liz Weld va Name: 660- George E. Wahlen Vamc va Address: 500 S Foothill Dr., Slc, Ut 84148 e-mail Address: elizabeth.weld@va.gov solicitation Class open Market- Sdvosb contract Title: Qpcr System background: The Drakos Lab Requires The 96 Well Real Time Pcr System To Quantitatively Measure The Transcripts Of Multiple Genes At Various Steps Of The Experiments. This Will Aid To Understand The Mechanism And Gene Regulation Mediated By Fibroblast At Different Signaling Processes Of Fibrosis And Cardiac Remodeling Initiated Through Aebp1 Mechanism. The Va Funded Project Number Is I01bx006306-01: Understanding Myocardial Recovery In Diabetes And Heart Failure (cara-003-20s). the Cfx Opus 96 Dx Real-time Pcr System Provides A Robust And Reliable Open Platform For Development And Performance Of In Vitro Diagnostic Assays. The Enhanced Thermal Performance Ensures Consistent Data From Well To Well. When Used With The Cfx Maestro Dx Se Software For Security And Traceability, The Integrity Of Patient Results Is Ensured. scope: 96-well Real-time Pcr System With Repair And Maintenance Plan For One Year. cfx Opus 96 Real-time Pcr System: 96-well, 5-color Plus Fret, Network-connected Real-time Pcr Detection System, Includes Cfx Opus 96 Base Unit And Cables. cfx Maestro Software 2.3 For Windows Pc: 1 License Of Software For Pcr Plate Setup, Data Collection, Statistics, And Graphing Of Results; For Windows Pcs cfx Opus Wi-fi Adapter, North America: Wi-fi Antenna Enables Wi-fi Connection For Cfx Opus In North American And Other Specific Countries cfx Maestro Software, Mac Edition: Mac Edition Of Cfx Maestro Software For Real-time Pcr Plate Setup, Data Analysis, Statistics, And Graphing Of Results. enp Cfx Opus Pcr Mi Cfx Opus< Cfx Opus Dq Or Cfx Opus Dx, 1 Yr Full Mail In: Extended Service Plan For Unlimited Repair Inclusive Of Shipping, Parts And Labor. Includes Thermal Cycler And Optical Reaction Modules. view, Sign, Save, And Print An Audit Report With Cfx Maestro Dx Se Software control Access To Protocols And Run Files On The Instrument With User Management Through Use Of Username And Password. email Your Completed Run. save Protocols And Completed Runs In A Network Folder. create New Real-time Pcr Protocols Or Easily Modify Existing Protocols. set Up Unique Usernames, With Optional Passwords, To Easily Organize And Find Your Protocols And Experiments. assists With U.s. Fda 21 Cfr Part 11 Regulations Using Cfx Maestro Dx Se Software Security, Audit, And Electronic Signature Capabilities. technical Specifications: contract Type: This Is One-time Buy, Fixed Cost Contract Request For Equipment, Software, And A One-year Service Plan. period Of Performance: Base Year, Effective The Date Of Award. place Of Performance: 500 S Foothill Dr. building 2- Drakos Lab salt Lake City, Ut 84148 government And Contractor Responsibilities 7.1. Contractor Responsibility 7.1.1. Contractor Shall Furnish Personnel, Supervision, Industry Documentation, Professional Expertise, Tools, Materials, Equipment, And Quality Control To Complete The Mandatory Tasks And Deliverables Of This Sow. 7.1.2. The Items Necessary To Perform Work As Required Under This Contract Shall Be Furnished, Maintained, And Operated By The Contractor And Shall Be Consistent And Fully Compliant With All Applicable Vha, Osha, Asme, Nfpa, Federal, State, County, City Laws, Ordinances, And Regulations. 7.1.3. All Equipment, Tools, And Devices Used As Measuring And Test Equipment Shall Have Traceability For Valid Calibration To An Accredited Standard. Calibration Traceability Documentation Shall Be Provided To The Cor Upon Request. 7.1.4. The Contractor And Contractor Personnel Shall Be Responsible For The Cost Repair Or Replacement Of Any Damage To The Va Medical Center Structure Or Equipment Caused By The Contractor Or Key Personnel. 7.2. Government Responsibility the Cor Shall Provide Any Relevant Documentation Regarding The Work As Required Under This Sow. Additional Documentation May Be Available At The Request Of The Contractor. formal Acceptance Or Rejection Of Deliverables 8.1 Contractor Shall Provide Detailed Service Report To Within 10 Business Days after Performance Of Service. The Va Shall Have 3 Business Days To Review The Report And Provide Comments. The Contractor Shall Have 5 Business Days To Incorporate Comments. 8.2 If Deficiencies Were Discovered Not Covered By This Service Contract, Contractor shall Provide A Written (email) Detailed Description Of Deficiencies Discovered And A Proposal To Correct The Deficiency, Including A Description Of The Work And Cost. The Va Shall Have 10 Business Days To Review The Proposal Before Accepting Or Declining The Offered Correction. Acceptance Of The Correction Will Be In The Form Of A Modification To This Contract. Quality Standards For Deliverables - Performance Measures All Components Shall Be Delivered Free From Defect And Damage. all Components Delivered Shall Meet The Manufacturer S Requirement As Approved Replacements. all Parts And Labor Shall Carry A Minimum Of One (1) Year Replacement Warranty. all Service Trips Are Schedule And Completed Per Requirements Of This Sow. delivery And Acceptance Shall Be F.o.b Destination (far 52.247-34) At The Veterans Affairs Medical Center, Located: george E. Wahlen Va Medical Center building 7 - Warehouse 500 Foothill Blvd salt Lake City, Ut 84148 52.212-1, Instructions To Offerors--commercial Items Applies To This Acquisition addendum To Far 52.212-1 Instructions To Offerors Commercial gray Market Items Are Original Equipment Manufacturer S (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts) For Va Medical Centers.â  No Remanufactures Or Gray Market Items Will Be Acceptable. offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem.â  All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. the Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract.â  Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. state If Quoted Items Are Available And Priced Through Offerors Existing Government-wide Acquisition Contract (gwac), Gsa Multiple Award Schedule (mas) Contract, Or Va-wide Acquisition Contract. if The Acquisition Is Set-aside For Sdvosbs/vosbs, Their Socioeconomic Status Must Be Vip Verified And Visible In The Va Vendor Information Pages (vip): Https://www.vip.vetbiz.gov/ At The Time Of Quote Submission And Award, Or Will Be Considered Non-responsive, And Will Not Be Considered For Award. offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contactors, The Offeror Making Such Contact May Be Excluded From Award Considerations. all Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. all Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. submission Of Quote Shall Include The Following Volumes: (i) Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement; (ii) - Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) ; And (iii) Price volume I - Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement the Offeror Shall Submit Specifications, Cut Sheets, Or Brochures Confirming The Equal Products, Including Equal Products Of The Brand Name Manufacturer Submitted, Meets Or Exceeds The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation. The Product(s) Quoted Must Be Identified By Brand Name, If Any, And Make Or Model Number. volume Ii - Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) the Offeror Shall Complete The Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) And Submit As Part Of The Quote. volume Iii Price price - The Offeror Shall Complete The Pricing Schedule Provided In Section (v) Above: Price/cost Schedule. (end Of Addendum To 52.212-1) 52.212-2, Evaluation--commercial Items Applies To This Acquisition addendum To Far 52.212-2 Evaluation Commercial Items: the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government Considering Price And Other Factors. the Following Factors Shall Be Used To Evaluate Quotations: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement factor 2. Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) factor 3. Price evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2(b)(3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. factor 2. Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) : The Government Will Evaluate The Responses An Offeror Makes To Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) For Completeness. If An Offeror Fails To Complete Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) Their Quote Will Be Determined Ineligible For Award. factor 3. Price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices. The Government May Use Various Price Analysis Techniques And Procedures To Make A Price Reasonableness Determination. Offers That Do Not Meet Or Exceed The Technical Capability Or Quality Of The Item Offered To The Government Requirement Shall Not Be Selected Regardless Of Price. (end Of Addendum To 52.212-2) 52.212-3, Offeror Representations And Certifications Commercial Items, Applies To This Acquisition. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission. 52.212-4, Contract Terms And Conditions--commercial Items Applies To This Acquisition 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (jul 2020) Applies To This Acquisition far 52.212-5 Applies To This Acquisition With The Following Far Clauses Incorporated By Reference; far 52.204-10 reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) far 52.204-16 commercial And Government Entity Code Reporting (aug 2020) far 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020) far 52.209-6 protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jun 2020) far 52.219-28 post Award Small Business Program Representation (nov 2020) far 52.219-33 nonmanufacturer Rule (mar 2020) far 52.222-3 convict Labor (jun 2003) far 52.222-19 child Labor Cooperation With Authorities And Remedies (jul 2020) far 52.222-21 prohibition Of Segregated Facilities (apr 2015) far 52.222-26 equal Opportunity (sep 2016) far 52.222-35 equal Opportunity For Veterans (jun 2020) far 52.222-36 equal Opportunity For Workers With Disabilities (jun 2020) far 52.222-37 employment Reports On Veterans (jun 2020) far 52.222-40 notification Of Employee Rights Under The National Labor Relations Act (dec 2010) far 52.222-50 combating Trafficking In Persons (oct 2020) far 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) far 52.225-1 buy American Supplies (jan 2021) far 52.225-13 restrictions On Certain Foreign Purchases (jun 2008) far 52.229-12 tax On Certain Foreign Procurements (jun 2020) far 52.232-33 payment By Electronic Funds Transfer System For Award Management (oct 2018) additional Contract Requirements Or Terms And Conditions: 52.217-6 Option For Increased Quantity (mar 1989) the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Office May Exercise The Option By Written Notice To The Contractor Prior To Receipt Of All Items. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract Unless The Parties Otherwise Agree. 52.219-14 Limitations On Subcontracting (a)â this Clause Does Not Apply To The Unrestricted Portion Of A Partial Set-aside. (b)â definition.â similarly Situated Entity, As Used In This Clause, Means A First-tier Subcontractor, Including An Independent Contractor, That (1)â has The Same Small Business Program Status As That Which Qualified The Prime Contractor For The Award (e.g., For A Small Business Set-aside Contract, Any Small Business Concern, Without Regard To Its Socioeconomic Status); And (2)â is Considered Small For The Size Standard Under The North American Industry Classification System (naics) Code The Prime Contractor Assigned To The Subcontract. (c)â applicability.â this Clause Applies Only To (1)â contracts That Have Been Set Aside For Any Of The Small Business Concerns Identified Inâ 19.000(a)(3); (2)â part Or Parts Of Aâ multiple-award Contractâ that Have Been Set Aside For Any Of The Small Business Concerns Identified Inâ 19.000(a)(3); (3)â contracts That Have Been Awarded On A Sole-source Basis In Accordance With Subpartsâ 19.8,â 19.13,â 19.14, Andâ 19.15; (4)â orders Expected To Exceed Theâ simplified Acquisition Thresholdâ and That Are (i)â set Aside For Small Business Concerns Underâ multiple-award Contracts, As Described Inâ 8.405-5â andâ 16.505(b)(2)(i)(f); Or (ii)â issued Directly To Small Business Concerns Underâ multiple-award Contractsâ as Described Inâ 19.504(c)(1)(ii); (5)â orders, Regardless Of Dollar Value, That Are (i)â set Aside In Accordance With Subpartsâ 19.8,â 19.13,â 19.14, Orâ 19.15â underâ multiple-award Contracts, As Described Inâ 8.405-5â andâ 16.505(b)(2)(i)(f); Or (ii)â issued Directly To Concerns That Qualify For The Programs Described In Subpartsâ 19.8,â 19.13,â 19.14, Orâ 19.15â underâ multiple-award Contracts, As Described Inâ 19.504(c)(1)(ii); And (6)â contracts Using Theâ hubzoneâ price Evaluation Preference To Award To Aâ hubzoneâ small Business Concern Unless The Concern Waived The Evaluation Preference. (d)â independent Contractors.â an Independent Contractorâ shallâ be Considered A Subcontractor. (e)â limitations On Subcontracting.â by Submission Of Anâ offerâ and Execution Of A Contract, The Contractor Agrees That In Performance Of A Contract Assigned A North American Industry Classification System (naics) Code For (1)â services (exceptâ construction), It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50 Percent Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services Andâ supplies, The 50 Percent Limitationâ shallâ apply Only To The Service Portion Of The Contract; (2)â suppliesâ (other Thanâ procurementâ from A Nonmanufacturer Of Suchâ supplies), It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50 Percent Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Bothâ suppliesâ and Services, The 50 Percent Limitationâ shallâ apply Only To The Supply Portion Of The Contract; (3)â generalâ construction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 85 Percent Subcontract Amount That Cannot Be Exceeded; Or (4)â constructionâ by Special Trade Contractors, It Will Not Pay More Than 75 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 75 Percent Subcontract Amount That Cannot Be Exceeded. (f)â the Contractorâ shallâ comply With The Limitations On Subcontracting As Follows: (1)â for Contracts, In Accordance With Paragraphs (c)(1), (2), (3) And (6) Of This Clause _â by The End Of The Base Term Of The Contract And Then By The End Of Each Subsequentâ optionâ period; Or Xâ by The End Of The Performance Period For Each Order Issued Under The Contract. (2)â for Orders, In Accordance With Paragraphs (c)(4) And (5) Of This Clause, By The End Of The Performance Period For The Order. (g)â a Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (e) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (1)â in A Joint Venture Comprised Of A Small Business Protã©gã© And Its Mentor Approved By The Small Business Administration, The Small Business Protã©gã©â shallâ perform At Least 40 Percent Of The Work Performed By The Joint Venture. Work Performed By The Small Business Protã©gã© In The Joint Ventureâ mustâ be More Than Administrative Functions. (2)â in An 8(a) Joint Venture, The 8(a) Participant(s)â shallâ perform At Least 40 Percent Of The Work Performed By The Joint Venture. Work Performed By The 8(a) Participants In The Joint Ventureâ mustâ be More Than Administrative Functions. (end Of Clause) 52.225-2 Buy American Certificate (oct 2022) (1) The Offeror Certifies That Each End Product, Except Those Listed In Paragraph (b) Of This Provision, Is A Domestic End Product And That Each Domestic End Product Listed In Paragraph (c) Of This Provision Contains A Critical Component. (2) The Offeror Shall List As Foreign End Products Those End Products Manufactured In The United States That Do Not Qualify As Domestic End Products. For Those Foreign End Products That Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, The Offeror Shall Also Indicate Whether These Foreign End Products Exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No . (3) The Offeror Shall Separately List The Line Item Numbers Of Domestic End Products That Contain A Critical Component (see Far 25.105). (4) The Terms Commercially Available Off-the-shelf (cots) Item, Critical Component, Domestic End Product, End Product, And Foreign End Product Are Defined In The Clause Of This Solicitation Entitled Buy American Supplies. Foreign End Products: line Item No. country Of Origin exceeds 55% Domestic Content (yes/no) [list As Necessary] (b) Domestic End Products Containing A Critical Component: line Item No. [list As Necessary] (c) The Government Will Evaluate Offers In Accordance With The Policies And Procedures Of Part 25 Of The Federal Acquisition Regulation. (end Of Provision) 852.212-70, Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020) vaar 852.203-70 commercial Advertising (may 2018) vaar 852.219-10 va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside (dec 2009) vaar 852.232-72 electronic Submission Of Payment Requests (nov 2018) vaar 852.233-70 protest Content/alternative Dispute Resolution (sep 2018) vaar 852.233-71 alternate Protest Procedure (sep 2018) vaar 852.246-71 rejected Goods (oct 2018) 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) the Following Provisions Or Clauses Incorporated By Reference In This Solicitation Must Be Completed By The Offeror Or Prospective Contractor And Submitted With The Quotation Or Offer. Copies Of These Provisions Or Clauses Are Available On The Internet At The Web Sites Provided In The Provision At Far 52.252-1, Solicitation Provisions Incorporated By Reference, Or The Clause At Far 52.252-2, Clauses Incorporated By Reference. Copies May Also Be Obtained From The Contracting Officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar the Following Far Provisions Are To Be Incorporated By Reference: far 52.204-7 system For Award Management (oct 2018) far 52.204-16 commercial And Government Entity Code Reporting (aug 2020) far 52.211-6 brand Name Or Equal (aug 1999) far 52.229-11 tax On Certain Foreign Procurements Notice And Representation (jun 2020) the Following Far Clauses Are Incorporated By Reference: far 52.203-17 contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020) far 52.204-13 system For Award Management Maintenance (oct 2018) far 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) far 52.232-40 providing Accelerated Payments To Small Business Subcontractors (nov 2021) the Following Vaar Clauses Are To Be Incorporated By Reference: vaar 852.212-71 gray Market Items (apr 2020) the Defense Priorities And Allocations System (dpas) Does Not Apply. date And Time Offers Are Due To Eric.ayers@va.gov By 3:00pm Mst, 01/20/2024, 3:00 Pm Mdt. name And Email Of The Individual To Contact For Information Regarding The Solicitation: eric Ayers eric.ayers@va.gov

BARANGAY TETUAN, ZAMBOANGA CITY Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
Details: Description Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0020 M. Nativitad, St., Zamboanga City Invitation To Bid For Supply And Delivery Of 1 Lot Various Electrical Supplies (name Of Project) 1. The City Government Of Zamboanga, Through The Annual Budget 2024 Intends To Apply The Sum Of Two Hundred Fifty Thousand Pesos (p 250,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of The Purchase Of One (1) Lot Various Disaster Equipment Pr No. 24-12-163 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Zamboanga Now Invites Bids For The Supply And Delivery Of The 1 Lot Various Electrical Supplies The Sol. Goods Is Required By Ten (10) Calendar Days Bidders Should Have Completed Within A Period Of Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, With A Value Of At Least (50%) Of The Abc And To Meet Other Eligibility Requirements Stated In The Eligibility Documents. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Hall Of Tetuan In The Office Of The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 03-08, 2025 From The Given Address And Website/s Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P500.00the Method Of Payment Will Be Cash Payable To The Barangay City Treasurer’s Office. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His/her Authorized Representative. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees “machine Copy Of The Official Receipt” Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before January 09, 2025 At 10:00 Am At Office Of The Bids And Award Committee, Conference Room, M. Natividad St., Zamboanga City.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. All Bids Must Be Accompanied By A Bid Security Which Shall Be A Bid Securing Declarationor At Least One Other Form Of The Following: Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal/commercial Bank, Irrevocable Letter Of Credit Issued By A Universal/commercial Bank Or From Other Bank Certified By The Bangko Sentral Ng Pilipinas As Authorized To Issue Such Financial Instrument, Provided However That It Shall Be Confirmed Or Authenticated By A Universal/commercial Bank If Issued By A Foreign Bank In The Amount Of P1,230.00or Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of P3,075.00or Any Combination Of The Foregoing In The Amount Proportionate To Share Of Form With Respect To Total Amount Of Security. The Bid Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity. Bidders Are Required To Indicate The Brand Name And/or Name Of Manufacturer Of Goods Offered/quoted, When Appropriate. 8. Bid Opening Shall Be On January 13, 2025 At 10:00 Am At Office Of The Bids And Awards Committee, Conference Room, M. Natividad St., Zamboanga City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. To Be Delivered In The Barangay Hall Of Tetuan. 10. The Brangay Council Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules Or Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Are Advised To Use The Bid Form At The Back Of This Itb. Failure To Do So Would Lead To Non-acceptance Of The Bid. 12. For Further Information Please Refer To: Hazel Jane L. Fox Bac Secretariat Barangay Government Of Tetuan M.natividad Street, Zamboanga City Brgytetuan@gmail.com Tel. No. (063) 993-0269 Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0020 M. Natividad Street, Zamboanga City Bid Form Date: ____________________ To: Barangay Council Of Tetuan Address: M. Natividad Zamboanga City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers Including Bid Bulletin Numbers Tetuan 24-0020 The Receipt Of Which Is Hereby Duly Acknowledge, We, The Undersigned, Offer To Supply/deliver/perform The Delivery And Supply Of The 1 Lot Various Electrical Supplies Inconformity With The Said Philippine Bidding Documents (pbds) For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax’ (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon As At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: Commissions Or Gratuities, If Any, Paid, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Amount And Purpose Of Agent Currency Commission Or Gratuity (if None, State “none”)] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ________________________________________________________ (name Of Bidder) As Evidenced By The Attached ______________________________________________________________________. (state The Written Authority) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: _________________________________________ Date:__________________________ Price Schedule For Goods Name Of Bidder _____________________________________________________ Tetuan 24-0021 Page 1 Of 1 2 3 4 5 6 7 8 9 10 Item 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. 41. 43 43. 44. 45 46. 47. 48. 49. 50. 51. 52. 53. 54. 55. 56. 57. 59. 60. 61. 62. 63. 64. 65. 66. 67. 68. 69. 70. 71. 72. 73. 74. 75 76. 77. 78. 79. 80. 81. 82. 83. 84. 85. Led Striplight 220vblue – Meter Fsl Striplight Powercord Pin Big Electrical Tape Big 16m Evla Fsl Slr Sting 4w Dc 1.2v 112-c15-bl Evla Fsl Slr Sting 4w Dc 1.2v 112-c15-gr Rain Umbrella Large Rain Umbrella Medium Rain Umbrella Small Thhn 8.0mm 8/7 ( Box) G.i Wire 16 ( 1 Kl) Flatcord 16/2x1200 M Flatcord #18 Roll Black Electrical Tape Blg 16m Ksb 2p 100 Akoten Safety Breaker Contact Bond-gal G.i Wire 16 (1kl) Lpr 38 E27- 15w/b Led Par 38 15w E2 Blue Fsl Par 30a1-s13w Ld Lamp Blue Lpr 38 E27- 15w/b Led Par 38 15w E27 Green Fgl Par 30a1-g13w Ld Lamp Red Wall Brush Nylon 3 Ph Acryl On Paint Roller W/ Handle Cotton 7 Nrd – Pb1 Nordic Paint Brush 1 3.15 L Nippon Platone Hg Accent Base Colour Bond 3.5 B Sr-111 (gal) Sun And Rain Cathay Red Dv- 515 (gal) Megacryl Latex Sg Wht All Purpose Epoxy-qrt Set (6/1) Omnl E27-606 Hd Par Lamp Holder G.i Wire 16 (1 Kl) G.i Wire 16 (1 Kl) Comb. Plier 8” Flat Cord #18 Roll Black Led Bulb Daylight E27 Weather Proof Rubber Socket 2 Wire Electrical Tape Big 16m 1way Standard Size Switch C12 103 Metal Furring 0.4mm Plain Round Bar 7mm (2.1 Kg) G.i Pipe S-40 1’ Plain Round Bar 7mm (2.1 Kg) G.i Wire 16 (1 Kl) Rugby Tin Gal E27- 606 Hd Par Lamp Holder Fsl Par 30a 1 – S13w Led Lamp Red Fsl Par 30a 1 – S13w Led Lamp Blue Lpr 38 E27-15w/b Led Par 38 16w E2 Blue Fsl Par 30a 1 – S13w Led Lamp Yellow Lpr 38 E27-15w/g Led Par 38 15w E27 Green Nylon Fishing Line 0.80 Mm G.i Wire 16 (1 Kl) Flatcord 16/2 X 1200m Led Strip Light 220v Green- Meter Led Strip Light 220v Red- Meter Led Strip Light 220v Purple/pink- Meter Led Strip Light 220v Blue- Meter Fsl Strip Light Power Cord Pin Medium Gold Fsl Big End Cap G.i Wire 16 (1 Kl) Dh Nylon Cable Tie 7.6x8.0 White Dh Nylon Cable Tie 4.8x10.0 White Christmas Led Light 100 L Blue Christmas Led Light 100 L Red Christmas Led Light 100 L Green Christmas Led Light 100 L Yellow Christmas Led Light 100 L Ww Christmas Led Light 60 L Green Christmas Led Light 60 L Warm Internet Cable Cat6indoor Utp/meter Rg 45 Cat6 #so35 Mist Maker Design Humidifier Shangrila 500ml Marine Plywood 4.5 Mm(1/4) Armourwood S4s Frame 1x2x8 Common Nail “ 1 ½” Common Nail “2” Country Of Origin Quantity 10x1 1x1 1x1 12x1 5x1 5x1 10x1 10x1 10x1 1x1 9x1 300x1 3x1 12x1 2x1 2x1 5x1 2x1 3x1 5x1 6x1 2x1 2x1 2x1 1x1 1x1 1x1 1x1 1x1 15x1 5x1 10x1 10x1 3x1 3x1 410x1 24x1 350x1 12x1 6x1 30x1 20x1 10x1 10x1 5x1 2x1 40x1 5x1 5x1 13x1 2x1 15x1 1x1 2x1 300x1 30x1 30x1 30x1 30x1 8x1 8x1 8x1 5x1 5x1 5x1 20x1 20x1 10x1 10x1 20x1 10x1 10x1 40x1 4x1 1x1 1x1 ¼ 1x2x8 1 ½ 2 Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col.9) X (col 4) Purpose: For The Beautification Of Barangay Plaza Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ________________________________________ Date: ________________________________ Schedule Of Requirements The Delivery Schedule Expressed As Days/weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Days/weeks/months ________________________ Signature Over Printed Name Technical Specifications Brand Name Statement Of Compliance Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] __________________________ Signature Over Printed Name Schedule Of Warranty This Serves As Warranty For _______________________________________________ In The Barangay Government Of Tetuan. Item No. Description Quantity Warranty _____________________________ Bidder Signature Over Printed Name Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply / Delivery Of The 1 Lot Various Electrical Supplies B. Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 “subcontracting Is Not Allowed.” 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) At Cgso, Tetuan, Zamboanga City For This Project . 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P1,230.00; If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P3, 075.00; If Bid Security Is In Surety Bond. 19.3 The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 [list Here Any Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It.] 21.2 [list Here Any Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity.] Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Abroad, State:] “the Delivery Terms Applicable To The Contract Are Ddp Delivered [indicate Place Of Destination]. In Accordance With Incoterms.” [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Barangay Hall Of Tetuan, Zamboanga City. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is [indicate Name(s)]. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: Select Appropriate Requirements And Delete The Rest. A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. [specify Additional Incidental Service Requirements, As Needed.] The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: Select Appropriate Requirements And Delete The Rest. A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.in The Event Of Termination Of Production Of The Spare Parts: I.advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii.following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Is Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Three (3) Months. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 [if Partial Payment Is Allowed, State] “the Terms Of Payment Shall Be As Follows: _____________.” 4 The Inspections And Tests That Will Be Conducted Are: Quality Inspection By Accounting, Coa, Cgso And End User. Republic Of The Philippines) City Of _____________________) S.s Bid Securing Declaration Invitation To Bid No.: [insert Reference Number] To: Barangay Government Of Tetuan, Bids And Awards Committee M. Natividad Street, Tetuan Zamboanga City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And; C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ___ Day Of [month][year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Barangay Council Of Tetuan Wishes To Receive Bids For The Supply And Delivery Of The 1 Lot Various Electrical Supplies With Tetuan 24-0020 The Procurement Project (referred To Herein As “project”) Is Composed Of The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Annual Budget 2024 In The Amount Of Two Hundred Fifty Thousand Pesos ( 250,000.00) 2.2. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.b Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference No Pre-bid Conference 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty Days [120]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On January 09, 2025 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Indicated In Paragraph 6 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids On January 13, 2025 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Specified In Paragraph 8 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Machinery and Tools
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: Page 8 Of 13 page 1 Of 18 subject* stryker Drills & Surgical Equipment Page 1 Of 19 general Information contracting Office S Zip Code* 29029 solicitation Number* 36c24725q209 response Date/time/zone 01-27-2025 10:00 Eastern Time, New York, Usa archive 60 Days After The Response Date recovery Act Funds n set-aside sdvosbc product Service Code* 6515 naics Code* 339113 contracting Office Address department Of Veterans Affairs columbia Va Healthcare System 6439 Garners Ferry Road columbia, Sc 29029 point Of Contact* contracting Officer joseph Locke joseph.locke@va.gov (03) 979-0338 place Of Performance address department Of Veterans Affairs atlanta Va Healthcare System 1670 Clairmont Road atlanta, Ga postal Code 30033 country usa additional Information agency S Url Https://www.va.gov/atlanta-health-care/ url Description atlanta, Georgia Va Healthcare System agency Contact S Email Address joseph.locke@va.gov email Description Contracting Officer S E-mail Address description this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being requested, And A Written Solicitation Document Will Not Be Issued. The Department Of Veterans affairs, Atlanta Va Healthcare System Located At 1670 Clairmont Road, Decatur, Ga 30033 Has A Brand Name Only Requirement. The Brand Name Is Stryker, The Brand Name Description Is Stryker System 9, Stryker Tpx. The Brand Name Rationale Is The Stryker System 9 And Core Tps Systems Are The Only Drills That Can Satisfy The Minimum Technical Requirements Identified By The Atlanta Vamc. this Request Is For A New, Firm Fixed Price Request For A Brand Name-only Procurement To Upgrade The Atlanta Vamc S Current Stryker Drill Systems. The Atlanta Vamc Operating Room Currently Owns/utilizes Stryker System 7;8 And Core Tps Systems. These Systems Have Exceeded End Of Useful Life. There Are No Spare Parts; No Repair Options For These Systems Because Stryker Has Determined These Systems To Be Obsolete And Has Pulled Them Out Of Production. The Instruments Will Be Used In Neuro, Spine, Ent, Otology, Neurotology, Otorhinolaryngology, Craniofacial And Maxillofacial, Orthopedics, Podiatry, Joint Work, Cochlear Implants, Amputations, And Open-heart Surgeries. this Requirement Is For The Purchase Forty-two (42) Individual Line Items To Including Drills, Saws, Blades, And Other Surgical Equipment Which Make Up The Stryker Drill System 9 And Core Tps System. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective 11/12/2024. the Combined Synopsis Solicitation Is 100% Set-aside For Service-disabled Veteran Owned small Business (sdvosb). Note: Interested Sdvosb Offerors Must Be Registered In Sam.gov and Be Listed In Sba S Vetcert To Be Considered For Award. the Associated North American Industrial Classification System (naics) Code For This procurement Is 339114, With A Small Business Size Standard Of 750 Employees. the Fsc/psc Is 6520. the Network Contracting Office (nco 7) Is Seeking To Purchase Stryker System 9, Stryker Tpx Items. line Item # part Number And Item Description use And Why Item Is Unique To Stryker 1 7400-099-000 Tpx Universal Driver surgical Instrument That Is Specifc To Stryker, Which Is Used With A Variety Of Different Stryker Cutting Accessories That Enables The Cutting And Shaping Of Bone For Small Bone Procedures. 2 4605-000-000 System 9 Cordless Driver Handpiece surgical Instrument That Is Unique To Stryker That Is Used To Drill, Cut And Ream In Ortho Trauma Procedures. 3 7400-037-000 Tpx Recip Saw hand-held Electrically Powered Saw That Is Unique To Stryker That Is Used To Perform A Variety Of Non-dental Surgical Procedures Such As Drilling Or Sawing Bones And Tough Tissues. 4 7400-034-000 Tpx Sagittal Saw surgical Accessory That Is Specific To Stryker System 9 That Is Used In Orthopedic, Podiatry And Spinal Surgeries. 5 7400-031-000 Tpx Oscillating Saw stryker Surgical Instrument Used In Orthopedic Surgery For Precise Bone Cutting During Procedures Like Joint Replacements, Ankle, Shoulder, Hip And Knee Arthoplasty. 6 7400-015-000 Tpx Micro Drill surgical Accessory That Is Specific To Stryker Which Is Used For Drilling, Cutting, And Reaming In Orthopedic Trauma Surgeries. 7 4100-062-000 Wire Collect device Which Is Unique To Stryker And Is Intended To Connect To A Stryker Surgical Power Tool System Motor (it Is Locked And Held In A Collet Or Quick Coupling And Not Gripped In A Drill Chuck (jacobs Chuck)] To Convert The Non-dedicated Mechanical Energy Provided By The Motor To A Dedicated Mechanical Motion To Perform A Wire Driving/insertion Function When An appropriate Orthopedic Pin Is Inserted (e.g., K-wire) 8 4100-125-000 Pin Collect (2.0-3.2mm) a Feature Unique To Stryker's System 9 Power Tools, Which Is A Collection Mechanism Designed To Capture And Retain Small Bone Fragments Or Debris Generated During Orthopedic Surgeries, Particularly During Procedures Like Bone Reaming Or Drilling, Preventing Them From Scattering Within The Surgical Site And Potentially Causing Complications. 9 4100-231-000 Reamer surgical Accessory That Is Specific To Stryker System 9 That Is Used For Drilling, Cutting And Reaming In A Variety Of Orthopedic Procedures Including Spine, Foot And Ankle, Joint Replacement, General Trauma And Ortho Trauma Surgerical Procedures. 10 4100-110-000 Ao Small Drill surgical Accessory Specific To Stryker System 9 Used For Medium Bone Applications In Orthopedic Procedures. 11 4100-131-000 1/4" Drill With Key surgical Accessory That Is Specific To Stryker System 9 Used For Drilling And Sawing Into Large Bones And Tissues In Orthopedic Procedures. 12 7400-009-000 Tpx Handswitch a Stryker System 9 Tpx Hand Switch Is Usedâ to Control A Stryker Tpx Power Tool, Specifically Designed For Small Bone Orthopedic Procedures Like Hand, Wrist, Foot, And Ankle Surgeries, Allowing The Surgeon To Precisely Drill, Cut, And Shape Bone With A Variety Of Specialized Cutting Accessories, All While Providing Customizable Power And Feedback Through The Core 2 Console's I.d.â touch Software Which Is Proprietary To Stryker. 13 9212-000-000 System 9 Small Battery a Stryker System 9 Small Battery Is Specific To Stryker Surgical Instruments And Is Usedâ to Power Cordless Devices Or During Transport, Such As In A Neonatal Incubator.â the Battery Can Be Used For Devices Like Rechargeable Surgical Drilling Systems And Endoscopic Devices. 14 7400-004-000 Tpx Cable a Stryker Accessory Unique To Stryker System 9 That Enables Cutting And Shaping Of Bone For Small Bone Procedures. 15 9205-000-000 System 9 Dual Trigger Rotary Handpiece. a Stryker Unique Instrument A Hand-held, Electrically-powered Component Of A Surgical Power Tool Assembly Designed To Convert Electrical Energy Into A Non-dedicated Mechanical Energy To Perform A Variety Of Surgical Procedures Such As Drilling Or Sawing Of Bones And Tough Tissues. 16 9206-000-000 System 9 Reciprocating Saw a Stryker Surgical Instrument Unqiue To Stryker That Is Used For Cutting, Drilling And Reaming In Orthopedic Procedures. 17 9208-000-000 System 9 Sagittal Saw a Stryker Surgical Instrument Specific To Stryker System 9 That Is Used For A Variety Of Orthopedic Procedures Such As Ankle, Hip, Spione, Foot, Ankle And Joint Replacement. 18 8203-026-000 Dual Trigger Wire Collet device Which Is Unique To Stryker And Is Intended To Connect To A Stryker Surgical Power Tool System Motor (it Is Locked And Held In A Collet Or Quick Coupling And Not Gripped In A Drill Chuck (jacobs Chuck)] To Convert The Non-dedicated Mechanical Energy Provided By The Motor To A Dedicated Mechanical Motion To Perform A Wire Driving/insertion Function When An appropriate Orthopedic Pin Is Inserted (e.g., K-wire) line Item # part Number And Item Description use And Why Item Is Unique To Stryker 19 8203-126-000 Dual Trigger Pin Collet a Feature Unique To Stryker's System 9 Power Tools, Which Is A Collection Mechanism Designed To Capture And Retain Small Bone Fragments Or Debris Generated During Orthopedic Surgeries, Particularly During Procedures Like Bone Reaming Or Drilling, Preventing Them From Scattering Within The Surgical Site And Potentially Causing Complications. 20 6203-110-000 Ao Small Attachment a Stryker Attachment, Specific To Stryker System 9 Primarily Used For Precise Bone Drilling And Cutting In Orthopedic Trauma Surgeries, Particularly In Smaller Bone Areas Or When Delicate Bone Manipulation Is Required; It Is Designed To Provide Fine Control And Accuracy During Procedures Like Fracture Fixation With Small Screws Or Plates, Often Associated With The Ao (arbeitsgemeinschaft Fã¼r Osteosynthese) Surgical Technique. 21 6203-113-000 Hudson Attachment a Specialized Tool Attachment Specific To Stryker System 9 That Is Used In Orthopedic Surgery That Allows For The Connection Of Various Surgical Instruments, Like Drill Bits Or Screwdrivers, With A Specific "hudson" Fitting, Enabling Precise Bone Manipulation And Fixation During Procedures On The Stryker System 9 Surgical Power Drill;â essentially, It Acts As A Compatible Connector For Different Surgical Tools To Be Used With The Stryker System.â  22 6203-131-000 1/4" Keyed Chuck â a Mechanism Used Specifically With Stryker System 9 Surgical Instruments To Securely Hold Various Surgical Instruments Like Wires, Pins, Or Drill Bits Within The Rotating Handpiece By Tightening The Jaws Of The Chuck With A Special "chuck Key", Allowing For Quick And Easy Tool Changes During Surgery;â essentially, It Acts Like A Clamp To Firmly Grip The Chosen Surgical Tool In Place While The System Operates. 23 6203-135-000 Hudson/modified Trinkle Attachment a "hudson Modified Trinkle Attachment" In A Stryker System 9 Is A Specialized Tool Usedâ to Hold And Secure Various Surgical Drill Bits And Other Attachments Within The Power Drill Unit, Allowing For Efficient Bone Drilling And Manipulation During Orthopedic Procedures, Particularly When High Torque And Low Speed Are Required;â essentially, It Acts As A Connecting Piece Between The Drill Motor And The Chosen Surgical Tool With A Secure, "trinkle" Style Locking Mechanism, Modified To Fit The Specific Design Of Hudson Style Drill Bits, All Of Which Are Specific To Stryker Surgical Instruments. 24 9215-000-000 System 9 Large Battery a Stryker System 9 Large Battery Is Usedâ to Power Sttryker Surgical Power Tools, Like Drills, Saws, And Reamers, During Orthopedic And Podiatric Surgical Procedures, Providing Extended Run Time For Longer Or More Demanding Operations Compared To A Standard Battery Size;â it's Often Used In Situations Where Continuous Power Is Needed Without Interruption Due To Its Larger Capacity.â  25 9110-120-000us System 9 Sterile Battery Charger W/(b) Nema Power Cord a Battery Charger, Specific To Stryker And Unique That It Is Used To Charge Up To Six (6) Batteries At Once That Enables Wireless Charging, Battery Indicators Which Are Unique To Stryker And Include An Intuitive Interface Which Is A Feature Unique To Stryker System 9. 26 7102-650-000 4 Handpiece Solid Container Bundle a Container Specific To Stryker System 9 Surgical Instruments And Accessories That Is Molded To Specifically Fit Stryker Surgical Instruments And Attachments. 27 9207-000-000 System 9 Sternum Saw a Stryker Specific Surgical Power Tool That Is Used To Cut Through Sternum Tissue Quickly And Effeciently For Median Sternotomy, Which Opens The Chest By Splitting The Breastbone During Open Heart Procedures. 28 7207-003-000 Sternum Blade Guard a Surgical Accessory Specific To Stryker System 9 That Is Usedâ to Protect Soft Tissues From Accidental Contact With The Cutting Blade Of A Stryker System 9 Reciprocating Saw, Particularly During Procedures That Involve Cutting The Sternum (breastbone), Preventing Potential Damage To Surrounding Tissues During Surgery;â essentially Acting As A Safety Feature To Shield Soft Tissues From The Blade While Cutting Bone.â  29 7102-653-000 Cont W/ Solid Btm Kit a Container, Specific To Stryker In That The Dimensions Are Specific To House Stryker Surgical Accessories That Are Unique To Stryker System 9. 30 9215-000-000 System 9 Large Battery a Stryker System 9 Large Battery Is Usedâ to Power Sttryker Surgical Power Tools, Like Drills, Saws, And Reamers, During Orthopedic And Podiatric Surgical Procedures, Providing Extended Run Time For Longer Or More Demanding Operations Compared To A Standard Battery Size;â it's Often Used In Situations Where Continuous Power Is Needed Without Interruption Due To Its Larger Capacity.â  31 5407-350-000 Pi Drive 2 Plus Motor surgical Instrument Specific To Stryker System 9 Which Isâ primarily Used In Surgery As A High-speed, Electrically Powered Drill Motor For Bone Cutting, Drilling, And Shaping During Procedures Like Spine Surgery, Neurosurgery, Ent (ear, Nose, Throat) Surgery, And Other Minimally Invasive Procedures, Allowing Surgeons To Precisely Cut And Remove Bone Tissue With A Variety Of Attachments And Cutting Accessories Depending On The Specific Surgical Need;â it Is Often Used In Conjunction With A Stryker Core Console To Control Power And Settings.â  line Item # part Number And Item Description use And Why Item Is Unique To Stryker 32 5407-120-072 Hd 14cm Angled Attachme stryker Surgical Attachment Specific To Stryker System 9 33 5407-120-482 Elite 14cm Angled Attachment stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures. 34 5407-120-480 Elite 14cm Stright Attachment stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures. 35 5407-120-472 Elite 12cm Angled Attachment stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures. 36 5407-120-470 Elite 12cm Stright Attachment stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures. 37 5400-276-000 Core Sterilization Case, Small case With Dimensions That Are Specific To Stryker System 9 Surgical Tools That Is Compatible With A Variety Of Sterilization Methods And Is Used Specifically With Stryker System 9 Surgical Instruments. 38 5400-121-000 Electric Handswitch-right Handed a Stryker System 9 Handswitch Is Usedâ to Control A Variety Of Powered Surgical Instruments Which Are Specific To The Stryker System 9 Platform, Allowing Surgeons To Perform Cutting, Drilling, Reaming, And Other Bone Manipulation Procedures During Orthopedic Surgeries, With Features Like Variable Speed Control And Precise Power Delivery For Different Surgical Tasks Depending On The Attached Instrument;â essentially Acting As The Primary Control Unit For The System 9 Power Tools During An Operation.â  39 5420-100-000 Bone Mill + Base a Stryker System 9 Bone Mill Is A Surgical Device Usedâ secifically With Stryker System 9 To Efficiently Grind Harvested Bone From A Patient Into Small, Consistent Particles, Primarily Used In Orthopedic Procedures Like Spinal Fusion Surgery, Where The Bone Graft Is Needed To Promote Bone Growth And Fusion At The Surgical Site;â it Essentially Automates The Process Of Preparing Autologous Bone, Saving Time And Reducing Manual Effort During Surgery By Providing A Consistent Bone Particle Size With A Single-pass Cutting Action.â  40 5420-101-000 Bone Mill Plus Tray an Accessory Specific To Stryker System 9 Used For A Ariety Of Orthopedic Procedures.â the Stryker Bone Mill Is A Product That Can Be Used With The System 9 And Is Designedâ to Help Streamline The Preparation Of Harvested Bone 41 5400-704-000 The Mill Cable cable Specific To Stryker System 9 Bone Mill Uses To Pwer The Stryker System 9 Bone Mill Attachment. 42 1900-654-000 Hybrid Solid Container Bundle container Specific To Stryker System 9 Which Purpose Is To Store Surgical Attachments Which Are Specific To Stryker System 9. specific Need/ Salient Characteristics product: Surgical Drills brand Name, Stryker. brand Name Description: Stryker System 9, Stryker Tpx. brand Name Rationale: Stryker System 9 And Core Tps Systems Are The Only Drills That Can Satisfy The Minimum Technical Requirements Identified By The Atlanta Vamc. salient Characteristics: must Be Exact Match To Stryker System 9 And Stryker Tpx the New Corded System Must Be Compatible And Able To Plug Into The Consolidated Operating Room Equipment (cor) Console Without Any Other Power Sources Or Generators. Cor System Is Already Being Used At The Atlanta Vamc. must Be Compatible With Other Stryker Surgical Tools And Disposables In Use At The Facility. rotary Drill Must Have Drill And Ream Capability. rotary Drill Must Be Capable Of 1200 Rpms In Drill Mode, And 270 Rpms In Ream Mode. reciprocating Saw Must Have A Range From 10,000 Cuts Per Minute In Standard Mode And 13,000 Cuts Per Minute In Fast Mode. sagittal Saw Must Have A Range From 10,000 Cuts Per Minute In A Standard Mode And 12,000 Cuts Per Minute In Fast Mode. sternum Saw Must Accommodate Inverted Cutting Techniques And Be Fully Submersible. Must Also Have An Ipx 9 Rating And Have A Safety Bar Pocket Which Eliminates Accidental Actuations On The Handpiece. precision Saw Must Have A Range From 12,000 Cuts Per Minute In A Standard Mode And 16,000 Cuts Per Minute In Fast Mode. cordless System Must Have Lithium-ion Batteries. Batteries Must Be Laser-welded To Prevent Fluid Or Liquids From Entering Or Exiting The Battery. Batteries Must Also Have Autoclave Abuse Detection. device(s) Must Have Ability To Be Submerged Temporarily During Cleaning, Prior To Sterilization Without Loss Of Functionality. important: Vendors Shall Be An Authorized Dealer, Authorized Distributor, Or Authorized Reseller, And Be Verified By An Authorization Letter Or Other Documents From Stryker, Such That Stryker S Warranty And Service Are Provided And Maintained By Stryker. b.2 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 8.00 ea __________________ __________________ 7400-099-000 Tpx Universal Driver local Stock Number: 7400-099-000 0002 8.00 ea __________________ __________________ 4605-000-000 System 9 Cordless Driver Handpiece local Stock Number: 4605-000-000 0003 8.00 ea __________________ __________________ 7400-037-000 Tpx Recip Saw local Stock Number: 7400-037-000 0004 8.00 ea __________________ __________________ 7400-034-000 Tpx Sagittal Saw local Stock Number: 7400-034-000 0005 8.00 ea __________________ __________________ 7400-031-000 Tpx Oscillating Saw local Stock Number: 7400-031-000 0006 8.00 ea __________________ __________________ 7400-015-000 Tpx Micro Drill local Stock Number: 7400-015-000 0007 8.00 ea __________________ __________________ 4100-062-000 Wire Collect local Stock Number: 4100-062-000 0008 8.00 ea __________________ __________________ 4100-125-000 Pin Collect (2.0-3.2mm) local Stock Number: 4100-125-000 0009 8.00 ea __________________ __________________ 4100-231-000 Reamer local Stock Number: 4100-231-000 item Number description Of Supplies/services quantity unit unit Price amount 0010 8.00 ea __________________ __________________ 4100-110-000 Ao Small Drill local Stock Number: 4100-110-000 0011 8.00 ea __________________ __________________ 4100-131-000 1/4" Drill With Key local Stock Number: 4100-131-000 0012 8.00 ea __________________ __________________ 7400-009-000 Tpx Handswitch local Stock Number: 7400-009-000 0013 20.00 ea __________________ __________________ 9212-000-000 System 9 Small Battery local Stock Number: 9212-000-000 0014 16.00 ea __________________ __________________ 7400-004-000 Tpx Cable local Stock Number: 7400-004-000 0015 11.00 ea __________________ __________________ 9205-000-000 System 9 Dual Trigger Rotary Handpiece. local Stock Number: 9205-000-000 0016 11.00 ea __________________ __________________ 9206-000-000 System 9 Reciprocating Saw local Stock Number: 9206-000-000 0017 11.00 ea __________________ __________________ 9208-000-000 System 9 Sagittal Saw local Stock Number: 9208-000-000 0018 11.00 ea __________________ __________________ 8203-026-000 Dual Trigger Wire Collet local Stock Number: 8203-026-000 item Number description Of Supplies/services quantity unit unit Price amount 0019 11.00 ea __________________ __________________ 8203-126-000 Dual Trigger Pin Collet local Stock Number: 8203-126-000 0020 11.00 ea __________________ __________________ 6203-110-000 Ao Small Attachment local Stock Number: 6203-110-000 0021 11.00 ea __________________ __________________ 6203-113-000 Hudson Attachment local Stock Number: 6203-113-000 0022 11.00 ea __________________ __________________ 6203-131-000 1/4" Keyed Chuck local Stock Number: 6203-131-000 0023 11.00 ea __________________ __________________ 6203-135-000 Hudson/modified Trinkle Attachment local Stock Number: 6203-135-000 0024 28.00 ea __________________ __________________ 9215-000-000 System 9 Large Battery local Stock Number: 9215-000-000 0025 2.00 ea __________________ __________________ 9110-120-000us System 9 Sterile Battery Charger W/(b) Nema Power Cord local Stock Number: 9110-120-000us 0026 11.00 ea __________________ __________________ 7102-650-000 4 Handpiece Solid Container Bundle local Stock Number: 7102-650-000 0027 4.00 ea __________________ __________________ 9207-000-000 System 9 Sternum Saw local Stock Number: 9207-000-000 item Number description Of Supplies/services quantity unit unit Price amount 0028 4.00 ea __________________ __________________ 7207-003-000 Sternum Blade Guard local Stock Number: 7207-003-000 0029 4.00 ea __________________ __________________ 7102-653-000 Cont W/ Solid Btm Kit local Stock Number: 7102-653-000 0030 10.00 ea __________________ __________________ 9215-000-000 System 9 Large Battery local Stock Number: 9215-000-000 0031 4.00 ea __________________ __________________ 5407-350-000 Pi Drive 2 Plus Motor local Stock Number: 5407-350-000 0032 4.00 ea __________________ __________________ 5407-120-072 Hd 14cm Angled Attachment local Stock Number: 5407-120-072 0033 4.00 ea __________________ __________________ 5407-120-482 Elite 14cm Angled Attachment local Stock Number: 5407-120-482 0034 4.00 ea __________________ __________________ 5407-120-480 Elite 14cm Stright Attachment local Stock Number: 5407-120-480 0035 4.00 ea __________________ __________________ 5407-120-472 Elite 12cm Angled Attachment local Stock Number: 5407-120-472 0036 4.00 ea __________________ __________________ 5407-120-470 Elite 12cm Stright Attachment local Stock Number: 5407-120-470 item Number description Of Supplies/services quantity unit unit Price amount 0037 4.00 ea __________________ __________________ 5400-276-000 Core Sterilization Case, Small local Stock Number: 5400-276-000 0038 4.00 ea __________________ __________________ 5400-121-000 Electric Handswitch-right Handed local Stock Number: 5400-121-000 0039 2.00 ea __________________ __________________ 5420-100-000 Bone Mill + Base local Stock Number: 5420-100-000 0040 2.00 ea __________________ __________________ 5420-101-000 Bone Mill Plus Tray local Stock Number: 5420-101-000 0041 2.00 ea __________________ __________________ 5400-704-000 The Mill Cable local Stock Number: 5400-704-000 0042 8.00 ea __________________ __________________ 1900-654-000 Hybrid Solid Container Bundle local Stock Number: 1900-654-000 grand Total __________________ b.3 Delivery Scheduleitem Number shipping Information quantity delivery Date 0001 ship To: atlanta Va Healthcare System va Medical Center 1670 Clairmont Road decatur, Ga 30033 usa 8.00 45 Days After Effective Date Of Contract fob: destination 0002 8.00 0003 8.00 0004 8.00 0005 8.00 0006 8.00 0007 8.00 0008 8.00 0009 8.00 0010 8.00 0011 8.00 0012 8.00 0013 20.00 0014 16.00 0015 11.00 0016 11.00 0017 11.00 0018 11.00 0019 11.00 0020 11.00 0021 11.00 0022 11.00 0023 11.00 0024 28.00 0025 2.00 0026 11.00 0027 4.00 0028 4.00 0029 4.00 0030 10.00 0031 4.00 0032 4.00 0033 4.00 0034 4.00 0035 4.00 0036 4.00 0037 4.00 0038 4.00 0039 2.00 0040 2.00 0041 2.00 0042 8.00 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Addresses: Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ far title date 52.204-7 system For Award Management oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.212-1 instructions To Offerors Commercial Items nov 2021 52.212-2 evaluation Commercial Products And Commercial Services nov 2021 52.212-3 Offeror Representations And Certifications Commerical Items (nov 2021) the Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam) Accessed Through Https://www.sam.gov. If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v)) Of This Provision. (b)(1) Annual Representations And Certifications. Any Changes Provided By The Offeror In Paragraph (b)(2) Of This Provision Do Not Automatically Change The Representations And Certifications In Sam. (2) The Offeror Has Completed The Annual Representations And Certifications Electronically In Sam Accessed Through Http://www.sam.gov. After Reviewing Sam Information, The Offeror Verifies By Submission Of This Offer That The Representations And Certifications Currently Posted Electronically At Far 52.212-3, Offeror Representations And Certifications--commercial Products And Commercial Services, Have Been Entered Or Updated In The Last 12 Months, Are Current, Accurate, Complete, And Applicable To This Solicitation (including The Business Size Standard Applicable To The Naics Code Referenced For This Solicitation), At The Time This Offer Is Submitted And Are Incorporated In This Offer By Reference (see Far 4.1201), Except For Paragraphs . [offeror To Identify The Applicable Paragraphs At (c) Through (v) Of This Provision That The Offeror Has Completed For The Purposes Of This Solicitation Only, If Any. These Amended Representation(s) And/or Certification(s) Are Also Incorporated In This Offer And Are Current, Accurate, And Complete As Of The Date Of This Offer. Any Changes Provided By The Offeror Are Applicable To This Solicitation Only, And Do Not Result In An Update To The Representations And Certifications Posted Electronically On Sam.] (end Of Provision) the Following Commercial Items Clauses Apply To This Acquisition: 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ far title date 52.204-10 reporting Executive Compensation And First-tier Subcontract Awards jun 2020 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.209-6 protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For debarment nov 2021 52.212-4 contract Terms And Conditions-commercial Items dec 2022 52.212-5 contract Terms And Conditions Required To Implement Statues Or Executive Orders mar 2023 52.219-27 notice Of Service-disabled Veteran-owned Small Business Set- Aside oct 2022 52.222-3 convict Labor jun 2003 52.222-19 child Labor Cooperation With Authorities And Remidies dec 2022 52.222-36 equal Opportunity For Workers With Disabilities jun 2020 52.222-50 combating Trafficking In Persons nov 2021 52.222-54 employment Eligibility Verification may 2022 52.223-18 encouraging Contractor Policies To Ban Text Messaging While driving jun 2020 52.225-1 buy American-supplies oct 2022 52.225-13 restrictions On Certain Foreign Purchases feb 2021 52.232-33 payment By Electronic Funds Transfer-system For Award management oct 2018 52.232-40 providing Accelerated Payments To Small Business subcontractors mar 2023 852.212-71 gray Market And Counterfeit Items feb 2023 852.212-72 gray Market And Counterfeit Items (deviation) feb 2023 852.219-73 va Notice Of Total Set-aside For Certified Service-disabled veteran-owned Small Business (deviation) jan 2023 page 10 Of 13 page 1 Of 18 vaar 852.203-70 Commercial Advertising (may 2018) the Bidder Or Offeror Agrees That If A Contract Is Awarded To Him/her, As A Result Of This Solicitation, He/she Will Not Advertise The Award Of The Contract In His/her Commercial Advertising In Such A Manner As To State Or Imply That The Department Of Veterans Affairs Endorses A Product, Project Or Commercial Line Of Endeavor. (end Of Clause) vaar 852.211-70 Equipment Operation And Maintenance Manuals (nov 2018) the Contractor Shall Follow Standard Commercial Practices To Furnish Manual(s), Handbook(s) Or Brochure(s) Containing Operation, Installation, And Maintenance Instructions, Including Pictures Or Illustrations, Schematics, And Complete Repair/test Guides, As Necessary, For Technical Medical Equipment And Devices, And/or Other Technical And Mechanical Equipment Provided Per All Clin S. The Manuals, Handbooks Or Brochures Shall Be Provided In Hard Copy, Soft Copy Or With Electronic Access Instructions, Consistent With Standard Industry Practices For The Equipment Or Device. Where Applicable, The Manuals, Handbooks Or Brochures Will Include Electrical Data And Connection Diagrams For All Utilities. The Documentation Shall Also Contain A Complete List Of All Replaceable Parts Showing Part Number, Name, And Quantity Required. (end Of Clause) vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation) this Solicitation Includes Vaar 852.219-10 Va Notice Of Total Service-disabled Veteran- Owned Small Business Set-aside (nov 2020); accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. all Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause) page 12 Of 13 page 1 Of 18 vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) definitions. As Used In This Clause contract Financing Payment Has The Meaning Given In Far 32.001. designated Agency Office Has The Meaning Given In 5 Cfr 1315.2(m). electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests. invoice Payment Has The Meaning Given In Far 32.001. payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract. electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required. data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following: va S Electronic Invoice Presentment And Payment System. (see Web Site At Http://www.fsc.va.gov/einvoice.asp.) any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org) Includes Additional Information On Edi 810 And 811 Formats. invoice Requirements. Invoices Shall Comply With Far 32.905. exceptions. If, Based On One Of The Circumstances Below, The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For: awards Made To Foreign Vendors For Work Performed Outside The United States; classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information; contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies; solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above. (end Of Clause) vaar 852.246-71 Rejected Goods (oct 2018) supplies And Equipment. Rejected Goods Will Be Held Subject To Contractor S Order For Not More Than 15 Days, After Which The Rejected Merchandise Will Be Returned To The Contractor's Address At The Contractor S Risk And Expense. Expenses Incident To The Examination And Testing Of Materials Or Supplies That Have Been Rejected Will Be Charged To The Contractor. perishable Supplies. The Contractor Shall Remove Rejected Perishable Supplies Within 48 Hours After Notice Of Rejection. Supplies Determined To Be Unfit For Human Consumption Will Not Be Removed Without Permission Of The Local Health Authorities. Supplies Not Removed Within The Allowed Time May Be Destroyed. The Department Of Veterans Affairs Will Not Be Responsible For, Nor Pay For, Products Rejected. The Contractor Will Be Liable For Costs Incident To Examination Of Rejected Products. (end Of Clause) page 13 Of 13 instruction To Offerors all Quoters Shall Submit Your Quotes No Later Than January 27, 2025, At 10:00am (est), Via Email To Joseph.locke@va.gov. Please Place In Attention: 36c24725q0209 Surgical Drills In The Subject Line Of Your Email. All Offers Must Include The Solicitation Number. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail No Later Than January 23, 2024, At 12:00pm (est), Via The Same Email Address. Questions Received Later Than This Time/date May Not Receive A Response. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: technical price any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact joseph Locke contracting Officer network Contracting Office 7 Joseph.locke@va.gov

U S COAST GUARD USA Tender

Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: This Combined Synopsis/solicitation For Services Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued. the Solicitation Number Is 37130pr250000028 applicable North American Industry Classification Standard (naics) Codes Are: 332618 other Fabricated Wire Product Manufacturing this Requirement Is For A Fixed Price Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15 the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Best Value. when Submitting Your Proposals, Request A Price Breakdown Of The Following: a. Cost Of Labor And Supervision b. Cost Of Materials And Equipment Needed To Perform The Work. prospective Contractors Shall Also Provide Along With Your Proposal Past Performance Documents Which Will Be Used To Determine Expertise To Perform Such Work. contract Will Be Awarded To The Vendor Who Can Perform The Work Outlined In The Provided Sow. Past Performance And Cost Factors Will Also Be Used When Selecting The Award. anticipated Award Date: 10 Business Days After Close Of Solicitation, Ooa 11 Feb 2025 ***quotes Are To Be Received No Later Than Close Of Business (3 Pm Est) On Friday Jan 31, 2025. Quotes Can Be Emailed To: Mehdi.bouayad@uscg.mil quotations Sent Via The Us Postal Service Or Hand Delivered Should Be Sent To: commanding Officer Procurement & Contracting Miami 16001 Sw 117th Ave miami, Fl 33177 telephone Requests Of Quotes, Will Not Be Accepted, A Formal Notice Of Changes (if Applicable) Will Be Issued In (sam.gov | Workspace) wage Determinations: Service Contract Act Wd # 2015-4571, Revised 12/23/2024 ****** Site Visit Is Highly Recommended, However Not Mandatory, Will Be Hosting A One-day Site Visit On Wednesday 22 January 2025, At 10 Am Est At The Project Site, Please Coordinate With Emc Malcolm Holmes, Who Is The Poc On The Project. (poc Information Is Below) email: Malcolm.e.holmes@uscg.mil phone: (727) 824-7584 location Of Project: Uscg Sector St. Petersburg And Marine Safety Office Davis Island 600 8th Ave. Se st. Petersburg, Fl 33701 point Of Contact the Government Point Of Contact (poc) For This Work Is Emc Malcolm Holmes, Phone Phone: (727) 824-7584, Email: Malcolm.e.holmes@uscg.mil the Contractor Shall Coordinate With The Poc To Minimize Interference With Coast Guard Operations Or Personnel. All Work Shall Be Coordinated With Other Trades Involved In The Project And Carefully Laid Out In Advance. performance Period: Performance Of Work Is Expected To Commence Nlt 7-10 Business Days After Award Is Made. Anticipated Award Date: 07 Feb 2025 q&a’s: Questions Concerning The Work Requested Must Be Sent To Mehdi.bouayad@uscg.mil By Cob Friday Jan 24, 2025. These q&a’s Will Be Answered And Posted To This Solicitation As An Amendment Prior To Close Of Solicitation. xi: Scope Of Work: Statement Of Work For The Replacement Of Gate Operator And Increase Elevation For uscg Sector St. Petersburg 600 8th Ave. Se st. Petersburg, Fl 33701 and marine Safety Office Davis Island 1301 Beach Dr. Se, st Petersburg, Fl 33701. part 1 General intent: The Intent Of This Project Is To Replace The Gate Operators And Increase Gate Elevation At Sector St. Petersburg And Davis Island To Ensure Proper Transferring Capabilities In A Power Loss Scenario. scope Of Work This Project Involves Upgrading The Gate System By Installing New Safety And Operational Components. The Contractor Shall Provide And Install 04 Max Rhino 4000 24vdc Slide Gate Operators Or Equivalent Equipment, Ensuring That All Installation Is Performed In Compliance With The Manufacturer’s Instructions. The Gate Operators Must Be Suitable For Gates Measuring 60 Feet In Length And Weighing Up To 4,000 Lbs. The System Shall Operate On A 115/230vac Power Source Or 24vdc Solar Power, With A 24vdc Operational Voltage. The Gate Operators Must Feature Continuous Duty Brushless Motors, Capable Of Opening Gates At Speeds Of Approximately 10 To 19 Inches Per Second. Each Unit Shall Include A 24vdc Battery Backup System With Four 7-ah Batteries, Allowing Up To 200 Full Cycles On Backup Power. The Installation Shall Also include A 30-foot #50 Nickel-plated Chain, An Entrapment Prevention Device, And Six Optex 50tnr Dual-beam Photocells With Battery-powered Transmitters. Additionally, All Gate Chains Must Be Replaced With #40 Dacromet-coated Rust-resistant Chains. The Installation Requires Operator Riser Plates Measuring 2 Feet In Height, Each Mounted On 2 1/2-inch Ss40 Posts, With A Total Of Four Riser Plates To Be Provided. Existing Wiring Shall Be Extended To The New Operator Locations Using Watertight Junction Boxes, And The Contractor Shall Handle The Removal And Disposal Of Existing Operators. On-site Welding Will Be Necessary For The Installation Of Chain Brackets, And The System Must Include Five Optex Virtual Loops With A Range Of Up To 16 Feet. The Contractor Is Responsible For Ensuring The Installation Meets Industry Standards And That The Manufacturer’s 3-year Limited Warranty Is Maintained. On-site Welding Will Be Performed As Needed For The Installation Of Chain Brackets, Ensuring Structural Integrity And Proper Alignment. 3. Qualifications: Contractor Shall Provide Personnel Who Have The Knowledge, Qualifications, And Working Experience To Perform The Functions Outlined In The Performance Requirements And Shall Be A Licensed And Certified To Conduct Clean Up And Remediation Activities. All Personnel Shall Have At A Minimum An Understanding Of Operation, Maintenance Procedures, And Regulatory Requirements Associated With The Work Outlined In This Sow. continuity Of Facilities Operation: Schedule Work To Minimize Interference With The Facility’s Normal Operations. Perform All On-site Work Between The Hours Of 8:00 Am And 4:00 Pm, Monday Through Friday (federal Holidays Excluded), Unless Otherwise Approved By The Contracting Officer Or Contracting Officer’s Representative. government Furnished Materials: None part 2 Performance Standards 1. Performance Requirements: Contractor Shall Provide The Following Services: a. Removal Of All Components In Current Gate Operators At Sector St. Petersburg And Davis Island b. Installation Of All Gate Operators, Components, Safety Accessories And Elevation Lift At Sector St. Petersburg North And South Pier c. Testing Of Installed Equipment At Sector St. Petersburg North And South Pier d. All Work Working Equipment Will Be Return To The Unit e. All Damage Equipment Will Be Deposal Of By Contractor. f. Testing Of Installed Equipment At Davis Island. 2. Contractor Shall Be Responsible For Daily Removal Of All Construction Debris And Shall Ensure That Job Site Cleanliness Is Maintained For The Duration Of The Work. a. Site Assessment: 1) Conduct A Thorough Assessment Of The Installation Site. 2) Site Visit: All Bidders Are Strongly Encouraged To Visit The Site To Verify Any/all Quantities Before Submitting Bids. Interested Parties Shall Coordinate Site Visits With Emc Malcom Holmes @ (727) 824-7584 / Malcom.e.holmes@uscg.mil 3. Performance Standards. Proper Adherence To All Osha And Industry Safety Procedures Is Required Prior, During And After Work Being Performed. The Contractor Shall Furnish All Personnel With And Require Donning Of Required Personal Protective Equipment (ppe). The Contractor Shall Safeguard The Public And Government Personnel, Property, Materials, Supplies, And Equipment Exposed To Contractor Operations And Activities, And Avoid Interruptions Of Government Operations In The Performance Of Services. dcc Timothy Bakels email: Timothy.g.bakels@uscg.mil (727) 824-7599 emc Malcolm Holmes email: Malcolm.e.holmes@uscg.mil (727) 824-7584 4. Conditions Affecting The Work: The Contractor Should Visit The Site And Take Such Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, The General And Local Conditions Which Can Affect The Cost Of The Work Thereof. Failure To Do So Will Not Relieve Bidders From Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Government Will Assume No Responsibility For Any Understanding Or Misrepresentations concerning Conditions Made By Any Of Its Officers Or Agents Prior To The Execution Of The Contract, Unless Included In The Request For Quotes, The Specification Or Related Documents. 5. After Award Of The Contract: The Contractor Must Immediately Notify The Contracting Officer’s Qae Representative Of The Intended Start Date. The Work Shall Be Done In Accordance With The Specification. 6. Oral Modification: No Oral Statements Of Any Person Other Than The Contracting Officer Shall In Any Manner Or Degree, Modify Or Otherwise Affect The Terms Of This Contract. 7. Workmanship: All Work Shall Be Accomplished With The Best Standard Practices, And By Workmen Thoroughly Experienced In The Required Trades. The Work Shall Be Supervised By Experienced Personnel And Shall Be Satisfactory To The Contracting Officer. 8. Permits: The Contractor Shall Without Additional Expense To The Government, Obtain All Appointments, Licenses, And Permits Required For The Prosecution Of The Work. The Contractor Shall Comply With All Applicable Federal, State And Local Laws. 9. Clean Up: All Trash And Debris Shall Be Removed From The Site Daily. The Job Site Shall Be Left In A Clean And Neat Manner. 10. . Work Outside Regular Hours: If The Contractor Desires To Carry On Work On Saturday, Sunday, Holidays Or Outside The Unit’s Regular Hours (0730-1600), They Must Submit Their Request In Writing To The Contracting Officer’s Qae Representative For Approval Consideration. The Contractor Shall Allow Ample Time To Enable Satisfactory Arrangements To Be Made By The Government For Inspecting The Work In Progress. 11. Upon Completion Of Work: Contact The Contracting Officer’s Qae Representative To Arrange For Inspection/acceptance Of Work. 12. Liability Of Damages. The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers, The Public, And The Property Of Others. 13. 15. Safety Requirements: 14. Responsibilities:all Contractors Working On Uscg Facilities Shall Abide By All Federal Safety Regulations As Published By The Occupational Health And Safety Administration, 29 Cfr 1910 (series), 29 Cfr 1925 (series) And 29 Cfr 1926 (series). Contractor Written Safety Programs Shall Be Reviewed By The Safety Officer Prior To Starting Work. 15. Written Notification Must Be Provided To The Cg Sector St. Petersburg’s Assistant Safety Officer, Cwo Justin David @ (619) 788-7170 In Their Capacity As Fire Marshal Of Any Activity That Could Potentially Cause Fire Or Explosion Or Those Changes Or Reduces The Capability Of Fighting A Fire Or Explosion. Some Examples Of Qualifying Activities Are A Fire Hydrant Or Fire Suppression System That Must Be Taken Out Of Service For Any Reason, Electrical Work That Affects Fire Alarm Systems, Introduction Of Hazardous Or Flammable Material Onto The Unit, And Blocking Of Any Egress Routes Or Emergency Vehicle Routes. Inclusion Of This Information In The Contract Constitutes Written Notification If The Outsource Review Sheet Is Signed By Safety Officer. 16. Copies Of The Following Must Be Provided To The Safety Officer, Prior To Starting Work In Affected Areas: Confined Space Entry Permits, Hot Work Chits, And Dig Chits. Confined Space Clearance Must Be Conducted By A Certified Marine Chemist And Permit Required Spaces Will Have A Copy Of The Permit Posted On Site During Work. Hot Work applicable Far Clauses 52.212-1 -- Instructions To Offerors -- Commercial Items. (deviation 2018-o0018) Instructions To Offerors -- Commercial Items (sept 2023) 52.212-3 Offeror Representations And Certifications -- Commercial Items (may 2024) 52.212-4 Contract Terms And Conditions—commercial Items (oct 2018) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (nov 2023) 52.222-41 Service Contract Labor Standards (aug 2018) work Hours: Monday Through Friday, 0730 – 1800 (7:30 Am – 3 Pm) No Weekends Or Holidays Authorized. see Attached Applicable Far Clauses By Reference. offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov. request Company’s Tax Id Information And Uei Number. vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award. vendors Must Ensure That The Above Listed Naics Codes Are Listed On Their Sam Registration To Perform This Type Of Service.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: Combined Refrigerator / Freezers this Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. This Commercial Item Is Being Conducted Under Far Part 13 Simplified Acquisition Procedures. Va Will Conduct The Procurement According Of Far Part 12 Acquisition Of Commercial Items And Far Part 13 Simplified Acquisition Procedures. solicitation Number 36c24w25q0029. This Solicitation Is Issued As A Request For Quotation (rfq). The Government Requires That All Contractors Doing Business With This Office Be Registered With The System For Award Management (sam). No Award Can Be Made To A Company That Is Not Registered In Sam. For Additional Information And To Register In Sam, Access The Website At Https://ww.sam.gov/. Please Ensure Representations And Certifications Are Complete To Allow Contracting Officers To Determine Your Business Size And Any Additional Socio-economic Categories, If Applicable. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular: 2025-03, 01/17/2025. this Is A Service-disabled Veteran-owned Small Business (sdvosb) Set-aside. Naics Code 335220 Business Size: 1500 Employees item no. description quantity unit estimated Unit cost 1 Lab Refrigerator / Freezer Combination Unit combination Lab Refrigerator/freezer 18 Cubic Ft Capacity temperature Range: Approximately 2â°c To 8â°c For Refrigerator And 0â°c To -23â°c; Adjustable Temperature Control refrigerant: R290 2 Doors 2 Adjustable Shelves Each In Refrigerator And Freezer stainless Steel automatic Defrost locking Casters exterior Dimensions: Approximately 27.5 X 34 X 84 electrical Requirements: 115v/60 Hz must Be Medical Grade, Capable Of Storing Pharmaceuticals Or Lab Samples 1 ea 2 Lab Refrigerator / Freezer Combination Unit combination Lab Refrigerator/freezer 18 Cubic Ft Capacity temperature Range: Approximately 2â°c To 8â°c For Refrigerator And 0â°c To -23â°c; Adjustable Temperature Control refrigerant: R290 2 Doors 2 Adjustable Shelves Each In Refrigerator And Freezer stainless Steel automatic Defrost locking Casters exterior Dimensions: Approximately 27.5 X 34 X 84 electrical Requirements: 115v/60 Hz must Be Medical Grade, Capable Of Storing Pharmaceuticals Or Lab Samples 2 ea description Of Item: Brand Name Or Equal: Combination Refrigerator / Freezers For Castle Rock Outpatient Clinic date And Place Of Delivery: Items Needs To Be Delivered And Or Installed After Receipt Of Purchase Order No Later Than February 28, 2025 To: department Of Veterans Affairs lt. Col. John W. Mosley Va Clinic castle Rock Outpatient Clinic 1700 N. Wheeling Street aurora, Co 80045 delivery Shall Be Freight On Board (fob)- Destination. The Vendor Is Required To Define The Need For A Staging Area To Accommodate Item Delivery, If Needed. Post-award, This Information Will Be Confirmed With The Vendor. The Delivery Of Items Identified In This Document Shall Take Place During Normal Business Hours Which Are Defined As: 0800 To 1500 (i.e.: 8:00am To 3:00pm Pacific Standard Time), Monday Through Friday, And Excluding Federal Holidays. Labeling Of Delivered Items Shall Include The Va Facilities Contract Number And Va Purchase Order Number For Identification And Reference Upon Receipt Of Product. if The Vendor Requires The Use Of The Government S Activation Contractor S Warehouse To Meet The Requirements Of This Contract The Vendor Must Provide A Certificate Of Insurance Prior To The Delivery And Offloading Of The Item(s). This Insurance Certificate Must Be Completed And Presented To The Activation Contractor Prior To Delivery. The Vendor Shall Communicate Through The Va Poc Any Required Coordination Requirements. The Vendor Shall Provide A Completed Va Form 6550 With Submittal Documents For Any And All Item(s) That May Connect To The Va Network And Medical Devices That Store Sensitive Patient Information. far 52.212-1, Instructions To Offerors Commercial Items (sep 2023), Applies To This Acquisition. Addendum To Far 52.212-1 Instructions To Offerors Commercial. instructions To Offerors evaluation Factors For Award quotations Due 01/28/2025 At 10:00 A.m. Est (09:00 A.m. Cst). email Quotes To Ullainee.fowler@va.gov point Of Contact: ullainee Fowler contract Administrator regional Procurement Office West (rpo West) 3237 Peacekeeper Way building 200 Suite 204 mcclellan Park, Ca 95652 phone: 210-694-6330 ullainee.fowler@va.gov i. Offer Submittal Instructions: contractor S Administration Data company Name contact Person title address city/state/zip phone fax e-mail tax Id No unique Entity Identifier (eui) provide A Complete Quote Per Line Items (v) And (vi) Listed Above. acknowledge Any And All Amendments To Solicitations. complete And Return Provision 52.212-3 With Quote. Offerors May Either (1) Complete All Relevant Portions Of The Provision Or (2) Complete Paragraph (b) Of The Provision And Indicate That It Has Completed Official Representations And Certifications Online Through Www.sam.gov contract Pricing And Delivery Period: All Pricing Shall Be Invoiced Based On Price Schedule And The Salient Characteristics. offeror Shall Submit Information Supporting Past Performance In Providing Combination Refrigerator/ Freezers, Accessories As Listed In The Statement Of Work. subject Line Of E-mail Shall Be Quote 36c24w25q0029 Combination Refrigerator / Freezers period For Acceptance Of Offers: The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers. failure To Submit A Complete Offer May Result In An Unacceptable Determination. Late Submissions Will Be Set-aside As Unacceptable And Will Be Evaluated Only If It Benefits The Government. far 52.212-2, Evaluation Simplified Acquisition Procedures (nov 2021), Applies To This Acquisition. the Government Will Select The Quote That Represents The Best Benefit To The Government At A Price That Can Be Determined Fair And Reasonable. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. basis For Award: The Government Will Select The Offeror That Represents The Best Benefit To The Government At A Price That Can Be Determined Fair And Reasonable. Following Receipt Of Offers, The Government Will Perform A Comparative Evaluation, In Accordance With Far 13.106-2(4)(ii) Of The Proposed Services. The Government Will Compare Offers To One Another To Select The Service That Best Benefits The Government By Fulfilling The Requirement. The Evaluation Of Government Requirements Outlined In This Request For Quote Will Determine Suitability. the Government Intends To Award A Purchase Order Resulting From This Solicitation To The Vendor, Who Can Provide The Supplies To Meet This Requirement. This Is A Competitive Comparative Analysis Selection In Which Competing Offeror S Past Performance, Technical And Price Will Be Evaluated To Determine Who Represents The Greatest Benefit To The Government At A Price That Can Be Determined Fair And Reasonable. By Submission Of Its Offer, The Offeror Accedes To All Solicitation Requirements, Including Terms And Conditions, Representations And Certifications, And Technical Requirements. Failure To Meet A Requirement Or Inability To Perform Or Provide All Goods And Services Requested Shall Result In An Offer Being Determined Technically Incapable. Offerors Must Clearly Identify Any Exception To The Solicitation Terms And Conditions And Provide Complete Accompanying Rationale. The Evaluation Process Shall Proceed As Follows: following Receipt Of Quotes, The Government Will Perform A Comparative Analysis Of The Goods And Services Quoted. The Government Will Compare Quotes To One Another To Select The Vendor That Best Benefits The Government In Fulfilling The Requirement. The Evaluation Of Government Requirements Outlined In The Request For Quote Will Determine Suitability. the Government Will Evaluate Quotes For Award Purposes Using The Following Factors: 1) Past Performance 2) Technical Capability 3) Price factor 1: Past Performance The Contractor Shall Provide The Following Documentation With Their Offer: two (2) References From Comparable Government Contracts Or Successful Commercial Contracts For Refrigeration Equipment. factor 2: Technical Capability The Contractor Shall Provide The Following Documentation With Their Offer: capability Statement, Maximum 2 Pages Which Can Validate Technical Capability: Capability Statement Should Include A Description Of Technical Approach, Dimensions To Ensure The Proper Fit, And Techniques To Provide The Salient Characteristics Promptly And Expertly. factor 3: Price The Contractor Shall Provide The Following Documentation With Their Offer: pricing: Contractor Shall Submit Unit Prices Rounded To The Nearest Hundredth. Prices Should Be Documented On The Price/cost Schedule. Please Ensure Unit Price And Total Amounts Are Correct. period For Acceptance Of Offers: The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers. prices Will Be Evaluated For Completeness And Reasonableness. Unrealistically High Or Low Proposed Costs Or Prices, Initially Or Subsequently, May Be Grounds For Eliminating An Offeror From Competition Either On The Basis That The Offeror Does Not Understand The Requirement Or Has Submitted An Unrealistic Offer. Additionally, Unbalanced Pricing Poses An Unacceptable Risk To The Government And May Be Reason To Reject An Offer. The Burden Of Proof For Credibility Of Proposed Costs/prices Rests With The Offeror. The Government Reserves The Right To Amend The Solicitation And Remove Any Set-aside Should Pricing Of All Quotes Be Found Unreasonable. 52.212-3, Offerors Are To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, With Its Offer. far 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition, As Well As The Following Addenda: 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause) 52.204-13 System For Award Management Maintenance 52.204-18 Commercial And Government Entity Code Maintenance (end Of Addendum To 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Order-commercial Items, Applies To This Acquisition. 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) 52.204 27, Prohibition On A Bytedance Covered Application (jun 2023) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) 52.219 28, Post-award Small Business Program Representation (sep 2023) 52.222 19, Child Labor Cooperation With Authorities And Remedies (nov 2023) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). 52.222 26, Equal Opportunity (sep 2016) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) 52.222-50, Combating Trafficking In Persons (nov 2021) 52.225-3, Buy American--free Trade Agreements--israeli Trade Act (nov 2023) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.226 8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.229 12, Tax On Certain Foreign Procurements (feb 2021) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) vaar Clauses 852.203-70 Commercial Advertising (may 2018) the Contractor Shall Not Make Reference In Its Commercial Advertising To Department Of Veterans Affairs Contracts In A Manner That States Or Implies The Department Of Veterans Affairs Approves Or Endorses The Contractor S Products Or Services Or Considers The Contractor S Products Or Services Superior To Other Products Or Services. (end Of Clause) b) 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Certified For Ownership And Control Pursuant To 38 U.s.c. 8127, 13 Cfr 128, And Is Listed As Certified In The Sba Certification Database At Https://veterans.certify.sba.gov/; And (v) The Business Agrees To Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size, Government Contracting, And The Veteran Small Business Certification Program At 13 Cfr Parts 121, 125, And 128. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)). (5) The Term Sdvosb Participant Or Certified Sdvosb Means A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102). (b) General. In Order For A Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128. (1) Offers Received From Entities That Are Not Certified Sdvosbs And Listed In The Sba Certification Database At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Certified Sdvosb Listed In The Sba Certification Database Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Certified Sdvosbs Listed In The Sba Certification Database Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible And Certified Sdvosb As Defined In This Clause, 13 Cfr 121, 125, And 128, And Vaar Subpart 819.70. (d) Agreement/los Certification. When Awarded A Contract Action, Including Orders Under Multiple Award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size, And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting (los) Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. For The Purpose Of Limitations On Subcontracting, Only Certified Sdvosbs Listed In The Sba Certification Database (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Los Certification Requirements In This Solicitation (see 852.219 75 Or 852.219 76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/ Vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Cfr 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. (5) Subcontracting. An Sdvosb Subcontractor Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Certified And Listed In The Sba Certification Database To Count As Similarly Situated. Any Work That A First Tier Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: [] By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or [] By The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfr 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Veteran Small Business Certification Program And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company S Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406 2 Causes For Debarment). (end Of Clause) c) Vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) [ ] In The Case Of A Contract For Supplies Or Products (other Than From A Nonmanufacturer Of Such Supplies), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (ii) [ ] In The Case Of A Contract For Supplies From A Nonmanufacturer, It Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Is Granted. The Offeror Understands That, As Provided In 13 Cfr 121.406(b)(7), Such A Waiver Has No Effect On Requirements External To The Small Business Act, Such As The Buy American Act Or The Trade Agreements Act. (2) Manufacturer Or Nonmanufacturer Representation And Certification. [offeror Fillin Check Each Applicable Box Below. The Offeror Must Select The Applicable Provision Below, Identifying Itself As Either A Manufacturer Or Nonmanufacturer]: (i) [] Manufacturer Or Producer. The Offeror Certifies That It Is The Manufacturer Or Producer Of The End Item Being Procured, And The End Item Is Manufactured Or Produced In The United States, In Accordance With Paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The Offeror Certifies That It Qualifies As A Nonmanufacturer In Accordance With The Requirements Of 13 Cfr 121.406(b) And Paragraph (a)(1)(ii). The Offeror Further Certifies It Meets Each Element Below As Required In Order To Qualify As A Nonmanufacturer. [ ] The Offeror Certifies That It Does Not Exceed 500 Employees (or 150 Employees For The Information Technology Value Added Reseller Exception To Naics Code 541519, Which Is Found At 13 Cfr 121.201, Footnote 18). [ ] The Offeror Certifies That It Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied. [ ] The Offeror Certifies That It Will Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice. (iii) [ ] The Offeror Certifies That It Will Supply The End Item Of A Small Business Manufacturer, Processor, Or Producer Made In The United States, Unless A Waiver As Provided In 13 Cfr 121.406(b)(5) Has Been Issued By Sba. [contracting Officer Fill-in Or Removal (see 13 Cfr 121.1205). This Requirement Must Be Included For A Single End Item. However, If Sba Has Issued An Applicable Waiver Of The Nonmanufacturer Rule For The End Item, This Requirement Must Be Removed In The Final Solicitation Or Contract.] Or [contracting Officer Tailor Clause To Remove One Or Other Block Under Subparagraph (iii).] [ ] If This Is A Multiple Item Acquisition, The Offeror Certifies That At Least 50% Of The Estimated Contract Value Is Composed Of Items That Are Manufactured By Small Business Concerns. [contracting Officer Fill-in Or Removal. See 13 Cfr 121.406(d) For Multiple End Items. If Sba Has Issued An Applicable Nonmanufacturer Rule Waiver, This Requirement Must Be Removed In The Final Solicitation Or Contract.] (3) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (4) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract Or To Determine Whether The Offeror Qualifies As A Manufacturer Or Nonmanufacturer In Compliance With The Limitations On Subcontracting Requirement. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee: ___________ printed Title Of Signee: _____________ signature: ____________ date: ______________ company Name And Address: _______________ (end Of Clause) d) 852.232-72 Electronic Submission Of Payment Requests (nov 2018) (a) Definitions. As Used In This Clause (1) Contract Financing Payment Has The Meaning Given In Far 32.001; (2) Designated Agency Office Means The Office Designated By The Purchase Order, Agreement, Or Contract To First Receive And Review Invoices. This Office Can Be Contractually Designated As The Receiving Entity. This Office May Be Different From The Office Issuing The Payment; (3) Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests; (4) Invoice Payment Has The Meaning Given In Far 32.001; And (5) Payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract. (b) Electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required. (c) Data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following: (1) Va S Electronic Invoice Presentment And Payment System At The Current Website Address Provided In The Contract. (2) Any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi). (d) Invoice Requirements. Invoices Shall Comply With Far 32.905. (e) Exceptions. If, Based On One Of The Circumstances In This Paragraph (e), The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For (1) Awards Made To Foreign Vendors For Work Performed Outside The United States; (2) Classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information; (3) Contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies; (4) Solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or (5) Solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above. (end Of Clause) e) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor. (end Of Clause) f) 852.246-71 Rejected Goods (oct 2018) (a) Supplies And Equipment. Rejected Goods Will Be Held Subject To Contractor S Order For Not More Than 15 Days, After Which The Rejected Merchandise Will Be Returned To The Contractor S Address At The Contractor S Risk And Expense. Expenses Incident To The Examination And Testing Of Materials Or Supplies That Have Been Rejected Will Be Charged To The Contractor. (b) Perishable Supplies. The Contractor Shall Remove Rejected Perishable Supplies Within 48 Hours After Notice Of Rejection. Supplies Determined To Be Unfit For Human Consumption Will Not Be Removed Without Permission Of The Local Health Authorities. Supplies Not Removed Within The Allowed Time May Be Destroyed. The Department Of Veterans Affairs Will Not Be Responsible For, Nor Pay For, Products Rejected. The Contractor Will Be Liable For Costs Incident To Examination Of Rejected Products. (end Of Clause) the Submission Date And Time Of Proposals Are As Follows: quotations Due 01/28/2025 At 10:00 A.m. Est (09:00 A.m. Cst). email Only: Ullainee.fowler@va.gov see Attached Sow-salient Characteristics

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Civil Works Others, Security and Emergency Services
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: Page 1 Of 11 Page 1 Of 14 Page 15 Of 16 Page 1 Of Page 1 Of Description This Is A Combined Synopsis Solicitation (css) For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services., Using Simplified Acquisition Procedures Found At Far Part 13 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation Number 36c24425q0194 Is Being Issued As A Request For Quote (rfq). The Government Anticipates Awarding One, One-year Period Of Performance, Firm-fixed-price Contract Resulting From This Solicitation For The Repairs Specified Only. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 (effective Date 08/29/2024) And Can Be Found At: Far | Acquisition.gov . The Associated North American Industrial Classification System (naics) Code For This Procurement Is 238310 With A Small Business Size Standard Of $19.0 Million And The Product/service Code Is: H912 This Solicitation Is A Service Disabled Veteran Owned Small Business Set-aside. â This Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Is At: Http://www.sam.gov . Confirmation Of Sam Registration Will Be Validated Prior To Awarding A Contract.â â The Veterans Integrated Service Network 04 (visn4), Has A New Requirement For Fire Barrier Repair Services At The Wilkes-barre Va Medical Center As Listed In The Statement Of Work (sow), Attachment A.ââ â The Contractor Shall Provide All Necessary Requirements Cited In The Sow. All Work Is To Be Performed In Accordance With Applicable Federal, State, And Local Regulations Or Ordinances. All Interested Offerors Shall Provide A Quotation For The Following: Pricing Schedule, Attachment B. Place Of Performance: Wilkes-barre Vamc. Visn-04 Intends To Award One-year Contract With A Period Of Performance Of Approximately: 1/10/2025-1/9/2026. A Complete Description Of The Services To Be Acquired, And/or Applicable Government Need(s) Are As Follows: See Attachment A: Statement Of Work. Contracting Office Address: Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) Va Pittsburgh Medical Center 1010 Delafield Rd., Pittsburgh, Pa 15215 Contract Specialist: Andrew Chmielewski 52.212-4, Contract Terms And Conditions - Commercial Products And Commercial Services (nov 2023) 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Clause) Far Number Title Date 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights Nov 2023 52.204-9 52.204-13 Personal Identity Verification Of Contractor Personnel System For Award Management Maintenance Jan 2011 Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 Far 52.237-2 Protection Of Government Buildings, Equipment, And Vegetationâ(apr 1984) The Contractorâshallâuse Reasonable Care To Avoid Damaging Existing Buildings, Equipment, And Vegetation On The Government Installation. If The Contractor S Failure To Use Reasonable Care Causes Damage To Any Of This Property, The Contractorâshallâreplace Or Repair The Damage At No Expense To The Government As Theâcontracting Officerâdirects. If The Contractor Fails Or Refuses To Make Such Repair Or Replacement, The Contractorâshallâbe Liable For The Cost, Whichâmayâbe Deducted From The Contract Price. (end Of Clause) Vaar 852.203-70 Commercial Advertising (may 2018) Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. Certification I Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. Printed Name Of Signee: ___________ Printed Title Of Signee: _____________ Signature: ____________ Date: ______________ Company Name And Address: _______________ (end Clause) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2024). The Following Subparagraphs Are Applicable: Subparagraph (b)(5), (b)(9), (b)(11), (b)(12), (b)(23), (b)(25), (b)(26), (b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(36), (b)(37), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59). Subparagraph (c)(1), (c)(2) Class 25190/ Monetary Wage-fringe Benefits $34.69, (c)(7), (c)(8). The Following Solicitation Provisions Apply To This Acquisition And May Be Incorporated By Reference: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Provision) Far Number Title Date 52.204-7 System For Award Management Oct 2018 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.229-11 Tax On Certain Foreign Procurements Notice And Representation Jun 2020 852.233-70 852.239-75 Protest Content/alternative Dispute Resolution Information And Communication Technology Accessibility Notice Oct 2018 Feb 2023 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance (nov 2021) 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Single Period Of Performance Contract Resulting From This Solicitation. 52.233-2 Service Of Protest (sep 2006) Notify The Following: Nicholas Guzenski Through Va Email: Nicholas.guzenski@va.gov 852.233 70, Protest Content/alternative Dispute Resolution (oct 2018) (end Of Clause) Addendum To Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services: Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Quotes In Response To This Rfq Are Due On 2:00 Pm (est), Monday, December 30, 2024. Quotes Shall Be Submitted In Writing And Sent Via Email To Contracting Specialist: Andrew Chmielewski; Andrew.chmielewski@va.gov. Please Insert Solicitation Number 36c24425q0194 Wilkes-barre Fire Barrier Repair Services In The Subject Line Of Your Email. All Submissions Shall Be 5mb Or Less. If The Email Is More Than 5mb, Submit Multiple Emails Labeling Them 1 Of Xx, 2 Of Xx, Etc. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Shall Be Forwarded In Writing Via Email To The Contracting Specialist By 2:00 Pm Est, Thursday December 26, 2024. Questions Will Not Be Accepted After This Date. Responses To The Offeror S Question(s) Will Be Posted Via An Amendment On Sam.gov / Contract Opportunities Via: Http://www.sam.gov Failure To Follow All Instructions May Result In Offeror(s)s Being Determined As Non-responsive And Be Removed From This Competition. All Proposals Shall Be Valid 60 Days From The Quote Response Date. Offeror(s)s Are Cautioned To Be Responsive To All Requirements In The Sow And To Provide Sufficient Information To Allow For Evaluation Of The Quotes. Offeror S Are Required To Submit The Following: Attachment B: Price Schedule: Please Complete Price Information In The Last Two Columns Of Attachment B And Return With Your Quote. To Facilitate The Award Process, All Quotes Shall Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" And A Statement To Acknowledge Amendments, If Applicable. Cover Letter. Offeror(s)s Shall Submit A Cover Letter Identifying Their Company Name, Contact Information, Cage Code, Sam Unique Entity Id (uei) Number Of The Prime And Any Teaming Partner/subcontractor. Offeror(s)s Shall Include A Completed Copy Of The Provision 52.212-3 With Their Quote If The Offeror(s) Has Not Completed It Electronically In The System For Award Management (sam), Accessed Via: Http://www.sam.gov Offeror(s)s Shall Submit A Technical Capability Which Shall Address The Following At A Minimum: Staffing/contractor Personnel: Explain Ability To Supply Adequate Staff To Perform Gauge Calibration In Accordance With The Sow. Qualifications: Explain Contractor S Ability To Meet Industry Standards In Accordance With The Sow With Regards To Gauge Calibration. The Contractor Must Include A Signed Copy Of Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Shall Be Submitted With The Solicitation Attachments. Addendum To 52.212-2 Evaluation Commercial Products And Commercial Services The Government Will Perform An Evaluation Using A Comparative Evaluation Of Each Quote. The Government Will Compare Quotes To One Another In Order To Select The Quote That Best Benefits The Government. Comparative Evaluation Will Be Conducted In Accordance With Far 13.106-2(b)(3). The Following Factors Shall Be Used To Evaluate Offeror(s)s: 1. Price 2. Technical Capability (b) A Written Notice Of Award Or Acceptance Of A Quote, Mailed Or Otherwise Furnished To The Successful Offeror(s) Within The Time For Acceptance Specified In The Quote, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept A Quote, Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. The Contracting Officer Will Award One, Firm Fixed Price Contract Resulting From This Rfq To The Responsible Offeror(s) Whose Quote Conforming To The Rfq Is Most Advantageous To The Government. Price The Government Reserves The Right To Award To An Offeror With Other Than The Lowest Price. The Award Will Be Made To The Offeror Whose Quote Represents The Best Overall Value To The Government. Technical The Offeror Clearly Demonstrates In Its Response A Clear Understanding Of All The Government S Requirements And Effective Approach For The Completion Of Service In Accordance With The Sow. Past Performance Offerors Must Have A Record Of Satisfactory Or Neutral Past Performance. If No Record Of Past Performance Is Found, The Offeror Will Receive A Rating Of Neutral. The Government Will Utilize But Is Not Limited To Internal Documentation Including Federal Awardee Performance And Information System (fapiis) For Determining The Past Performance Of Offerors. â Section D - Contract Documents, Exhibits, Or Attachmentsâ â See Attached Document: Attachment A Statement Of Work See Attached Document: Attachment B Price Scheduleââ See Attached Document: Attachment C Wage Determination Point Of Contact Combined Synopsis/solicitation Notice Combined Synopsis/solicitation Notice Page 3 Of 3 Combined Synopsis/solicitation Notice *= Required Field Combined Synopsis/solicitation Notice Page 1 Of 3 Andrew Chmielewski Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) 1010 Delafield Rd., Pittsburgh, Pa 15215 Andrew.chmielewski@va.gov End Of Document

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: The Solicitation Is Amended To Dissolve The Sdvosb Set Aside And Reissue In An Unrestricted Basis. description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 January 17, 2025. this Solicitation Is Unrestricted. Any Business Size Can Participate. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34m. The Fsc/psc Is J065. the Department Of Veterans Affairs, Manchester Nh Va Medical Center Sterile Processing Services (sps) Department, Needs Instrument Maintenance Service. There Are 185 Trays To Be Serviced. see The Attached Statement Of Work With The Equipment List. all Interested Companies Shall Provide Quotations. the Blanket Purchase Agreement Period Of Performance Is 2/1/2025 1/31/2030. place Of Performance/place Of Delivery manchester Vamc 718 Smyth Road manchester, Nh 03104-7007 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services addendum To Far 52.212-1 Instructions To Quoters Commercial Products And Commercial Services (sep 2023) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Requirements Contract Resulting From This Solicitation. (end Of Provision) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Provision) far Number title date 52.204-7 system For Award Management oct 2018 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment nov 2021 52.204-29 federal Acquisition Supply Chain Security Act Orders Representation And Disclosures dec 2023 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.229-11 tax On Certain Foreign Procurements Notice And Representation jun 2020 852.239-75 information And Communication Technology Accessibility Notice feb 2023 (end Of Addendum To 52.212-1) (end Of Provision) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 52.216-18 Ordering (aug 2020) (a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 1/15/2025 Through 1/14/2030. (b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control. (c) A Delivery Order Or Task Order Is Considered "issued" When (1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail; (2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or (3) If Sent Electronically, The Government Either (i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or (ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address. (d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract. (end Of Clause) 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 30 Days. (end Of Clause) vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) (a) Definitions. As Used In This Clause (1) Contract Financing Payment Has The Meaning Given In Far 32.001; (2) Designated Agency Office Means The Office Designated By The Purchase Order, Agreement, Or Contract To First Receive And Review Invoices. This Office Can Be Contractually Designated As The Receiving Entity. This Office May Be Different From The Office Issuing The Payment; (3) Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests; (4) Invoice Payment Has The Meaning Given In Far 32.001; And (5) Payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract. (b) Electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required. (c) Data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following: (1) Va S Electronic Invoice Presentment And Payment System At The Current Website Address Provided In The Contract. (2) Any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi). (d) Invoice Requirements. Invoices Shall Comply With Far 32.905. (e) Exceptions. If, Based On One Of The Circumstances In This Paragraph (e), The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For (1) Awards Made To Foreign Vendors For Work Performed Outside The United States; (2) Classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information; (3) Contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies; (4) Solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or (5) Solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above. (end Of Clause) vaar 852.242-71 Administrative Contracting Officer (oct 2020) The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor. (end Of Clause) 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause) far Number title date 52.203-17 contractor Employee Whistleblower Rights nov 2023 52.204-9 personal Identity Verification Of Contractor Personnel jan 2011 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 852.203-70 commercial Advertising may 2018 852.204-70 personal Identity Verification Of Contractor Personnel may 2020 (end Of Addendum To 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2024) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (a)(1-7), (b)(5), (b)(9), (b)(11), (b)(12), (b)(25), (b)(26), (b)(31), (b)(33), (b)(34), (b)(36), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59), (c)(1), (c)(5),(c)(7),(c)(8), (d), And (e). all Quotes Shall Be Sent To The Point Of Contact At Manases.cabrera@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side-by-side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer's Decision For The Quote Most Favorable To The Government. addendum To 52.212-2 Evaluation Commercial Products And Commercial Services basis For Award. The Government Will Issue A Blanket Purchase Agreement To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Quotations: technical past Performance price veterans Involvement evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. veterans Involvement: In Accordance With Veterans Affairs Acquisition Regulation (vaar) 852.215-70 (deviation), Service-disabled Veteran-owned And Veteran-owned Small Business (vosb) Evaluation Factors, The Government Will Assign Evaluation Credit For A Quoter (i.e., Prime Contractor) Which Is A Service-disabled Veteran-owned Small Business (sdvosb) Or A Vosb. To Receive Credit, An Offeror Must Be Registered And Verified In Vendor Information Pages (vip) Database At Time Of Quotation Submission And At Time Of Award ( Https://www.vip.vetbiz.va.gov/) And Must Meet Federal Small Business Size Standards For The North American Industry Classification System (naics) Code Assigned To This Solicitation. Non-sdvosb/vosb Quotations That Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. Quoters Must State In Their Quotations The Names Of The Sdvosbs And Vosbs With Whom They Intend To Subcontract And Provide A Brief Description Of The Proposed Subcontracts And The Approximate Dollar Values Of The Proposed Subcontracts. In Addition, The Proposed Subcontractors Must Be Registered And Verified In The Vetbiz.gov Vip Database ( Https://www.vip.vetbiz.va.gov/) And Must Meet Federal Small Business Size Standards For The Naics Code Assigned To This Solicitation At Time Of Both Quotation Submission And At Time Of Award. price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum. (end Of Provision) the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than January 28, 2025, At 4:30pm At Manases.cabrera@va.gov the Last Day For Questions Is January 24, 2025, At 4:30pm. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact contracting Poc Manases Cabrera At Manases.cabrera@va.gov

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Security and Emergency Services
Corrigendum : Closing Date Modified
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: Page 1 Of 11 Page 1 Of 14 Page 15 Of 16 Page 1 Of Page 1 Of Description This Is A Combined Synopsis Solicitation (css) For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services., Using Simplified Acquisition Procedures Found At Far Part 13 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation Number 36c24425q0238 Is Being Issued As A Request For Quote (rfq). The Government Anticipates Awarding One, Five-year, Firm-fixed-price Indefinite Delivery - Indefinite Quantity (idiq) Contract Resulting From This Solicitation. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 (effective Date 08/29/2024) And Can Be Found At: Far | Acquisition.gov . The Associated North American Industrial Classification System (naics) Code For This Procurement Is 561790 With A Small Business Size Standard Of $19.0 Million And The Product/service Code Is: H312 This Solicitation Is A Small Business Set-aside. â This Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Is At: Http://www.sam.gov . Confirmation Of Sam Registration Will Be Validated Prior To Awarding A Contract.â â The Veterans Integrated Service Network 04 (visn4), Has A New Requirement For Fire Door Inspection Services At The Wilkes-barre Va Medical Center As Listed In The Statement Of Work (sow), Attachment A.ââ â The Contractor Shall Provide All Necessary Requirements Cited In The Sow. All Work Is To Be Performed In Accordance With Applicable Federal, State, And Local Regulations Or Ordinances. All Interested Offerors Shall Provide A Quotation For The Following: Pricing Schedule, Attachment C. Place Of Performance: Wilkes-barre Vamc. Visn-04 Intends To Award One Five-year Idiq Contract With Orders Anticipated To Begin Approximately: 1/30/2025-1/29/2030. A Complete Description Of The Services To Be Acquired, And/or Applicable Government Need(s) Are As Follows: See Attachment A: Performance Work Statement. Contracting Office Address: Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) Va Pittsburgh Medical Center 1010 Delafield Rd., Pittsburgh, Pa 15215 Contract Specialist: Andrew Chmielewski 52.212-4, Contract Terms And Conditions - Commercial Products And Commercial Services (nov 2023) 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Clause) Far Number Title Date 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights Nov 2023 52.204-9 52.204-13 Personal Identity Verification Of Contractor Personnel System For Award Management Maintenance Jan 2011 Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 52.216-18 Ordering (aug 2020) (a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 1/30/2025-1/29/2030. (b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control. (c) A Delivery Order Or Task Order Is Considered "issued" When (1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail; (2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or (3) If Sent Electronically, The Government Either (i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or (ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address. (d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract. (end Of Clause) 52.216-19 Order Limitations (oct 1995) (a) Minimum Order. When The Government Requires Supplies Or Services Covered By This Contract In An Amount Of Less Than $200.00, The Government Is Not Obligated To Purchase, Nor Is The Contractor Obligated To Furnish, Those Supplies Or Services Under The Contract. (b) Maximum Order. The Contractor Is Not Obligated To Honor (1) Any Order For A Single Item In Excess Of $200.00; (2) Any Order For A Combination Of Items In Excess Of $50,000.00; Or (3) A Series Of Orders From The Same Ordering Office Within 30 Days That Together Call For Quantities Exceeding The Limitation In Paragraph (b)(1) Or (2) Of This Section. (c) If This Is A Requirements Contract (i.e., Includes The Requirements Clause At Subsection 52.216-21 Of The Federal Acquisition Regulation (far)), The Government Is Not Required To Order A Part Of Any One Requirement From The Contractor If That Requirement Exceeds The Maximum-order Limitations In Paragraph (b) Of This Section. (d) Notwithstanding Paragraphs (b) And (c) Of This Section, The Contractor Shall Honor Any Order Exceeding The Maximum Order Limitations In Paragraph (b), Unless That Order (or Orders) Is Returned To The Ordering Office Within 1 Days After Issuance, With Written Notice Stating The Contractor's Intent Not To Ship The Item (or Items) Called For And The Reasons. Upon Receiving This Notice, The Government May Acquire The Supplies Or Services From Another Source. (end Of Clause) 52.216-22 Indefinite Quantity (oct 1995) This Is An Indefinite-quantity Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies And Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract. (b) Delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. The Contractor Shall Furnish To The Government, When And If Ordered, The Supplies Or Services Specified In The Schedule Up To And Including The Quantity Designated In The Schedule As The "maximum." The Government Shall Order At Least The Quantity Of Supplies Or Services Designated In The Schedule As The "minimum." (c) Except For Any Limitations On Quantities In The Order Limitations Clause Or In The Schedule, There Is No Limit On The Number Of Orders That May Be Issued. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations. (d) Any Order Issued During The Effective Period Of This Contract And Not Completed Within That Period Shall Be Completed By The Contractor Within The Time Specified In The Order. The Contract Shall Govern The Contractor's And Government's Rights And Obligations With Respect To That Order To The Same Extent As If The Order Were Completed During The Contract's Effective Period; Provided, That The Contractor Shall Not Be Required To Make Any Deliveries Under This Contract After 1/29/2030. (end Of Clause) Far 52.237-2 Protection Of Government Buildings, Equipment, And Vegetationâ(apr 1984) The Contractorâshallâuse Reasonable Care To Avoid Damaging Existing Buildings, Equipment, And Vegetation On The Government Installation. If The Contractor S Failure To Use Reasonable Care Causes Damage To Any Of This Property, The Contractorâshallâreplace Or Repair The Damage At No Expense To The Government As Theâcontracting Officerâdirects. If The Contractor Fails Or Refuses To Make Such Repair Or Replacement, The Contractorâshallâbe Liable For The Cost, Whichâmayâbe Deducted From The Contract Price. (end Of Clause) Vaar 852.203-70 Commercial Advertising (may 2018) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2024). The Following Subparagraphs Are Applicable: Subparagraph (b)(5), (b)(9), (b)(11), (b)(12), (b)(18), (b)(23), (b)(25), (b)(26), (b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(36), (b)(37), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59). Subparagraph (c)(1), (c)(2) Class 25190/ Monetary Wage-fringe Benefits $34.69, (c)(7), (c)(8). The Following Solicitation Provisions Apply To This Acquisition And May Be Incorporated By Reference: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Provision) Far Number Title Date 52.204-7 System For Award Management Oct 2018 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.229-11 Tax On Certain Foreign Procurements Notice And Representation Jun 2020 852.233-70 852.239-75 Protest Content/alternative Dispute Resolution Information And Communication Technology Accessibility Notice Oct 2018 Feb 2023 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance (nov 2021) 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Idiq Contract Resulting From This Solicitation. 52.233-2 Service Of Protest (sep 2006) Notify The Following: Nicholas Guzenski Through Va Email: Nicholas.guzenski@va.gov 852.233 70, Protest Content/alternative Dispute Resolution (oct 2018) (end Of Clause) Addendum To Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services: Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Quotes In Response To This Rfq Are Due On 2:00 Pm (est), Tuesday, January 14, 2025. Quotes Shall Be Submitted In Writing And Sent Via Email To Contracting Specialist: Andrew Chmielewski; Andrew.chmielewski@va.gov. Please Insert Solicitation Number 36c24425q0238 Wilkes-barre Fire Door Inspection Services In The Subject Line Of Your Email. All Submissions Shall Be 5mb Or Less. If The Email Is More Than 5mb, Submit Multiple Emails Labeling Them 1 Of Xx, 2 Of Xx, Etc. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Shall Be Forwarded In Writing Via Email To The Contracting Specialist By 2:00 Pm Est, Thursday January 9, 2025. Questions Will Not Be Accepted After This Date. Responses To The Offeror S Question(s) Will Be Posted Via An Amendment On Sam.gov / Contract Opportunities Via: Http://www.sam.gov Failure To Follow All Instructions May Result In Offeror(s)s Being Determined As Non-responsive And Be Removed From This Competition. All Proposals Shall Be Valid 60 Days From The Quote Response Date. Offeror(s)s Are Cautioned To Be Responsive To All Requirements In The Sow And To Provide Sufficient Information To Allow For Evaluation Of The Quotes. Offeror S Are Required To Submit The Following: Attachment C: Price Schedule: Please Complete Price Information In The Last Two Columns Of Attachment C And Return With Your Quote. To Facilitate The Award Process, All Quotes Shall Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" And A Statement To Acknowledge Amendments, If Applicable. Cover Letter. Offeror(s)s Shall Submit A Cover Letter Identifying Their Company Name, Contact Information, Cage Code, Sam Unique Entity Id (uei) Number Of The Prime And Any Teaming Partner/subcontractor. Offeror(s)s Shall Include A Completed Copy Of The Provision 52.212-3 With Their Quote If The Offeror(s) Has Not Completed It Electronically In The System For Award Management (sam), Accessed Via: Http://www.sam.gov Offeror(s)s Shall Submit A Technical Capability Which Shall Address The Following At A Minimum: Staffing/contractor Personnel: Explain Ability To Supply Adequate Staff To Perform Gauge Calibration In Accordance With The Sow. Qualifications: Explain Contractor S Ability To Meet Industry Standards In Accordance With The Sow With Regards To Gauge Calibration. The Evaluator Shall Submit Past Performance Questionnaire (attachment B) With Their Quote. Offeror(s)s Shall Provide Up To Three (3) References, Preferably Of Government Work, Performed In The Last Three (3) Years. Past Performance Information Shall Be Recent (performance Within The Last Three Years) And Relevant To This Scope Of Work. All Past Performance References Shall Be Completed By The Evaluator And Include Name Of Client, Customer Point Of Contact, Customer Telephone Number, Contract Number, Award Amount, Project/service Location, And Other Information Relevant To This Quote. The Apparent Awardees Past Performance Will Be Evaluated As Part Of The Contractor Responsibility Determination To Ensure The Presence Of An Acceptable Performance Record In Accordance With Far 9.104-1. The Government Reserves The Right To Seek Past Performance Information From Any Sources Not Included In Your Past Performance And Available To The Government To Include, But Not Limited To, Cpars Or Other Databases; Interviews With Program Managers, Customers, And Contracting Officers; And References Provided By The Contractor. The Contractor Must Include A Signed Copy Of Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Shall Be Submitted With The Solicitation Attachments. Addendum To 52.212-2 Evaluation Commercial Products And Commercial Services The Government Will Perform An Evaluation Using A Comparative Evaluation Of Each Quote. The Government Will Compare Quotes To One Another In Order To Select The Quote That Best Benefits The Government. Comparative Evaluation Will Be Conducted In Accordance With Far 13.106-2(b)(3). The Following Factors Shall Be Used To Evaluate Offeror(s)s: 1. Price 2. Technical Capability (b) A Written Notice Of Award Or Acceptance Of A Quote, Mailed Or Otherwise Furnished To The Successful Offeror(s) Within The Time For Acceptance Specified In The Quote, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept A Quote, Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. The Contracting Officer Will Award One, Firm Fixed Price Contract Resulting From This Rfq To The Responsible Offeror(s) Whose Quote Conforming To The Rfq Is Most Advantageous To The Government. Price The Government Reserves The Right To Award To An Offeror With Other Than The Lowest Price. The Award Will Be Made To The Offeror Whose Quote Represents The Best Overall Value To The Government. Technical The Offeror Clearly Demonstrates In Its Response A Clear Understanding Of All The Government S Requirements And Effective Approach For The Completion Of Service In Accordance With The Sow. Past Performance Offerors Must Have A Record Of Satisfactory Or Neutral Past Performance. If No Record Of Past Performance Is Found, The Offeror Will Receive A Rating Of Neutral. The Government Will Utilize But Is Not Limited To Internal Documentation Including Federal Awardee Performance And Information System (fapiis) For Determining The Past Performance Of Offerors. â Section D - Contract Documents, Exhibits, Or Attachmentsâ â See Attached Document: Attachment A Statement Of Work See Attached Document: Attachment B Past Performance Questionnaire See Attached Document: Attachment C Price Scheduleââ See Attached Document: Attachment D Wage Determination Point Of Contact Combined Synopsis/solicitation Notice Combined Synopsis/solicitation Notice Page 3 Of 3 Combined Synopsis/solicitation Notice *= Required Field Combined Synopsis/solicitation Notice Page 1 Of 3 Andrew Chmielewski Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) 1010 Delafield Rd., Pittsburgh, Pa 15215 Andrew.chmielewski@va.gov End Of Document

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 11 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 9 description combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 11 Of 11 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 10 page 1 Of this Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0159. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation. this Is A Solicitation For A Smart Mattress, Base Frame, Mattress Cover, Remote And Set-up. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-02 January 3, 2025. this Solicitation Is An Unrestricted Open Market Solicitation. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 337910, With A Small Business Size Standard Of 1000 Or Fewer Employees, And The Psc Is 6530. all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Sleep Number As Follows: quantity manufacturer Part description 6 i2p5 sleep Number New P5 360 Queen Smart Mattress 60 X80 6 sleep Number New Flexfit 2 Queen Bed Base 6 424201 sleep Number Total Encasement Mattress Cover For Smart Beds Queen 6 126016 sleep Number New Smart Remote Compatible With Mattress And Frame 1 sleep Number Half Day Delivery Install Set Up standard Warranty Shall Apply To All Parts Listed. A 15 Year Warranty Is Desired. must Meet All Required Federal Mandates For Medical Use. salient Characteristics queen Smart Mattress: 60 X 80 weight Capacity: Supports Up To 550 Lb. adjustable Firmness includes Air Hoses And A Power Supply To In/deflate Mattress power Supply Compatible With A 100 240 Vac Grounded Wall Socket must Be Compatible With Adjustable Base breathable queen Bed Base: weight Capacity: Can Support A Working Load Of Mattress, Mattress Cover, System Hardware And An Additional 550 Lb adjustable To Multiple Positions, Including Supine To Upright Head Position And Varied Levels Of Foot Positions. designed For And Supports Queen Mattress includes An Electric Control System, Power Cord Connections And Cables total Encasement Mattress Cover: washable, Zippered Cover Fully Encases Mattress And Hose Openings. waterproof And Will Block Bed Bugs, Dust Mites And Allergens smart Remote: hand Control That Adjusts Firmness Of Mattress And The Position Of The Base (hardwired To The Bed Is Desired, But Not Required) compatible With Smart Frame And Mattress delivery/install Set-up: deliver And Assemble Complete Bed Packages To Va Medical Center American Lake Sleep Lab, Set Up Beds In Designated Rooms And Haul Away Packaging, Old Mattresses And Frames coordinate With Poc At Sleep Lab For Delivery Times 52.211-6â brand Name Or Equal. as Prescribed Inâ 11.107(a), Insert The Following Provision: brand Name Or Equalâ (aug 1999) (a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation. (b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must- (1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation; (2)â clearly Identify The Item By- (i)â brand Name, If Any; And (ii)â make Or Model Number; (3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And (4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer. (d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation. (end Of Provision) delivery Fob Destination Is Preferred, 30-60 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The Puget Sound Va Medical Center Point Of Contact. place Of Delivery: department Of Veterans Affairs va Puget Sound american Lake Medical Center 9600 Veterans Dr. tacoma, Wa 98493 . the 6 Rooms Within The Sleep Lab Located At The American Lake Campus: Room Numbers Are 301,303,304,305,306,307. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products addendum To Far 52.212-1 Instructions To Offerors Commercial 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (aug 2020) 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.211-6 brand Name Or Equal (aug 1999) 52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) 52.225-2 buy American Certificate (oct 2022) 52.252-1 provisions Incorporated By Reference (feb 1998) vaar Provisions: 852.239-75 information And Communication Technology Accessibility Notice (feb 2023) (a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable. (b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. (c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. (d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. (e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations. (f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. (g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. (end Of Addendum To 52.212-1) far 52.212-2, Evaluation-commercial Items : The Government May Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers: special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement: sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation. price (a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offeror's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov). the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018) addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum: http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) 52.203-17 contractor Employee Whistleblower Rights (nov 2023) 52.204-13 system For Award Management Maintenance (oct 2018) 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) 52.219-6 notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644) 52.225-1 (buy American Supplies) 52.232-40 providing Accelerated Payments To Small Business Subcontractors (dec 2013) 52.233-3 protest After Award (aug 1996) (31 U.s.c. 3553). 52.252-2 clauses Incorporated By Reference (feb 1998) vaar Clauses: 852.203-70 commercial Advertising (may 2018) 852.212-71 gray Market Items (nov 2018) 852.232-72 electronic Submission Of Payment Requests (nov 2018) 852.239-76 information And Communication Technology Accessibility (feb 2023) 852.242-71 administrative Contracting Officer (oct 2020) 852.246-71 rejected Goods (oct 2018) 852.247-73 packing For Domestic Shipment (oct 2018) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (mar 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference: 52.204-10 52.204-27 reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note) prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328) 52.209-6 protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) (31 U.s.c. 6101 Note) 52.219-6 notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). 52.219-28 52.219-27 post Award Small Business Program Representation (mar 2023) (15 U.s.c 632(a)(2)) notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) 52.222-3 52.222-19 convict Labor (jun 2003) (e.o. 11755) child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) 52.222-21 prohibition Of Segregated Facilities (apr 2015) 52.222-26 equal Opportunity (sep 2016) (e.o. 11246) 52.222-36 equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793) 52.222-50 combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627) 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513) 52.225-1 buy American-supplies (oct 2022) (41 U.s.c. Chapter 83) 52.225-13 restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury) 52.226-8 encouraging Contractor Policies To Ban Text Messaging While Drivingâ (mayâ 2024)â  52.232-33 payment By Electronic Funds Transfer System For Award Management (jul 2018) (31 U.s.c. 3332) 52.240-1 prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.) all Quoters Shall Submit According To The Following: quotes Must Be Emailed To Rachel.richardson@va.gov And Received No Later Than 3:00 Pm Pst On 01/08/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include, If Not The Manufacturer, An Authorized Distributor Letter, And A Completed Buy American Certificate. Any Offer That Does Not Provide The Supporting Documentation May Be Considered Non-responsive. Required Supporting Documentation And Information: authorized Distributor Letter If Not The Manufacturer completed Buy American Certificate certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above delivery Date warranty Details the Government Intends To Make Award Without Discussions. for Information Regarding The Solicitation, Please Contact Rachel Richardson At Rachel.richardson@va.gov. (end Of Provision) mandatory Electronic Invoicing va Published The Final Rule Requiring Vendors To Submit Invoices Electronically To The Financial Services Center (fsc) In The November 27, 2012 Federal Register. The Rule Became Effective December27,2012.the Rule Includes A New Contract Clause To Be Inserted In All Solicitations And Contracts By The Contracting Officer (vaar 852.232-72). Vendors Can Comply With The Rule By Using Either Of The Two Methods Below: facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below: va S Electronic Invoice Presentment And Payment System The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website:http://www.tungsten-network.com/us/en/veterans-affairs/to Begin Submitting Electronic Invoices, Free Of Charge. a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established Bythe Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org). vendor E-invoice Set-up Information: please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below: tungstene-invoicesetupinformation:1-877-489-6135 tungstene-invoiceemail:va.registration@tungsten-network.com fsce-invoicecontactinformation:1-877-353-9791 fsce-invoiceemail:vafsccshd@va.gov
2851-2860 of 2881 archived Tenders