Advertisement Tenders
Advertisement Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Description: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c26225q0352 Is Issued As A Request For Quotation (rfq).
(iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular.
(iv) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics
Code 339112 Having A Size Standard Of 1000 Employees. This Solicitation Is For A Brand Name Or Equal.
**all Submissions Shall Include The Following Statement: 605 - 36c26225q0240 Centrifuge
quotes Shall Provide The Following Information.
quotes Received Without This Information Will Be Marked As Non-responsive.
your Quote Should Include The Standard Delivery Cost For Shipment Of The All The Items And Any Installation As All Inclusive (if Required).
quotes Shall Be Submitted On Company Letterhead As A Single Document.
no Other Documents Or Information Shall Be Attached To The Quote.
company
name:
address:
phone Number:
point Of Contact:
name:
email:
phone Number:
sam Unique Entity Id
if Applicable, Provide Your Company Fss Contract Number
company Business Size (large, Sdvosb, Small, Etc.)
firm Delivery Date/time Frame.
separate Documents (required)
provide An Authorized Distributor/reseller Letter For The Items
submit Your Capabilities Statement
(v) Product Information:
brand Name Information:
manufacturer & Part Number: Sorvall Lynx 4000
type: High-throughput Superspeed Centrifuge
possible Capabilities: Centrifuge
equal To Product Information:
main Component: High-throughput Superspeed Centrifuge
possible Capabilities: Centrifuge
brand Name Items Are Listed Solely For A Comparison For The Brand Name Or Equal Purchase Request.
75006580 1 Lynx 4000 200-240 V 50/60 Hz: Sorvall 2 Ea
Lynx 4000: Superspeed Centrifuge,
Capacity: 4 X 1000ml, Max. Rcf: 68,905
X G, Max. Speed: 24,000 Rpm,
Refrigerated: Yes, Superspeed Centrifuge,
Accel/decel Profiles: 9 Accel, 10 Decel
startccen 2 Start-up Svc Compl. Centr: Unity Lab 2 Ea
Services Start-up Service (standing
Centrifuges), Duration: 1 Day, For Use
With: Floor Model Centrifuges, Speedvacs,
Warranty And Service Offering: Start-up Service.
tcwcen3 3 Uls Total Care Wnty Pln Ss Lc: Unity 2 Ea
Lab Services Total Care Warranty For
Thermo Scientific Superspeed And Large
Capacity Centrifuges, For Use With:
Superspeed And Large Capacity Centrifuges.
nc3246059 4 Service Travel: Vendor Catalog # 4 Ea
Svs-travel-zone 4/new
096145075 5 Rotor Lynx F14-14x50cy: Thermo Scientific 1 Ea
Fiberlite F14-14 X 50cy Fixed-angle Rotor,
For Use With: Sorvall Lynx 6000 And 4000
Superspeed Centrifuges, Capacity: 14 X 50ml,
Max. Speed: 14,000 Rpm, Max. Rcf: 33,746 X G,
Carbon Fiber Composite, Fixed Angle
Rotor, Angle: 34 Deg., Biocontainment: Yes
75100378 6 Adpt 50 To 15ml Conical 2/pk: Thermo 3 Ea
Scientific Fiberlite Rotor Adapters,
Description: Adapter For 15ml Conical Tubes.
75003000 7 Rotor Lynx Bioflex Hc 4x1l: Thermo 1 Ea
Scientific Bioflex Hc Swinging-bucket
Rotor, For Use With: Sorvall Lynx 6000
And 4000 Superspeed Centrifuges,
Capacity: 4 X 1000ml, Max. Speed:
5,500 Rpm, Max. Rcf: 7,068 X G,
Stainless Steel Rotor Body With
Aluminum Buckets, Swinging Bucket
Rotor, Angle: Horizontal,
Biocontainment: Yes
75007306 8 Adapter Tx-1000 15mlconicalpk4: 1 Ea
Adapters For Thermo Scientific Tx-1000
Swinging Bucket Rotor, Capacity: 96 X
15ml, For Use With: 15ml Conical Tube,
Max. Tube Diameter: 17.5mm, Max. Tube
Length: 121mm.
75003672 9 37 X 10 Ml Adapter 4 Pk: Thermo 1 Pg
Scientific 10ml Blood Collection Tubes
For Bioliner Rotor Bucket Adapters,
Description: 10ml Blood Collection
Tubes, No. Per Pack: 4.
75003662 10 F14s-6x250 Le Fiberlite Rotor: 2 Ea
Thermo Scientific Fiberlite F14-6 X
250le Fixed Angle Rotor, For Sorvall
Legend T Plus, Multifuge 3 Plus, For
Use With: Thermo Scientific Sorvall
Legend T Plus And Multifuge 3 Plus
Centrifuges, Capacity: 6 X 250ml, Max.
Speed: 10,000 Rpm, Max. Rcf: 15,316 X G,
angle: 23 Deg.
75101073 11 Adpt 250 To 15ml Con 2/pk: Thermo 3 Ea
Scientific Fiberlite F14-6 X 250le
Rotor Adapters, Description: 15 Ml
Conical Tube (set Of 2).
75100136 12 Adpt 250 To 50ml Con 2/pk: Thermo 6 Ea
Scientific Fiberlite F14-6 X 250le
Rotor Adapters, Description: 50ml
Conical Tube (set Of 2).
freight 13 Freight 1 Ea
Total Cost_______________
(vi) The Us Government, Veterans Affairs (va) Seeks To Make A Procurement For 2 Ea Centrifuge Including Delivery.
offeror Quotations Must Demonstrate Meeting The Salient Physical, Functional, Or Performance Characteristics Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per
far 52.211-6.
the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Or Equal To Supplies Being Requested.
statement Of Work
1. Background. The Va Loma Linda Healthcare System Has A Requirement To Acquire
2 Ea Centrifuge Including Delivery.
2. Scope. The Vendor Is To Deliver All Items As Required Per This Solicitation.
3. Place Of Delivery
department Of Veterans Affairs
va Loma Linda Healthcare System
11201 Benton Street
warehouse Building 1c05
loma Linda, Ca 92357
4. Period Of Performance/delivery Timeframe
deliver All Items On Or Before 90 Days Aro.
salient Characteristics
high-throughput Superspeed Centrifuge, Rotors, And Adaptors
superspeed Centrifuge Must Be A High-throughput Floor Model
power Requirements Are 200-240v 50/60hz
must Have Maximum Capacity Of 4l
must Produce Centrifugation Speed Of No Less Than 24,000 Rpm
must Be Able Yield Rotational Force Of No Less Than 68,905 X G
must Be Able To Perform At A Temperature Range Of 10 Degree C To 40 Degree C
must Have A Timer Control That Can Allow 99 Hours Hold-time
must Have Capability Of Quick And Secure Changes Of Rotors
must Use A High Torque Brushless Drive System
must Be Able To Perform No Less Than 9 Acceleration And 10 Deceleration Profiles
must Be Quiet And Produce No More Than 60 Dba
must Offer Installation And Training
must Offer Long-term Warranty
rotor 1 For 4 X 1l Capacity
must Be A Swinging-bucket Rotor
must Be Able To Be Used In The Above Superspeed Centrifuge
must Be Able To Process 35 Or More Tube Styles From Microtubes To 1l Bottles, Conical Tubes, Microplates, Tissue Culture Flasks, And Blood Bags
must Be Stainless Steel Rotor Body And Aluminum Bucket
must Be Able To Handle No Less Than 7,068 X G And No Less Than 5,500 Rpm
must Support A Range Of Capacities And Be Able To Accommodate Adapter For 15 Ml Conical Tube And Adapter For 10 Ml Centrifuge Tubes
adapters For Rotor 1
must Be Adapter Suitable For Use In The Above Rotor.
must Be Adapter For Use In Swinging-bucket Carrying 15 Ml Conical Tubes
must Be Adapter For Use In Swinging-bucket Carrying 10 Ml Centrifuge Tubes
rotor 2 For 6 X 250 Ml Capacity
must Be A Fixed Angle Rotor 1
must Be Able To Be Used In The Above Superspeed Centrifuge
must Be Lightweight, Fiberlite Carbon Fiber Rotors And Be Corrosion- And Fatigue-resistant
must Support A Range Of Capacities And Be Able To Accommodate 250 Ml Centrifuge Bottles Or 10 Ml, 15 Ml, 50 Ml, And 50 Ml Conical Centrifuge Tubes With Corresponding Adapters
must Provide No Less Than 15 Years Warranty
adapters For Rotor 2
must Be Adapter Suitable For Use In The Above Rotor 2.
must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 15 Ml Conical Tubes
must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 50 Ml Conical Tubes
superspeed Centrifuge
must Be A High-throughput Floor Model
must Have Maximum Capacity Of 4l
must Produce Centrifugation Speed Of No Less Than 24,000 Rpm
must Be Able Yield Rotational Force Of No Less Than 68,905 X G
must Be Able To Perform At A Temperature Range Of 10 Degree C To 40 Degree C
must Have A Timer Control That Can Allow 99 Hours Hold-time
must Have Capability Of Quick And Secure Changes Of Rotors
must Use A High Torque Brushless Drive System
must Be Able To Perform No Less Than 9 Acceleration And 10 Deceleration Profiles
must Be Quiet And Produce No More Than 60 Dba
must Offer Installation And Training
must Offer Long-term Warranty
rotor For 6 X 250 Ml Capacity
must Be A Fixed Angle Rotor
must Be Able To Be Used In The Above Superspeed Centrifuge
must Be Lightweight, Fiberlite Carbon Fiber Rotors And Be Corrosion- And Fatigue-resistant
must Support A Range Of Capacities And Be Able To Accommodate 250 Ml Centrifuge Bottles Or 10 Ml, 15 Ml, 50 Ml, And 50 Ml Conical Centrifuge Tubes With Corresponding Adapters
must Provide No Less Than 15 Years Warranty
adapter For The Above Rotor
must Be Adapter Suitable For Use In The Above Rotor
must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 15 Ml Conical Tubes
must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 50 Ml Conical Tubes
(viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation.
far 52.212-1 Addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than 01/26/2025, 4:00 Pm Pst. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late, Marked As Non-responsive And Will Not Be Considered For Award. All Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than 11/22/2025, 4:00 Pm Pst.
Offers And Questions Shall Be Sent By Email To John Harrison At John.harrison2@va.gov
(ix) The Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Applies To This Solicitation.
far 52.212-2 Addendum / Replacement:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
technical Acceptability Shall Be Established By Review Of Each Submitted Quote,
attachments, And/or Information By The Designated Technical Evaluator/s And Verification That Any Brand Name Or Equal To Items" At A Minimum Meet The Salient Characteristics Outlined In Section Salient Characteristics Of This Solicitation. No Other Rating Or Quantitative Value Other Than Acceptable Or Unacceptable Will Be Assigned.
award Will Be Made To The Offer That Meets All Minimum Requirements And Provides The Lowest Price.
acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Statement Of Work/salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to Items Meet Statement Of Work/ Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information.
far 52.211-6 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)
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
(x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Items, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
authorized Distributor Letter (adl)
any Suppliers, Distributors And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Supplies By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award.
if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All Of The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer.
52.212-4 Contract Terms And Conditions Commercial Items (oct 2018)
(a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights
(1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And
(2) Before Any Substantial Change Occurs In The Condition Of The Item Unless The Change Is Due To The Defect In The Item.
(b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract.
(c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties.
(d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Far 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract.
(e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference.
(f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence.
(g) Invoice.
(1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include
(i) Name And Address Of The Contractor;
(ii) Invoice Date And Number;
(iii) Contract Number, Line-item Number And, If Applicable, The Order Number;
(iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered;
(v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading;
(vi) Terms Of Any Discount For Prompt Payment Offered;
(vii) Name And Address Of Official To Whom Payment Is To Be Sent;
(viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And
(ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract.
(x) Electronic Funds Transfer (eft) Banking Information.
(a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract.
(b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures.
(c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft.
(2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315.
(h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings.
(i) Payment.
(1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract.
(2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315.
(3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause.
(4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made.
(5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall
(i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The
(a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment);
(b) Affected Contract Number And Delivery Order Number, If Applicable;
(c) Affected Line Item Or Subline Item, If Applicable; And
(d) Contractor Point Of Contact.
(ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer.
(6) Interest.
(i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid.
(ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract.
(iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If
(a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days;
(b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or
(c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2).
(iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment.
(v) Amounts Shall Be Due At The Earliest Of The Following Dates:
(a) The Date Fixed Under This Contract.
(b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination.
(vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On
(a) The Date On Which The Designated Office Receives Payment From The Contractor;
(b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or
(c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor.
(vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In 32.608-2 Of The Federal Acquisition Regulation In Effect On The Date Of This Contract.
(j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon:
(1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or
(2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination.
(k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties.
(l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided.
(m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience.
(n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession.
(o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract.
(p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items.
(q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract.
(r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 2409 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity.
(s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order:
(1) The Schedule Of Supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause;
(3) The Clause At 52.212-5.
(4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software.
(5) Solicitation Provisions If This Is A Solicitation.
(6) Other Paragraphs Of This Clause.
(7) The Standard Form 1449.
(8) Other Documents, Exhibits, And Attachments
(9) The Specification.
(t) [reserved]
(u) Unauthorized Obligations.
(1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern:
(i) Any Such Clause Is Unenforceable Against The Government.
(ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause.
(iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement.
(2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures.
(v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract.
(end Of Clause)
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (jun 2020)
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)).
(b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
[] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402).
[] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509).
[] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
[] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note).
[] (5) [reserved]
[] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (jun 2020) (31 U.s.c. 6101 Note).
[] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
[] (10) [reserved]
[] (11)(i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (mar 2020) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-3.
[x] (12)(i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-4.
[] (13) [reserved]
[] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020).
[] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020) Of 52.219-7.
[] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)).
[] (17)(i) 52.219 9, Small Business Subcontracting Plan (jun 2020) (15 U.s.c. 637(d)(4)).
[] (ii) Alternate I (nov 2016) Of 52.219-9.
[] (iii) Alternate Ii (nov 2016) Of 52.219-9.
[] (iv) Alternate Iii (jun 2020) Of 52.219 9.
[] (v) Alternate Iv (jun 2020) Of 52.219 9.
[] (18) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
[] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)).
[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (jan 1999) (15 U.s.c. 637(d)(4)(f)(i)).
[] (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (mar 2020) (15 U.s.c. 657f).
[] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (mar 2020) (15 U.s.c 632(a)(2)).
[] (ii) Alternate I (mar 2020) Of 52.219-28.
[] (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns (mar 2020) (15 U.s.c. 637(m)).
[] (24) 52.219-30, Notice Of Set-aside For, Or Sole Source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (mar 2020) (15 U.s.c. 637(m)).
[] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
[] (26) 52.219-33, Nonmanufacturer Rule (mar 2020) (15 U.s.c. 637(a)(17))
[] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755).
[] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (jan 2020) (e.o. 13126).
[] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
[] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
[] (ii) Alternate I (feb 1999) Of 52.222-26.
[] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
[] (ii) Alternate I (july 2014) Of 52.222-35.
[] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
[] (ii) Alternate I (july 2014) Of 52.222-36.
[] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
[] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
[x] (35)(i) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627).
[] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
[] (36) 52.222-54, Employment Eligibility Verification (oct 2015). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Items As Prescribed In 22.1803.)
[] (37)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
[] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
[] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693).
[] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693).
[] (40)(i) 52.223-13, Acquisition Of Epeatâ®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514).
[] (ii) Alternate I (oct 2015) Of 52.223-13.
[] (41)(i) 52.223-14, Acquisition Of Epeatâ®-registered Televisions (jun 2014) (e.o.s 13423 And 13514).
[] (ii) Alternate I (jun 2014) Of 52.223-14.
[] (42) 52.223-15, Energy Efficiency In Energy-consuming Products (dec 2007)(42 U.s.c. 8259b).
[] (43)(i) 52.223-16, Acquisition Of Epeatâ®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514).
[] (ii) Alternate I (jun 2014) Of 52.223-16.
[x] (44) 52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513).
[] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693).
[] (46) 52.223-21, Foams (jun 2016) (e.o. 13693).
[] (47) (i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
[] (ii) Alternate I (jan 2017) Of 52.224-3.
[] (48) 52.225-1, Buy American Supplies (may 2014) (41 U.s.c. Chapter 83).
[] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (may 2014) (41 U.s.c. Chapter 83, 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
[] (ii) Alternate I (may 2014) Of 52.225-3.
[] (iii) Alternate Ii (may 2014) Of 52.225-3.
[] (iv) Alternate Iii (may 2014) Of 52.225-3.
[] (50) 52.225 5, Trade Agreements (oct 2019) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
[x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
[] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note).
[] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150).
[] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150).
[x] (55) 52.229 12, Tax On Certain Foreign Procurements (jun 2020).
[] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[] (57) 52.232-30, Installment Payments For Commercial Items (jan 2017) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332).
[] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
[] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
[] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
[] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)).
[] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631).
[] (ii) Alternate I (apr 2003) Of 52.247-64.
[] (iii) Alternate Ii (feb 2006) Of 52.247-64.
(c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
[] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
[] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67).
[] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67).
[] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67).
[] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
[] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706).
[] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792).
(d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation.
(1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract.
(2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved.
(3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Items. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause
(i) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509).
(ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(v) 52.219 8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities.
(vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
(vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
(viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
(xi) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
(xiii)(a) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627).
(b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
(xiv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67).
(xv) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67).
(xvi) 52.222-54, Employment Eligibility Verification (oct 2015) (e. O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706).
(xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xx) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note).
(xxi) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6.
(xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64.
(2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
(xxiii) In Addition, The Following Clauses Shall Also Apply:
52.211-6 Brand Name Or Equal (aug 1999)
(a) If An Item In This Solicitation 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 Products Must Meet Are Specified In The Solicitation.
(b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must
(1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By
(i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
(c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Clause)
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 Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
(end Of Clause)
852.212-72 - Gray Market And Counterfeit Items (mar 2020)
(a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory.
(b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics.
(c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions.
(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):
http://www.acquisition.gov/comp/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar)
(end Of Clause)
in Addition, The Following Clauses And Provisions Shall Also Apply:
52.232-18
availability Of Funds
(apr 1984)
52.233-1
disputes
(may 2014)
52.233-3
protest After Award
(aug 1996)
852.203-70
commercial Advertising
(jan 2008)
852.232-72
electronic Submission Of Payment Requests
(nov 2012)
52.204-7
system For Award Management
(oct 2018)
52.204-16
commercial And Government Entity Code Reporting
(oct 2016)
52.209-7
information Regarding Responsibility Matters
(oct 2018)
52.233-2
service Of Protest
(sept 2006)
852.233-70
protest Content/alternative Dispute Resolution
(oct 2018)
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
(jan 2008)
852.237-70
contractor Responsibilities
apr 1984
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors
jul 2016
Closing Date27 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
Corrigendum : Closing Date Modified
United States
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 36c24425q0228 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 561621 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 Smoke And Fire Alarm Inspection And Repair Services At The Wilmington, De 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: Wilmington, De Vamc. Visn-04 Intends To Award One Five-year Idiq Contract With Orders Anticipated To Begin Approximately: 2/3/2025-2/2/2030. 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 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 2/3/2025 Through 2/2/2030. (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 $2,000.00, 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 $500,000.00; (2) Any Order For A Combination Of Items In Excess Of $1,000,000.00; 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 2/2/2031. (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)(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), Friday, January 24, 2025. Quotes Shall Be Submitted In Writing And Sent Via Email To Contracting Specialist: Andrew Chmielewski; Andrew.chmielewski@va.gov. Please Insert Solicitation Number 36c24425q0228 Wilmington Fire And Smoke Alarm Inspection And 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, Tuesday January 21, 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. 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. In Order To Evaluate The Total Price Using The Quoted Hourly Pricing Described In Attachment C, The Contracting Officer Will Use A Flat Number Of Hours For Each Rate, Clin And Quote. That Number Will Be Set As Follows For Each Year: Regular Time: 68 Hours Overtime: 16 Hours Holiday/weekend/night: 16 Hours The Number Of Hours Will Then Be Multiplied By Each Of The Hourly Rates Quoted By The Vendor And Be Used To Determine A Total Quoted Price For Evaluation Purposes Only. For Example: Clin 0006: Rate For Regular Time $2 X 68 Hours = $136 Rate For Overtime $3 X 16 Hours = $48 Rate For Holiday/weekend/night $4 X 16 Hours = $64 Total Price For Clin 0005 For Evaluation Purposes: $248.00 This Value Will Be Included In The Vendor S Quote As Clin 0006 (for Price Evaluation Purposes Only) And Then Added With The Rest Of The Vendor S Quoted Price (for Evaluation Purposes Only). The Number Of Hours Provided In This Calculation Are Estimates Only And Provided For Price Evaluation Purposes Only. There Is No Guarantee That These Hours Will Be Used Or Will Be A Minimum Or Maximum Expectation Of Future Work. 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. Records Management Language For Contracts When Federal Agencies Acquire Goods Or Services, They Need To Determine What Federal Records Management Requirements Should Be Included In The Contract. Federal Contractors Often Create, Send, Or Receive Federal Records. Federal Contracts Should Provide Clear Legal Obligations Describing How The Contract Employees Must Handle Federal Records. Agency Records Officers, Procurement Counsel, And Acquisitions Officers Must Discuss How To Integrate Records Management Obligations Into Their Existing Procurement Processes. Nara Has Developed The Following Language To Be Included As An Agency-specific Term And Condition In Federal Contracts For A Variety Of Services And Products. The Majority Of Contracts Should Include Language On Records Management Obligations, But Each Contract Should Be Evaluated Individually. For Example, The Data-rights Paragraph (paragraph 10 Below) May Not Be Appropriate For All Contracts. Instead, Agencies May Be Better Served By One Of The Established Data-rights Clauses In The Federal Acquisition Regulations. This Language Should Not Replace Specific Records Management Requirements Included Within Federal Information System Contracts. Records Management Obligations A. Applicability This Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. B. Definitions Federal Record As Defined In 44 U.s.c. ⧠3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. The Term Federal Record: 1. Includes [agency] Records. 2. Does Not Include Personal Materials. 3. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their [agency] Contract. 4. May Include Deliverables And Documentation Associated With Deliverables. C. Requirements 1. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. 2. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. 3. In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. 4. [agency] And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of [agency] Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To [agency]. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. 5. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To [agency] Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). 6. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And [agency] Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. 7. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With [agency] Policy. 8. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public [agency] Information That Are Not Specifically Tied To Or Authorized By The Contract. 9. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. 10. The [agency] Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which [agency] Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. 11. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take [agency]-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training. 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
Closing Date29 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Page 2 Of 2
request For Quote (rfq) #: 36c25925q0119
ophthalmic Exam Chairs And Slit Lamp Instrument Stands Salt Lake City Va Medical Center
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 12:00pm Mst, January 29th, 2025.
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 Stephanie.cahill@va.gov No Later Than 12:00pm Mst, January 31st, 2025.
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 36c25925q0119. 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) 2024-07 Effective August 29, 2024.
the North American Industrial Classification System (naics) Code For This Procurement Is 339115 With A Small Business Size Standard Of 1,000 Employees. This Solicitation Is A 100% Set-aside For Small Business Concerns.
list Of Line Items;
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
ophthalmic Exam Chair
6
ea
$
$
0002
ophthalmic Floor Stand For Slit Lamp
6
ea
0003
installation
1
jb
grand Total
$
description Of Requirements For The Items To Be Acquired:
*buy American Vendors Are Encouraged To Include Quotes With Products Manufactured Within The U.s. Whenever Possible Although Bids With Non-domestic Products Will Not Be Excluded From The Evaluation.
vendors Are Required To Complete The 52.225-2 Buy American Certificate Below And Include With Their Quotation In Order To Verify The Country Of Origin (coo) Of Products Included In Their Quotes.
*fob Shall Be Destination
*freight Shall Be Added To The Price Of Clin 0001 And Not Be Its Own Line Item
*cut Sheets And Specification Sheets Proving The Offered Product Meets All Testing Specifications And Salient Characteristics Shall Be Included With The Quote
*quotes Shall Annotate The Expected Date Of Delivery To The Specified Location
*quotes Shall Be Accompanied By An Authorized Distributor Letter From The Manufacturer Of The Items Being Offered.
*failure To Meet The Salient Characteristics Below Will Result In The Offeror S Quote Not Being Considered For Award.
*failure To Provide Product Information Documents, Quote With Accurate Costs, Delivery Lead Time, Buy American Certificate, Or Authorized Distributor Letter Will Result In The Offeror S Quote Not Being Considered For Award.
salient Characteristics:
ophthalmic Patient Exam Chairs
chair Must Be Able To Rotate At Least 270 Degrees.
chair Must Be Able To Accommodate At Least 300 Pounds.
chair Must Have A Minimum Ground To Seat Height Of At Least 20 Inches.
chair Must Be Able To Raise The Patient At Least 30 Inches From The Ground.
chair Back Must Be Able To Be Reclined At Least 80 Degrees.
chair Needs To Have Controls On Either Side Of The Chair To Control Height And Reclining Positions For Doctor Access.
chair Must Have Foot Pedal Included To Control Height And Reclining Positions.
chair Needs To Be Compatible With A Chair Mover (or Glider) To Accommodate Patients In Wheelchairs Who Cannot Transfer To The Ophthalmic Exam Chair.
chair Must Have An Easy To Operate Headrest For Patient Head Positioning.
chair Must Have Arms Rests That Can Be Raised And Lowered.
slit Lamp Instrument Stand
slit Lamp Arm Needs To Be Able To Support Slit Lamps Up To 60 Lbs.
the Upper Refractor Arm Has A Minimum Of 10 Vertical Range, And Handle Instruments Weighing Up To 12 Lbs.
stand Needs To Have Ability To Control The Height Of The Exam Chair.
stand Needs To Have Designated Instrument Recharging Stations, Minimum Of Two Instruments At A Time.
stand Needs To Have Built In Standard Plug Outlets On The Back Of The Unit.
stand Needs To Have An Overhead Lamp On Adjustable Arm.
counterbalances Built Into Slit Lamp Arm To Be Able To Easily Adjust Height Of The Slit Lamp During Examinations.
stand Must Be Compatible With Exam Chairs.
scope Of Work
all Equipment Will Be Drop Ship To The Facility.
the Vendor Will Either Provide Or Arrange For Installation Of The 12 Total Pieces Of Equipment In The Ophthalmology Department. Installation Will Be Coordinated With Biomed And The Clinic As To Not Interfere With Patient Care.
there Will Be No Trade In For The Old Equipment.
the C&a Requirements Do Not Apply, A Security Accreditation Package Is Not Required.
delivery And Acceptance Shall Be F.o.b Destination (far 52.247-34) At The Veterans Affairs Medical Center, Located:
department Of Veterans Affairs
salt Lake City Va Medical Center
500 Foothill Dr.
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.
offerors Providing An Or Equal Product(s) Must Adhere To The Terms In Far 52.211-6. If An Item In This Solicitation 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 Products Must Meet Or Exceed Are Specified In The Solicitation. To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must
meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
clearly Identify The Item By-
brand Name, If Any And
make Or Model Number,
include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
the Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation
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) Price; (iii) Delivery Lead Time; And (iv) Buy American Certificate
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 Price
price - The Offeror Shall Complete The Pricing Schedule Provided In Section (v) Above: Price/cost Schedule.
volume Iii Delivery Lead Time
the Offeror Shall State The Required Number Of Calendar Days To Deliver The Item, To Include Installation, If Applicable.
volume Iv Buy American Certificate
the Offeror Shall Complete And Submit The Included 52.225-2 Buy American Certificate.
(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. Price
factor 3. Delivery Lead Time
factor 4. Submission Of Completed Buy American Certificate
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. 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.
factor 3. Delivery Lead Time: The Government Will Evaluate Delivery Lead Time And Select The Quoter/offer Whose Delivery Lead Time Is Most Advantageous To The Government. The Government May Consider An Award To Other Than The Lowest Priced Quoter/offeror If It S In The Best Interest Of The Government.
factor 4. Submission Of Completed Buy American Certificate: The Government Will Evaluate The Information Provided In The Completed Buy American Certificate. Priority Will Be Given To Products Made In The Us.
(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 52.219-6
notice Of Total Small Business Set-aside (nov 2020)
far 52.219-8
utilization Of Small Business Concerns (sep 2021)
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 52.225-3
buy American--free Trade Agreements--israeli Trade Act (jul 2020)
far 52.225-13
restrictions On Certain Foreign Purchases (jun 2008)
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.
52.225-1 Buy American Supplies (oct 2022)
definitions. As Used In This Clause
Commercially Available Off-the-shelf (cots) Item (1) Means Any Item Of Supply (including Construction Material) That Is
a Commercial Product (as Defined In Paragraph (1) Of The Definition Of Commercial Product At Federal Acquisition Regulation (far) 2.101;
sold In Substantial Quantities In The Commercial Marketplace; And
(iii) Offered To The Government, Under A Contract Or Subcontract At Any Tier, Without Modification, In The Same Form In Which It Is Sold In The Commercial Marketplace; And
does Not Include Bulk Cargo, As Defined In 46 U.s.c. 40102(4), Such As Agricultural Products And Petroleum Products.
Component Means An Article, Material, Or Supply Incorporated Directly Into An End Product.
Cost Of Components Means
for Components Purchased By The Contractor, The Acquisition Cost, Including Transportation Costs To The Place Of Incorporation Into The End Product (whether Or Not Such Costs Are Paid To A Domestic Firm), And Any Applicable Duty (whether Or Not A Duty-free Entry Certificate Is Issued); Or
for Components Manufactured By The Contractor, All Costs Associated With The Manufacture Of The Component, Including Transportation Costs As Described In Paragraph (1) Of This Definition, Plus Allocable Overhead Costs, But Excluding Profit. Cost Of Components Does Not Include Any Costs Associated With The Manufacture Of The End Product.
Critical Component Means A Component That Is Mined, Produced, Or Manufactured In The United States And Deemed Critical To The U.s. Supply Chain. The List Of Critical Components Is At Far 25.105.
domestic End Product Means
for An End Product That Does Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both
an Unmanufactured End Product Mined Or Produced In The United States;
an End Product Manufactured In The United States, If
the Cost Of Its Components Mined, Produced, Or Manufactured In The United States Exceeds 60 Percent Of The Cost Of All Its Components, Except That The Percentage Will Be 65 Percent For Items Delivered In Calendar Years 2024 Through 2028 And 75 Percent For Items Delivered Starting In Calendar Year 2029. Components Of Foreign Origin Of The Same Class Or Kind As Those That The Agency Determines Are Not Mined, Produced, Or Manufactured In Sufficient And Reasonably Available Commercial Quantities Of A Satisfactory Quality Are Treated As Domestic. Components Of Unknown Origin Are Treated As Foreign. Scrap Generated, Collected, And Prepared For Processing In The United States Is Considered Domestic; Or
the End Product Is A Cots Item; Or
(2) For An End Product That Consists Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, An End Product Manufactured In The United States, If The Cost Of Foreign Iron And Steel Constitutes Less Than 5 Percent Of The Cost Of All The Components Used In The End Product. The Cost Of Foreign Iron And Steel Includes But Is Not Limited To The Cost Of Foreign Iron Or Steel Mill Products (such As Bar, Billet, Slab, Wire, Plate, Or Sheet), Castings, Or Forgings Utilized In The Manufacture Of The End Product And A Good Faith Estimate Of The Cost Of All Foreign Iron Or Steel Components Excluding Cots Fasteners. Iron Or Steel Components Of Unknown Origin Are Treated As Foreign. If The End Product Contains Multiple Components, The Cost Of All The Materials Used In Such End Product Is Calculated In Accordance With The Definition Of Cost Of Components .
end Product Means Those Articles, Materials, And Supplies To Be Acquired Under The Contract For Public Use.
fastener Means A Hardware Device That Mechanically Joins Or Affixes Two Or More Objects Together. Examples Of Fasteners Are Nuts, Bolts, Pins, Rivets, Nails, Clips, And Screws.
foreign End Product Means An End Product Other Than A Domestic End Product.
foreign Iron And Steel Means Iron Or Steel Products Not Produced In The United States. Produced In The United States Means That All Manufacturing Processes Of The Iron Or Steel Must Take Place In The United States, From The Initial Melting Stage Through The Application Of Coatings, Except Metallurgical Processes Involving Refinement Of Steel Additives. The Origin Of The Elements Of The Iron Or Steel Is Not Relevant To The Determination Of Whether It Is Domestic Or Foreign.
predominantly Of Iron Or Steel Or A Combination Of Both Means That The Cost Of The Iron And Steel Content Exceeds 50 Percent Of The Total Cost Of All Its Components. The Cost Of Iron And Steel Is The Cost Of The Iron Or Steel Mill Products (such As Bar, Billet, Slab, Wire, Plate, Or Sheet), Castings, Or Forgings Utilized In The Manufacture Of The Product And A Good Faith Estimate Of The Cost Of Iron Or Steel Components Excluding Cots Fasteners.
steel Means An Alloy That Includes At Least 50 Percent Iron, Between 0.02 And 2 Percent Carbon, And May Include Other Elements.
united States Means The 50 States, The District Of Columbia, And Outlying Areas.
(b) 41 U.s.c. Chapter 83, Buy American, Provides A Preference For Domestic End Products For Supplies Acquired For Use In The United States. In Accordance With 41 U.s.c. 1907, The Domestic Content Test Of The Buy American Statute Is Waived For An End Product That Is A Cots Item (see 12.505(a)(1)), Except That For An End Product That Consists Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, The Domestic Content Test Is Applied Only To The Iron And Steel Content Of The End Product, Excluding Cots Fasteners.
(c) Offerors May Obtain From The Contracting Officer A List Of Foreign Articles That The Contracting Officer Will Treat As Domestic For This Contract.
(d) The Contractor Shall Deliver Only Domestic End Products Except To The Extent That It Specified Delivery Of Foreign End Products In The Provision Of The Solicitation Entitled "buy American Certificate."
alternate I (oct 2022). As Prescribed In 25.1101(a)(1)(ii) Substitute The Following Sentence For The First Sentence Of Paragraph (1)(ii)(a) Of The Definition Of Domestic End Product In Paragraph (a): (a) The Cost Of Its Components Mined, Produced, Or Manufactured In The United States Exceeds 50 Percent Of The Cost Of All Its Components.
(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)
0001 Ophthalmic Exam Chair
0002 Ophthalmic Floor Stand For Slit Lamp
0003 Installation
n/a Service
n/a - Service
[list As Necessary]
(c) Domestic End Products Containing A Critical Component:
line Item No.
[list As Necessary]
(d) 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 852.232-72
electronic Submission Of Payment Requests (nov 2018)
vaar 852.233-70
protest Content/alternative Dispute Resolution (oct 2018)
vaar 852.233-71
alternate Protest Procedure (oct 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 Stephanie.cahill@va.gov By 12:00pm Mst, January 31st, 2025.
name And Email Of The Individual To Contact For Information Regarding The Solicitation:
stephanie Cahill
stephanie.cahill@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services
revision 01
effective: 05/30/2023
description
this Is A Combined Synopsis/solicitation For Commercial Products And 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 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 Rfq 36c24125q0227. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is Naics 541380 (testing Laboratories And Services) Sba Size Standard $19 Million.
this Is Being Bid As A Vosb Set-aside.
this Is A Solicitation For Va Connecticut Healthcare System Requires Both Ct Facilities Have Their Own Sterilization Processing Services For All Rme And Medical Equipment Processing. Sps Is A Critical Part Of Any Hospital As It Ensures All Clinical Departments Have A Readily Available Supply Of Sterile Equipment. One Of The Key Pieces Of Equipment Supporting Any Sps Is The Critical Water Support. Both West Haven And Newington Have Large Reverse Osmosis Based Water Treatment Systems That Provide A Direct Critical Water Supply To Sps Personnel And Equipment. The Duration Of The Contract Will Be A Base Plus 4 Oy. Any Technical Questions Will Be Directed At Cornelius Finnegan Iv (203) 932-5711 X3817.
all Interested Companies Shall Provide Quotations For The Following:
statement Of Work
vachs Critical Water Monitoring Program
background
vachs Critical Water Monitoring Program Covers The Main Medical Center At West Haven, Ct And The Newington, Ct Medical Center. Both Ct Facilities Have Their Own Sterilization Processing Services For All Rme And Medical Equipment Processing. Sps Is A Critical Part Of Any Hospital As It Ensures All Clinical Departments Have A Readily Available Supply Of Sterile Equipment. One Of The Key Pieces Of Equipment Supporting Any Sps Is The Critical Water Support. Both West Haven And Newington Have Large Reverse Osmosis Based Water Treatment Systems That Provide A Direct Critical Water Supply To Sps Personnel And Equipment.
the Updated Aami St-108-2023 Standard, Which Governs The Processes And Requirements For Sterile Processing, Added Requirements To The Roster Of Locations Needing Monthly Critical Water Sampling. Per The Standard, The Requirement To Test Critical Water At Every Point Of Use Has Significantly Raised The Quantity Of Water Samples Needed Each Month. Current Water Sampling Contracts Only Cover The Bare Minimum Of Testing Locations At The Source Of Critical Water Systems.
at Vachs, We Have Been Without Any Backup Or Extra Testing On The Annual Contract. It Is Essential That An On-call Or Emergency Testing Balance Be Added To The New Contract Requirement. This Will Give Va Leaders The Ability To Quickly Re-test Any Areas That Have Been Positive For Contamination Or Allow Leaders To Check Any Area Of Concern. When An Emergency Re-test Is Needed, There Is No Time To Source Funding. The Test And Result Are Needed As Fast As Possible To Restore Operations In Affected Areas. A Robust On-call/emergency Testing Balance Is Needed For This New Contract. Furthermore, The Contractor Will Have To Guarantee A Quick Availability And Turn-around Time For These Tests.
scope Of Work
the Purpose Of This Statement Of Work Is To Provide All The Details And Requirements In Developing A Monthly Water Testing Program For Vachs. There Will Be Designated Testing Locations Required For Testing Each Month. There Will Also Be General Purpose Testing Locations That Can Be Alternated As The Sps Department S Needs.
the Primary Direction For This New Contract Requirement Are Detailed Updates In The Aami St-108:2023 Standard, Water For The Processing Of Medical Devices. All Contractor Proposals Should Thoroughly Review This Standard.
the Contractor S Responsibility Of This Contract Includes, But Is Not Limited To The Following:
provide All Labor, Materials, Tools, Equipment, Applicable State Licenses And Permits To Accomplish This Sow.
provide All Testing Requirements As Outlined By Aami St-108-2023 Water For The Processing Of Medical Devices. (see Chap 11, Table 6) For Testing Quantity Guides.
provide A Fully Qualified Laboratory For Processing Of Water Samples To Meet All Metrics From Aami St-108-2023. Ensure All Laboratory Certificates, Credentials And Capabilities Are Provided To Va Fms.
conduct Monthly Water Monitoring Program For Both Newington & West Haven
provide A Sampling Of The Utility Or Supply Water At Each Monthly Testing Date.
provide A Rapid Means Of Immediate Shipping Of All Water Samples To The Approved Laboratory.
provide A Consolidated Monthly Report Of All Sample Locations, Results, Parameters On A Single Report.
provide Immediate Notification Of Any Positive Samples Over The Bacteria And Endotoxin Threshold Per Aami St 108.
provide An Annual Balance Of Emergency / On-call Tests For Any Locations That Require Re-testing Or Per Direction Of Va.
Apart From The Routine Critical Water Locations, Va May Provide Locations With Any Remaining Balance Of Tests In Areas Such As: Dialysis, Pathology Labs, Research Labs, And Other Areas On Medical Facility. There Are Myriad Of Smaller Point Of Use De-ionization And Reverse Osmosis Units Throughout The Facility That May Need Testing As Required. Va Fms Will Direct As Needed In Advance Of Site Visit.
un-intentional Or Accidental Contamination Of The Critical Water Samples Occurs When The Tester Does Not Maintain Proper Ppe, Flushing Of Test Port, Cleaning Of Site, Or Use Of Gloves. Va Staff Has Right To Have Tester Re-take A Sample If He/she Believes The Sample Was Taken Without Adherance To Rigid Ppe Or Sampling Discipline.
ensure Contractor Staff Adhere To All Ppe Requirements When Testing In Ppe Required Areas.
Ensure Contractor Staff Conducts A Thorough Test-location Wipe Down With Alcohol Wipes And Utilizes Latex Or Vinyl Gloves To Avoid Accidental Contamination Of Sample.
ensure Contractor Staff Conducts Flushing Of Testing Location Valves, Sample Ports, Sinks, Sprayers Etc., To Avoid Accidental Contamination.
enforce A Strict Chain Of Custody Of Sampling So That Samples Are Secured And Shipped By One Dedicated Technician.
Contractor To Immediately Notify Va Of Any Breach In Chain Of Custody Or Shipping Issues That Would Render The Samples Un-usable. Contractor To Coordinate With Va On Providing Re-tests.
All Work To Be Done During Normal Operation Hours. Any Request For Off Hours Work To Be Coordinated With Cor Or Mike Olechnicki Va Boiler Supervisor.
the Contractor Shall Verify All Existing Utility Installations And Take Appropriate Action Prior To Working In The Vicinity Of Utility Services (electrical, Plumbing, Hvac, Etc.).
contractor Policies And Procedures Shall Comply With Va Privacy And Security Policy, The Privacy Act And Health Insurance Portability And Accountability Act (hipaa).
all Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Va Designee. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Va Designee A Valid (non-expired) Photo Identification Issued By A Us Federal, State, Or Local Government Agency.
the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data.
the Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.].
no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules.
the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
please See Below Documentation And Table From Aami St-108 On Sampling Requirements. The Following Table Shows A Baseline Requirement For Testing Quantities With Re-test Quantities Included As Well. Contractor To Review St-108 Standard And Table For Best Allocation Of Testing Quantities.
required Quantities Of Critical Water Tests Monthly/quarterly
va Connecticut Health Care System - Aami St-108-2023 Critical Water Sampling & Testing Totals Required Each Option Year / 12 Months West Haven, Ct & Newington, Ct Medical Centers
test Type
qty Per Year
frequency
â
â
â
critical Water At Point Of Generation
â
bacteria (hpc) Heterotrophic Plate Count
84
monthly
endotoxin (lal)
84
monthly
ph
84
monthly
total Organic Carbon
84
monthly
conductivity
84
monthly
alkalinity
84
monthly
â
â
â
â
â
â
â
â
â
critical Water Other Locations - Point Of Use
â
â
â
â
bacteria (hpc) Heterotrophic Plate Count
96
monthlyâ
endotoxin (lal)
96
monthly
â
â
â
â
â
â
utility Water At Point Of Generation
â
â
24
monthlyâ
â
â
â
utility Water At Selected Point Of Use Locations
â
â
12
quarteryâ
â
â
â
â
â
â
â
â
â
critical Water Re-test Balance / On Call Testing
â
â
â
â
bacteria (hpc) Heterotrophic Plate Count
12
per Option
year
endotoxin
12
â
â
â
â
â
â
â
any Outstanding Balance Can Be Utilized As Needed By Va
â
â
â
â
â
â
â
â
the Following Table From St-108 Highlighting Key Requirements (please Review Full Standard St-108 2023 For Further Information)
table 6 Frequency For Water Quality Monitoring At Point-of-water-use
water Quality Measurement
type Of Testing
routine Monitoring Sampling Site
minimum Frequency Of Testing*
utility Water
critical Water
steam
ph
ph Meter** Or Colorimetric Dipsticks (sample Tested Within 15 Minutes)
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
conductivity
conductivity Meter** Or Colorimetric Dipsticks
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
total Alkalinity
colorimetric Dipsticks Or Alkalinity Test Kit**
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
total Hardness
determination Of Ppm As Caco3 By Colorimetric Dipsticks, Titration Kit** ,or Handheld Meter**
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
bacteria
heterotrophic Plate Count (see Annex H)
each Location Of Point-of- Use In Department
quarterly
monthly
n/a
endotoxin
lal Test (see Annex H)
each Location Of Point-of- Use In Department
n/a
monthly
n/a
visual Inspection
visual Inspection Of Inside Of Equipment - Look For Residue, Staining, Scaling, And Discoloration (annex I)
spray Arms/inside Chamber Walls/inside Interior Of Machine
daily
daily
daily
*note 1 The Recommendations For Frequency Of Testing In This Table Are The Recommended Minimum Frequency. If Problems Or Issues Arise With The Water Quality, It May Be Necessary To Increase The Frequency Until They Are Resolved.
**note 2 Test Type Needed To Measure Critical Water And Steam Levels. Steam Condensate Must Be Filled To The Brim, Sealed, And Allowed To Cool Before Testing To Prevent Carbon Dioxide Absorption.
the Minimum Frequency Of Testing Aligns With Established Water Monitoring Programs Performed During Medical Device Manufacturing. Device Processing Is An Extension Of The Medical Device Supply Chain, So A Continuation Of The Water Quality Requirements Is Necessary For Continued Patient Safety. The Testing Frequency Described In Table 5 And Table 6 Are Recommended Minimum Frequencies To Demonstrate The Water System Remains In A State Of Control. The Risk Assessment Performed By The Multidisciplinary Team May Identify Sampling Points That Will Require An Increase In Testing Frequency (e.g., Less Frequently Used Point-of-use, Portion Of Circulation Loop Containing A Dead-leg).
evaluation Process
award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process.
offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15. The Contracting Techniques Associated With Far Part 15 Are Not Mandatory.
the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:â
price (follow These Instructions):
offeror Shall Complete The Attached Price Schedule, With Offerors Proposed Contract Line-item Prices Inserted In Appropriate Spaces.â
ensure Your Representations And Certifications Are Complete In The System For Award Management (sam)( Https://www.sam.gov). Otherwise, You Will Need To Fill Out Solicitation Clause 52.212-3 "offeror Representation And Certifications -commercial Items And Submit With The Quote. Federal Acquisition Regulations Require That Federal Contractors Register In The Sam Database At Http://www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Quotation.
past Performance:
provide (3) References Of Work, Similar In Scope And Size With The Requirement Detailed In The Statement Of Work. References Must Include Contact Information; Brief Description Of The Work Completed, And Contract # (if Relevant).â Please Utilize Attachment 1 Past Performance Worksheet For Your References And Please Submit As Part Of Your Quote Submission. References May Be Checked By The Contracting Officer To Ensure Your Company Can Perform The Statement Of Work. The Government Also Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From All Sources.
technical: The Offeror S Quote Shall Be Evaluated To Determine If The Organization Has The Experience And Capabilities To Provide The Requested Services Iaw The Statement Of Work In A Timely Efficient Manner.â
contractor Shall Demonstrate Their Corporate Experience And Approach To Meet All Requirements Stated In The Statement Of Work.
contractor Shall Demonstrate That Their Technicians Meet The Qualification Standards Stated In The Statement Of Work.
contractor Shall Provide All Current And Relevant Or License(s) To Include Manufacture Training Certificate Etc.
if You Are Planning To Sub-contract Some Or All Of This Work, Please Provide The Name And Address(s) Of All Subcontractor(s) (if Applicable) And A Description Of Their Planned Subcontracting Effort.
4. Veterans Preference Factor (per 852.215-70): The Government Will Assign Evaluation Credit For An Offeror (prime Contractor) Which Is A Service-disabled Veteran-owned (sdvosb) Or A Veteran-owned Small Business (vosb). Non-sdvosb/vosb Offerors Proposing To Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor.
a. For Sdvosbs/vosbs: In Order To Receive Credit Under This Factor, An Offeror Shall Submit A Statement Of Compliance That It Qualifies As A Sdvosb Or Vosb In Accordance With Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors . Offerors Are Cautioned That They Must Be Registered And Verified In Vendor Information Pages (vip) Database (http://www.vetbiz.gov).
verified Sdvosbs Will Receive A 5% Price Credit (e.g. If A Sdvosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $95.00).
ii. Verified Vosbs Will Received A 2.5% Price Credit (e.g. If A Vosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $97.50).
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
(x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy.
(xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020), 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.228-5 Insurance-work On A Government Installation (jan 1997), 52.232-40 Providing Accelerated Payments To Small Business Subcontracting (dec 2013),
852.212-70 Provisions And Clauses Applicable To Va Acquisitions Of Commercial Items (apr 2020)
852.203-70 Commercial Advertising
852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside
852.232-72 Electronic Submissions Of Payment Requests
852.233-70 Protest Content/alternative Dispute Resolution
852.233-71 Alternate Protest Procedure
852.270-1 Representatives Of Contracting Officers
852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018)
as Prescribed In 819.7203(a) Insert The Following Clause:
(a) This Solicitation Includes 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside,
(b) 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.
(c) 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.
(d) 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)
852.219-77 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction.
as Prescribed In 819.7009(c) Insert The Following Clause:
va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (sep 2021) (deviation)
(a) Pursuant To 38 U.s.c. 8127(k)(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: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.]
(i) [x] 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 Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed 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.
(ii) [ ] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(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 Section 1001 Of Title 18.
(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. The Contracting Officer 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.
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)
852.242-71 Administrative Contracting Officer.
as Prescribed In 842.271, Insert The Following Clause:
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 Shall Be Furnished To The Contractor. (end Of Clause)
(xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (wage Determination West Haven And Newington Vamc Wd 2015-4127 And 2015-4119 (rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6
(xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above.
(xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement.
(xv) Rfq Questions Are Due Nlt 02/19/2025 At 17:00 Pm Est. Rfq Responses Are Due Nlt 02/21/2025 At 17:00 Pm Est. Rfq Responses Must Be Submitted Via Email With Rfq #36c24125q0227 In The Subject Line To: Nathan.langone@va.gov Hand Deliveries Shall Not Be Accepted.
(xvi) The Poc Of This Solicitation Is Nathan Langone (nathan.langone@va.gov)
Closing Date21 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Housekeeping Services
United States
Details: Please Refer To Attached Amendment - Vendor Q&a36c24425q0230 0001
section A: Description This Is A Combined Synopsis/solicitation For 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, In Conjunction With Far Part 13 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, Number 36c24425q0230. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02 Effective 01/03/2025. The Complete Text Of Any Of The Clauses And Provisions May Be Accessed In Full Text At Far | Acquisition.gov. This Solicitation Is Being Competed On A Full And Open Competitive Basis. The Government Reserves The Right To Make Split Awards As A Result Of This Solicitation. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 812332 Industrial Launders, With A Small Business Size Standard Of $47 Million. The Fsc/psc Is S209 - Housekeeping Laundry/drycleaning. Complete Instructions For Submitting A Response To This Solicitation And Applicable Provisions And Clauses Are Found In 36c24425q0230. All Offerors Are Advised To Pay Careful Attention To The Quote Submission Instructions As There Are Very Specific Instructions As What Is Required To Be Provided. The Contract Period Of Performance (pop) Is Anticipated To Be 03/24/2025 Through 03/23/2030. Should Issuance Of The Award Occur On A Different Date, The Performance Period Will Be Adjusted Accordingly. Any Award Resulting From This Solicitation Will Be Issued On A Standard Form 1449. Note: To Receive An Award Resulting From This Solicitation, Offerors Must Be Registered In The System For Award Management (sam) Database. Registration May Be Done Online At: Www.acquisition.gov Or Www.sam.gov. Section B: Statement Of Work The Pittsburgh, Pa Contracting Office Is Seeking Uniform Rental, Alteration And Laundering Services To Support The Wilkes Barre Va Medical Center, Located At 1111 East End Blvd., Wilkes Barre, Pa 18711. See Attached Statement Of Work (sow) For Complete Details. Section C: Price Schedule All Interested Companies Shall Provide Quotations For The Following: Supplies/services Quantities Listed Are Estimates. While Week Is The Unit Of Measure In This Combined Synopsis, Vendors May Price The Work In Other Industry-wide Acceptable Units, Such As Lbs. Line Item Description Quantity Unit Of Measure Unit Price Total Price 0001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 1 52 Wk 1001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 2 52 Wk 2001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 3 52 Wk 3001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 4 52 Wk 4001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 5 52 Wk Place Of Performance: Wilkes Barre Va Medical Center 1111 East End Blvd. Wilkes Barre, Pa 18711 Section D: Evaluation Of Quotations The Government Will Select The Quote That Represents The Best Benefit To The Government At A Price That Can Be Determined Reasonable. Specific Information To Be Included In Quotes Is Detailed Below In Instructions To Offerors Commercial Items . Following Receipt Of Quotes, The Government Will Perform A Comparative Evaluation Of The Services Quoted In Accordance With Far 13.106-2(b)(3). The Government Will Compare Quotes To One Another To Select The Quote That Best Benefits The Government By Fulfilling The Requirement. Additional Information Pertaining To Comparative Evaluation Is Below: What Comparative Evaluation Is: It Is The Direct Comparison Of One Quotation/offer With Another In A Uniform And Fair Manner To Determine Which Quote/offer Provides The Government What It Needs, Where And When, As Identified In The Rfq It Is An Assessment Of Which Response Is The Best As A Whole Once One Quotation/offer Is Found Acceptable, It Is Compared Side By Side To The Remaining Ones, And The Best One Is Chosen What Comparative Evaluation Is Not: It Does Not Individually Evaluate Quote/offers Against Specified Evaluation Factors It Does Not Assign A Rating Using A Color, Numerical, Or Other Rating Methodology Although The Process Is Not Prohibited, It Does Not Require Additional Evaluation To Determine If Minimal Advantage Is Worth A Minimal Or Normal Price Difference It Is Not A Low Price Technically Acceptable (lpta) Or Trade-off Process Contractors May Submit More Than One Quote; However, Contractors Are Strongly Encouraged To Submit Their Best Technical Solutions And Prices In Response To This Request For Quote. All Quotes Must Be Submitted By The Deadline To Be Considered For Evaluation. The Government Reserves The Right To Not Select Any Quotes For Award. Additionally, The Government Reserves The Right To Cancel This Solicitation At Any Time Without Making Award. The Contractor Is Responsible For All Quote Preparation Costs, Which, Under No Circumstances, Will Be Paid Or Otherwise Provided For By The Government. Once The Government Determines There Is/are A Contractor(s) That Can Provide A Service That Meet(s) The Requirements Of This Request For Quote, The Government Reserves The Right To Communicate With Only Those Contractors Quoting The Best-suited Service To Address Any Remaining Issues. The Contracting Officer Will Evaluate Technical Capability, Price, And Past Performance. Section E: Clauses And Provisions 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 (sep 2023) Addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services Offeror Must Ensure That Proposal Is Submitted Timely To Ensure Delivery And Receipt By The Due Date And Time Identified Herein. Offer Shall Be Submitted Electronically Via Email, To Stephanie.mcfadden@va.gov. In Addition To The Requirements Of Far 52.212-1, Offeror Shall: (a) Complete Provision 52.212-3. Note: An Offeror Needs Only To Complete Paragraph If The Offeror Has Completed The Annual Representations And Certifications Electronically In The System For Award Management Database. Otherwise, Complete Paragraphs (c) Through (o) As Applicable. (b) Offeror Shall Submit A Capability Statement Demonstrating Their Technical Capability And Ability To Meet The Full Scope (all Elements) Of The Statement Of Work. (c) Offeror Shall Submit At Least One Similarly Scoped/relevant Past Performance Reference, Including Both The Reference Information And Details Of The Work Performance; Past Performance Information Shall Be Recent And Relevant Work. Offerors May Submit More Than One Past Performance Reference; Doing So Further Demonstrates The Offeror S Ability To Perform The Work. The Contracting Officer May Also Utilize All Available Records (e.g. Ppiprs And Fapiis) As Well. A Determination Of Contractor Responsibility Will Be Conducted. 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 Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: 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 Nov 2024 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.229-11 Tax On Certain Foreign Procurements Notice And Representation Jun 2020 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) The Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Paragraph (c)(1) In The Provision At 52.204 26, Covered Telecommunications Equipment Or Services Representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212 3, Offeror Representations And Certifications Commercial Products And Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Paragraph (c)(2) Of The Provision At 52.204 26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212 3. Definitions. As Used In This Provision Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services. (d) Representations. The Offeror Represents That (1) It [ ] Will, [ ] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds Will In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds Does In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded Will In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded Does In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.204-26 Covered Telecommunications Equipment Or Services Representation (oct 2020) (a) Definitions. As Used In This Provision, Covered Telecommunications Equipment Or Services And Reasonable Inquiry Have The Meaning Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services . (c) Representations. (1) The Offeror Represents That It [ ] Does, [ ] Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument. (2) After Conducting A Reasonable Inquiry For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. (end Of Provision) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) (a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (c) Procedures. (1) The Offeror Shall Search For The Phrase Fascsa Order In The System For Award Management (sam)(https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)). (3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation. (d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e). (e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer: (1) Name Of The Product Or Service Provided To The Government; (2) Name Of The Covered Article Or Source Subject To A Fascsa Order; (3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror; (4) Brand; (5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); (6) Item Description; (7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used; (f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver. (end Of Provision) 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Indefinite Quantity Contract Resulting From This Solicitation. (end Of Provision) (end Of Addendum To 52.212-1) 52.212-2 Evaluation Commercial Products And Commercial Services (nov 2021) (a) 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, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: 1) Technical Capability 2) Past Performance 3) Price (b) 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: 1) Technical Capability: 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. Please Provide An Explanation Of Your Firm S Ability To Meet And/or Exceed The Technical Aspects Of This Solicitation. 2) Past Performance: Offerors Shall Provide At Least One Relevant Past Performance Reference. 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. 3) Price: The Government Will Evaluate The Price By Adding The Total Of All Line-item Prices. The Total Evaluated Price Will Be That Sum. (c) 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 Offer'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. (c) 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 Offer'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. (end Of Provision) 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. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 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 52.204-13 System For Award Management Maintenance Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.223-2 Reporting Of Biobased Products Under Service And Construction Contracts May 2024 52.237-3 Continuity Of Services Jan 1991 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 03/24/2025 Through 03/23/2030. (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 $2,500.00, 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 To Be Determined At Award; (2) Any Order For A Combination Of Items In Excess Of To Be Determined At Award; Or (3) A Series Of Orders From The Same Ordering Office Within 10 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 5 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) 52.216-21 Requirements (oct 1995) (a) This Is A Requirements Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies Or Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract. Except As This Contract May Otherwise Provide, If The Government's Requirements Do Not Result In Orders In The Quantities Described As "estimated" Or "maximum" In The Schedule, That Fact Shall Not Constitute The Basis For An Equitable Price Adjustment. (b) Delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. Subject To Any Limitations In The Order Limitations Clause Or Elsewhere In This Contract, The Contractor Shall Furnish To The Government All Supplies Or Services Specified In The Schedule And Called For By Orders Issued In Accordance With The Ordering Clause. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations. (c) Except As This Contract Otherwise Provides, The Government Shall Order From The Contractor All The Supplies Or Services Specified In The Schedule That Are Required To Be Purchased By The Government Activity Or Activities Specified In The Schedule. (d) The Government Is Not Required To Purchase From The Contractor Requirements In Excess Of Any Limit On Total Orders Under This Contract. (e) If The Government Urgently Requires Delivery Of Any Quantity Of An Item Before The Earliest Date That Delivery May Be Specified Under This Contract, And If The Contractor Will Not Accept An Order Providing For The Accelerated Delivery, The Government May Acquire The Urgently Required Goods Or Services From Another Source. (f) 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 03/23/2030. (end Of Clause) 52.216-22 Indefinite Quantity (oct 1995) (a) 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 03/23/2030. (end Of Clause) Vaar 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) 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) (end Of Addendum To 52.212-4) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2024) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). [] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). [] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) [x] (4) 52.203 17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community See Far 3.900(a). [x] (5) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (6) [reserved] [] (7) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (8) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [x] (9) 52.204 27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117 328). [] (10) 52.204 28, Federal Acquisition Supply Chain Security Act Orders Federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115 390, Title Ii). [x] (11)(i) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023) (pub. L. 115 390, Title Ii). [] (ii) Alternate I (dec 2023) Of 52.204 30. [x] (12) 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). [] (13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). [] (14) [reserved] [] (15) 52.219 3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a). [x] (16) 52.219 4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). [] (17) [reserved] [] (18)(i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-6. [] (19)(i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-7. [] (20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). [] (21)(i) 52.219 9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). [] (ii) Alternate I (nov 2016) Of 52.219-9. [] (iii) Alternate Ii (nov 2016) Of 52.219-9. [] (iv) Alternate Iii (jun 2020) Of 52.219 9. [] (v) Alternate Iv (sep 2023) Of 52.219 9. [] (22)(i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). [] (ii) Alternate I (mar 2020) Of 52.219-13. [] (23) 52.219 14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s). [] (24) 52.219-16, Liquidated Damages Subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). [] (25) 52.219 27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15 U.s.c. 657f). [x] (26) (i) 52.219 28, Post-award Small Business Program Representation (feb 2024) (15 U.s.c. 632(a)(2)). [] (ii) Alternate I (mar 2020) Of 52.219 28. [] (27) 52.219 29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). [] (28) 52.219 30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). [] (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). [] (30) 52.219 33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s). [x] (31) 52.222-3, Convict Labor (jun 2003) (e.o. 11755). [] (32) 52.222 19, Child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). [x] (33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [x] (34)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (feb 1999) Of 52.222-26. [x] (35)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). [] (ii) Alternate I (jul 2014) Of 52.222-35. [x] (36)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). [] (ii) Alternate I (jul 2014) Of 52.222-36. [x] (37) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). [] (38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). [x] (39)(i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [x] (40) 52.222-54, Employment Eligibility Verification (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) [] (41)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671, Et Seq.). [] (43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671, Et Seq.). [] (44) 52.223-20, Aerosols. (may 2024) (42 U.s.c. 7671, Et Seq.). [] (45) 52.223-21, Foams (may 2024). (42 U.s.c. 7671, Et Seq.). [x] (46) 52.223-23, Sustainable Products And Services (may 2024) (e.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671i). [] (47)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). [] (ii) Alternate I (jan 2017) Of 52.224-3. [] (48)(i) 52.225-1, Buy American Supplies (oct 2022) (41 U.s.c. Chapter 83). [] (ii) Alternate I (oct 2022) Of 52.225-1. [x] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (nov 2023) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. [] (ii) Alternate I [reserved]. [] (iii) Alternate Ii (dec 2022) Of 52.225-3. [] (iv) Alternate Iii (feb 2024) Of 52.225-3. [] (v) Alternate Iv (oct 2022) Of 52.225-3. [] (50) 52.225 5, Trade Agreements (nov 2023) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note [x] (51) 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) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). [] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). [] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). [x] (55) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513) [x] (56) 52.229 12, Tax On Certain Foreign Procurements (feb 2021). [] (57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [] (58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [x] (59) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (60) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332). [] (61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). [] (62) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). [x] (63) 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.). [] (64) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)). [] (65)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). [] (ii) Alternate I (apr 2003) Of 52.247-64. [] (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [x] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [x] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). Employee Class Monetary Wage-fringe Benefits [x] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). [] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). [] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). [x] (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). [x] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). [] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause (i) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203 17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712). (iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (v) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (vi) 52.204 27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117 328). (vii) (a) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023) (pub. L. 115 390, Title Ii). (b) Alternate I (dec 2023) Of 52.204 30. (viii) 52.219 8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). (xi) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (xii) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xvi)(a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (may 2022) (e. O. 12989). (xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xxi) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xxii)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232 40. (xxvi) 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.). (xxvii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) Section F: Additional Information 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: - Price - Technical Capability - Past Performance 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. Questions Questions In Response To This Notice Shall Be Submitted Via Email Only To Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00pm, Et, Monday, January 27, 2025. Questions May Or May Not Result In An Extension Of The Solicitation. Sources Sought 36c24425q0230 Must Be Included In The Subject Line Of The Email. Due Date Submission Of Your Response Shall Be Submitted Via Email Only To Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00pm, Thursday, February 13, 2025. Sources Sought 36c24425q0230 Must Be Included In The Subject Line Of The Email. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). The Response Shall Demonstrate The Ability To Meet The Requirements In The Solicitation. Specifically, Through Past Performances Of Providing Uniform Rental, Repair And Laundering Services To The Va Or Other Government Agencies. Quotes Shall Clearly And Completely Address The Technical Elements Listed In The Sow. Responses To These Elements Will Form The Basis Of Determining The Technical Acceptability Of The Quote. A Quote May Be Considered Not Technically Acceptable If Inadequate Or Insufficient Information Is Submitted, Which May Exclude The Quote From Further Consideration. Government May Make Award Based On The Initial Quotes Received; Therefore, An Offeror Should Submit Its Best Pricing With Its Quote. Pricing Submitted In Offeror Quote Shall Be Listed As Five Separate Line Items: One For Each Ordering Period As Outlined In Sow. Offerors Are Hereby Advised That Any Offeror-imposed Terms And Conditions That Deviate From The Government S Material Terms And Conditions Established By The Solicitation May Render The Quote Unacceptable And, Therefore, Ineligible For Award. The Government Intends To Issue A Single Award Resulting From This Solicitation. Attachments
Closing Date13 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
Corrigendum : Closing Date Modified
United States
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 36c24425q0254 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 541350 With A Small Business Size Standard Of $12.0 Million And The Product/service Code Is: J012 This Solicitation Is A Service-disabled Veteran Owned Small Business (sdvosb) 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 And Maintenance Services At The Pittsburgh Va Medical Center (both The Heinz And University Drive Campus Locations) 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: Pittsburgh Vamc. Visn-04 Intends To Award One Five-year Idiq Contract With Orders Anticipated To Begin Approximately: 2/10/2025-2/9/2030. 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 2/10/2025 Through 2/9/2030. (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 $2,000.00; (2) Any Order For A Combination Of Items In Excess Of $5,000,000.00; 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 2/9/2031. (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) Vaarâ852.219-73ââva Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businessesâ(jan 2023)â(deviation) â (a)âdefinition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : âââ (1) Means A Small Business Concern âââââ (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); âââââ (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 Suchâveteran; âââââ (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitationâdocument; âââââ (iv) The Business Has Beenâcertifiedâfor Ownership And Control Pursuant To 38âu.s.c. 8127, 13 Cfr 128, Andâis Listedâas Certifiedâinâthe Sba Certification Database Atâhttps://veterans.certify.sba.gov/; And âââââ (v) The Businessâagrees Toâcomply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size,âgovernmentâcontracting,âand The Veteran Small Business Certification Programâat 13 Cfr Parts 121,â125,âand 128. âââ (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). âââ (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). âââ (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)). âââ (5) The Termâ Sdvosb Participant âorâcertified Sdvosbâmeans 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). â (b)âgeneral.âin Order Forâa 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. âââ (1) Offers Received From Entities That Are Notâcertifiedâsdvosbsâand Listed In The Sba Certification Databaseâat The Time Of Offer Shall Not Be Considered. âââ (2) Any Award Resulting From This Solicitation Shall Be Made To Aâcertifiedâsdvosbâlisted In The Sba Certification Databaseâwho Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. âââ (3) The Requirements In This Clause Apply To Any Contract,âorderâor Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. â (c)ârepresentation. Pursuant To 38 U.s.c. 8127(e), Onlyâcertifiedâsdvosbsâlisted In The Sba Certification Databaseâare Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligibleâand Certifiedâsdvosb As Defined In This Clause,â13 Cfr 121, 125, And 128, And Vaar Subpart 819.70. â (d)âagreement/los Certification.âwhen Awarded A Contract Action, Including Orders Under Multipleaward 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,âand Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontractingâ(los)ârequirements In 13 Cfr 121.406(b) And 13 Cfr 125.6.âfor The Purpose Ofâlimitations On Subcontracting, Onlyâcertifiedâsdvosbsâlisted In The Sba Certification Databaseâ(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 Requiredâlosâcertification Requirements In This Solicitation (see 852.219 75 Or 852.219 76 As Applicable). These Requirements Are Summarized As Follows: âââ (1)âservices. 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 Notâcertifiedâsdvosbsâlisted In The Sba Certification Databaseâ(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. âââ (2)âsupplies/products. âââââ (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 Notâcertifiedâsdvosbsâlisted 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. âââââ (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 13âcfrâ125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. âââ (3)âgeneral 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 Notâcertifiedâsdvosbsâlisted In The Sba Certification Database. âââ (4)âspecial 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 Notâcertifiedâsdvosbsâlisted In The Sba Certification Database. âââ (5)âsubcontracting. An Sdvosbâsubcontractorâmust Meet The Naics Size Standard Assigned By The Prime Contractor And Beâcertified Andâlisted Inâthe Sba Certification Databaseâto 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. ââ(e)ârequired Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: [â]âby The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or [âx]âby The End Of The Performance Period For Each Order Issued Under The Contract. â (f)âjoint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfrâ128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause.âa 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. â (g)âprecedence. 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 Sbaâveteran Small Business Certificationâprogram And The Va Veterans First Contracting Program. â (h)âmisrepresentation. 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). 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, 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), Friday, January 24, 2025. Quotes Shall Be Submitted In Writing And Sent Via Email To Contracting Specialist: Andrew Chmielewski; Andrew.chmielewski@va.gov. Please Insert Solicitation Number 36c24425q0254 Pittsburgh Fire Door And Maintenance 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, Tuesday January 21, 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 Fire Door Inspections And Maintenance In Accordance With The Sow. Qualifications: Explain Contractor S Ability To Meet Industry Standards In Accordance With The Sow With Regards To Fire Door Inspections And Maintenance. 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
Closing Date29 Jan 2025
Tender AmountRefer Documents
NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender
Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Details: *** Amendment 1, Extension Of Solicitation ***
*provide Responses To Questions And Supporting Documents Concerning This Project Prior To Close Of Solicitation This Evening!
this Solicitation Is Hereby Extended To Provide Responses To Technical Questions Received For Which The Gov't Response Will Be Provided By C.o.b. (tomorrow) January 14, 2025; Proposals Will Then Be Due By 4:00p.m. Est On Tuesday, January 21st, 2025.
**please Read This Notice Carefully As It Constitutes The Only Notice That Will Be Issued**
a. Far 12.603 Streamlined Solicitation For Commercial Products Or Commercial Services
this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services 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; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
the Request For Proposal (rfp) Number For This Project Is 693jj925r000012. The Resultant Contract Award Will Be Performed At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Tx. The Contract Type Will Be Firm Fixed-price.
the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fac Number 2025-01 With The Effective Date Of 11/12/2024.
the North American Industrial Classification System (naics) Code For This Procurement Is 237310 “highway, Street, And Bridge Construction” -, With A Small Business Size Standard Of $45,000,000.00. The Product Service Code For This Procurement Is Y1lb “construction Of Highways, Roads, Streets, Bridges, And Railways”. This Solicitation Is Not Set-aside For Small Businesses.
contract Price.
b. Price Schedule
b.1 Base Period Of Performance:
total Price Shall Cover The Performance Period From The Effective Date Of Award Through Twenty-four (24) Months Thereafter.
from: 01/xx/2025 To: 01/xx/2026
base Period, Contract Price: $tbd
line Item Number
item Description
qty
unit
unit
price
total Extended Price
0001
resurface Utqg Standards Traction Asphalt Test Surface
1
lot
-
$tbd
total Contract Firm Fixed-price
$tbd
statement Of Work (sow)
c. Description/specifications/ Statement Of Work
c.1 Background
the National Highway Traffic Safety Administration (nhtsa) Has A Need To Resurface The Asphalt Test Surface Portion Of The Traction Grading Test Track Used To Perform Testing In Accordance With The Uniform Tire Quality Grading System (utqgs) At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx). The Asphalt Test Surface Was Last Resurfaced In September 2013. The Test Surface Is Used By Ovsc To Perform Traction Testing For Enforcement Of The Utqg Consumer Information Program. The Test Surface Is Also Used By Outside Entities To Perform Traction Testing.
the Utqg Traction Test Measures The Slide Friction Coefficient Of Tires Using A Tire Traction Skid Trailer At A Test Speed Of 40 Miles Per Hour (mph). The Allowable Surface Coefficient Range Per 49 C.f.r. § 575.104 Is 0.50 ± 0.10. This Value Is Measured Using The American Society For Testing And Materials (astm) E 501 Tire With A Test Load Of 1,085lbs And An Onboard Watering System With An Output Of Approximately 4.0 Gpm Per Wetted Inch Of Nozzle Width.
c.2 Contract Objectives
the Objective Of This Contract Is To Replace The Asphalt Utqg Traction Test Surface Located At The Satf Located On Gafb In San Angelo, Tx With A Durable Surface That Meets The Tire Test Surfaces Specified In 49 C.f.r. § 575.104.
this May Include, But Is Not Limited To, Identifying A Suitable Replacement Asphalt Mix With Test Strips, Removing The Existing Surface, Placing A New Asphalt Surface, And Re-painting The Required Lines.
the Purpose Of The New Test Surface Is To Satisfy The Government’s Need To Have A Nhtsa Traction Asphalt Test Surface Located At Its San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx).
the Intended Use Of The Test Surface That Is To Be Provided To The Government Is To Conduct Compliance Testing For Tire Traction Ratings, Which Require A Surface That Is Within The Uniform Tire Quality Grading System (utqgs) Allowable Surface Friction Range And Possesses The Quality, Durability, And Smoothness Needed For Traction Testing.
all Work Completed Must Be In Compliance With All Applicable Rules And Regulations Of Gafb.
c.3 General Requirements
phase One (1) Test Stripe Surface Application
the Contractor Shall Schedule All Work Under This Contract With The Contracting Officer’s Representative (cor).
the Contractor Shall Identify A Suitable Asphalt Mix Design Through The Placement And Evaluation Of A Test Strip, Removing The Existing Test Surface (if Required), Replacing The Test Surface, And Ensuring Smooth Transitions To And From The Test Surface, To Include Painting Of The Completed Test Surface. The Contractor Shall Meet All Work Requirements For Gafb Including Certain Requirements And Approvals That Must Be Met And/or Obtained Prior To The Start Of Work By The Contractor.
the Contractor Shall Be Responsible For The Following:
c.3.1 The Contractor, Inclusive Of Contractor Personnel And Subcontractors Supporting This Project On-site At The Satf, Must Meet All Air Force Base (afb) Security Requirements. This Will Include Background And Verification Checks Required Prior To Base Access. The General Requirements May Be Found At: Https://www.goodfellow.af.mil/home/visitor-control-center-gate-information/
the Contractor Must Provide A List Of All Personnel Who Will Be Accessing The Base And All Required Information To Include The Following: (full Name, Date Of Birth, Driver’s License No. W/state Of Issuance, And Last Four (4) Of Ssn) To The Cor For The Contractor Personnel To Gain Approval To Access The Base. This Process Can Take Between 2-4 Weeks To Complete From The Time The List Is Submitted. This List Must Be Provided To The Cor Via Email Within 1 Month Of The Completion Of The Kick-off Meeting.
c.3.2 The Contractor Must Meet All Other Afb Requirements That Are In Effect At And During Time Of Project, Including But Not Limited To, Obtaining Environmental Approval For All Materials Required To Complete The Project.
c.3.3 The Contractor Shall Ensure That Its Equipment And Operations Does Not Interfere With Afb Operations At Any Time During Project.
c.3.4 Parking On Turf Or Base Roads Is Not Permitted Without Prior Approval From The Cor.
c.3.5 All Equipment, (e.g., Vehicles) Shall Pass Through An Inspection Station When Accessing The Afb Or Whenever Entering The Afb Located At:
4368 S Chadbourne St.
san Angelo, Tx
76905
note: The Inspection Station Is Located At The South Gate, Near The Visitor’s Center Entrance To The Base.
c.3.6 Upon Completion Of The Project The Contractor Shall Perform Cleanup Of Debris From All Work Areas. The Contractor Shall Collect All Trash, Debris, Refuse, Garbage, Etc., That Is Generated, And Place It In Appropriate Containers Or Vehicles As Directed By The Cor. The Contractor Shall Haul Materials From The Site By Appropriate Means As Needed. The Contractor Shall Ensure Proper Disposal Of Materials Outside The Limits Of Government Property. The Contractor Shall Ensure That Disposal By Recycling, Sanitary Landfill Or Other Approved Methods Conforms To All Local, State, And Federal Guidelines, Criteria, And Regulations. Upon Completion Of The Work, The Contractor Shall Leave The Work Site And Any Storage Area(s) In A Clean, Neat, And Orderly Condition As Determined By The Cor. The Cor Will Inspect The Work Site, Prior To The Contractor’s Final Departure From The Site, To Confirm That The Work Site Is In A Satisfactory Condition.
c.3.7 The Contractor Shall Comply With All Occupational Safety And Health Administration (osha) Regulations While Executing Contract Activities.
c.3.8 The Contractor Shall Comply And Ensure That All Subcontractors, If Any, Comply With All Applicable Federal, State, And Local Laws, Regulations, Ordinances, And Standards Related To Any Environmental Matters. The Contractor Shall Also Comply And Ensure That All Subcontractors, If Any, Comply With All Specific Instructions Or Directions Provided To The Contractor By Goodfellow Afb Regarding Any Environmental Or Safety Matters.
c.3.9 The Contractor Shall Execute The Work For This Project In The Best And Most Competent Manner, By Qualified And Efficient Contractor Personnel, Skilled In Their Respective Trades. The Contractor Shall Coordinate And Perform All Operations In A Manner That Will Result In A Professional And Expeditiously Completed Project. The Contractor Shall Conduct The Work In Strict Accordance With Prevailing Industry Standards And Manufacturer’s Instructions. The Contractor Shall Ensure That The Work And Materials Comply With Industry Best Practices For Quality And Technical/performance Requirements For This Project As Described Herein And (the Resultant Contract Award) For All Applicable Criteria, Regulations, Guidelines, And Codes, All Of Which Are Made A Part Thereof.
c.3.10 Normal Working Hours For Satf Personnel Are Monday Through Friday Between The Hours Of 7:00 A.m. And 4:00 P.m. Excluding Saturdays, Sundays, And Federal Holidays. If Noncontractor Personnel (e.g. Federal Or Nhtsa Contractor Personnel) Are Reasonably Available, The Contracting Officer May Authorize The Contractor To Perform Work During Periods Other Than The Normal Tour Of Duty For Work Hours/days.
c.4 Test Surface Specific Requirements
c.4.1 Kick-off Meeting
within Two (2) Weeks Of The Effective Date Of The Contract, The Contractor Shall Participate In A Kick-off Meeting With The Contracting Officer’s Representative (cor), Contracting Officer (co), And Other Nhtsa Staff. The Kickoff Meeting Will Take Place Via Teleconference And Will Be Approximately Two Hours In Length. The Contractor Shall Make A Brief Presentation Of Their Understanding Of The Contract Requirements. After The Presentation, The Parties Shall Discuss Basic Contract Requirements, Including The Schedule For Evaluations And Operational Procedures. Washington, Dc, Based Nhtsa Staff May Join Via Teleconference For These Discussions.
c.4.2 The Contractor Shall Clean And Remove All Grass, Weeds, Debris, And Soil From Cracks In The Asphalt Test Surface Prior To Beginning Paving.
c.4.3 The Contractor Shall Remove The Existing Surface; Or Subject To Cor Approval Repair The Existing Asphalt Test Surface With A Suitable Crack Sealant.
c.4.4 The Contractor Shall Design An Asphalt Mix That They Believe Is Capable Of Meeting The Required Performance Characteristics Detailed In Section C.4.6 Prior To Applying The Test Strip.
the Contractor Shall Prepare And Install An Initial Test Strip Before Installing The Full Asphalt Test Surface. The Contractor Shall Place A Test Strip That Is 10 Feet Wide And 150 Feet Long In The Shoulder Area Adjacent To The Asphalt Test Surface. The Purpose Of The Test Strip Is To Demonstrate The Wet Traction Coefficient Of Friction And Durability Of The Asphalt Mix Design. Alternatively, The Contractor May Place A Test Strip Of The Proposed Asphalt Mix Design At Satf Or Another Location (upon Approval By The Government And Within A 150-mile Radius Of Satf), So That Satf Personnel Can Access And Evaluate The Test Strip In A Manner Consistent With The Location At Satf.
the Government Will Burnish And Test The Surface For Wet Traction Coefficient Of Friction And Durability.
2) The Government Will Discuss The Results Of The Testing With The Contractor.
if An Additional Test Strip Is Required; The Following Procedure Will Be Followed:
the Contractor Shall Then Adjust The Asphalt Mix Design As Required To Meet The Friction Coefficient And Durability Requirements And Install Another Complete Asphalt Test Strip In The Same General Area As The Previous One; As Described In Paragraph (c.4.4.a, Above). The Contract Will Require Successful Paving Of At Least One Test Strip That Meets The Required Wet Traction Coefficient Of Friction And Desired Durability Prior To Receipt Of Approval By The Co In Order To Move Onto Phase 2 For Paving Of The Full Asphalt Test Surface.
once The Government Determines That The Test Strip Meets Durability And Skid Coefficient Requirements, The Contractor Will Be Notified By The Co That It May Proceed To The Task Detailed At C.4.5 Below.
phase Two (2) Full Asphalt Test Surface Application
c.4.5 The Contractor Shall Provide A Surface Within The Target Range For The Wet Slide Coefficient Of Friction Of 0.55µ To 0.62µ After Curing And The Government Has Burnished The Surface. The Coefficient Of Friction Will Be Measure By The Government Using The Utqg Traction Test Procedure And An Astm E 501 Tire.
c.4.6 Additional Construction Requirements
a. The Contractor Shall Prepare And Install An Asphalt And Aggregate Seal Coat Overlay On The Entire Test Surface And Shoulders, 1000 Feet Long And 104 Feet Wide, That Will Serve In Part As A Moisture Barrier.
b. The Test Procedure Requires A Traction Testing Apparatus Consisting Of A Pickup Truck And Instrumented Trailer To Travel At A Steady Speed Of 40 Mph. The Contractor Shall Construct The New Asphalt Test Surface In A Way That Allows For A Very Smooth Transition From The Oval Track Road To The Test Surface With No Perceptible Impact To The Driver And Enough Distance For The Vertical Loads To Settle Out Of The Suspension Prior To Reaching The First Test Location. The Contractor Shall Ensure The Exit Ramp Of The Test Surface Meets The Same Requirements. The Contractor Shall Ensure That The Surface Transition Is Smooth From Both Directions In The Event That Traffic Flow Is Reversed.
c. The Contractor Shall Ensure That The Final Test Surface Is Smooth And Free Of Bumps, Divots, Or Any Other Surface Disturbances. These Things Will Cause Transient Disturbances In Traction Testing Data Which Will Increase Test Variability And Produce Bad Data.
d. The Contractor Shall Ensure That There Are No Foreign Objects Purposefully Or Accidentally Left In The Test Surface. The Contractor Shall Ensure That The Surface Is A Smooth, Finished, Homogenous, Asphalt Surface.
e. The Contractor Shall Ensure That There Are No Longitudinal Or Horizontal Cracks In The Final Test Surface. The Contractor Shall Ensure That The Construction Seams Between Asphalt Lays Are Minimal With No Vertical Difference Between Lays.
f. The Contractor Shall Ensure That The Final Density Is Such That The Surface Can Support The Static And Dynamic Loads Of The Trailer Traction Testing Apparatus For The Extent Of The Test Surface Life Without Rutting.
c.4.7 At Transition Areas Between The Test Surface And The Non-test Surface, The Contractor Must Provide:
a. Butt Joints To Transition To And From Asphalt Test Areas To Ensure Structural Integrity And Smooth Transition To The Asphalt Roadway Surface.
b. Provide A Smooth Transition Between The Test Surface And The Non-test Surface, Such That, The Driver Of An Instrumented Skid Trailer Driving Over The Transition Area Will Not Feel A Bump And The Data Acquisition System Will Not Be Affected As The Various Axles Pass Over The Transition Area.
c. Two Full-width, Ramp-like Surface Grades Of 100 Feet Length Each. The Contractor Shall Ensure That Each Grading Has A Gradual Height Transition From The Original Non-test Asphalt Surface With Overlay To The Existing Concrete Test Surface.
c.4.8 The Contractor Shall Paint New Lane Stripes On The New Test Surface That Duplicate The Color, Width And Length Of The Old Lane Stripes, I.e., Alternating Yellow And White Stripes, 10 Feet Long, Beginning 10 Feet Prior To Entering Skid Pad Test Surface From Both Directions And A Lateral Midpoint Stripe.
c.4.9 The Government Will Evaluate The Completed Test Surface And Provide Final Acceptance To The Contractor. The Government Will Provide Final Acceptance Within Two (2) Months Of The Completion Of The Lane Stripes Being Completed.
c.4.10 The Contractor Shall Provide All Quality Assurance Or Quality Control Data And Documentation For Any Of The Materials And Test Surface Along With The Final Mix Design To The Cor. These Documents Must Be Provided Within 3 Weeks Of The Government’s Final Acceptance Of The Completed Test Surface.
c.5 Proprietary Or Confidential Information
consistent With The Data Rights Clause In Section (viii) Below Of This Agreement, The Contractor May Identify Any Proprietary Or Any Confidential Data Or Information Needed In The Performance Of The Contract. The Contractor Must Comply With The Data Rights Clause In This Agreement To Notify And Identify The Data Or Information With Limited Rights. The Government Can Assist The Contractor To Identify Limited Rights Data Consistent With The Data Rights Clause.
delivery Date, Acceptance (f.o.b. Destination)
date Of Delivery
the Period Of Performance For This Contract Shall Be Twelve (12) Months From Date Of Award. (dates Tbd)
place Of Delivery
department Of Transportation
national Highway Traffic Safety Administration
office Of Vehicle Safety (nef-220)
131 Comanche Trail Building 3527
goodfellow Afb, Texas 76908
contracting Officer’s Representative (cor) – Tbd
alternate Contracting Officer’s Representative (acor) – Tbd
inspection:
inspection And Acceptance
far 52.252-2 Clauses Incorporated By Reference (feb 1998)
this Solicitation 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): Www.acquisition.gov/far
note: Those Clauses Marked With An “x” Are Hereby Incorporated By Reference.
applicable
“x”
far Clause Number
far Clause Title
(thru Fac 2005-99)
x
52.246-4
inspection Of Services—fixed-price (aug 1996)
inspection And/or Acceptance
the Cor As Designated In This Effort Shall Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Of Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer.
the Cor Will Also Be Responsible To The Contracting Officer For Recommending Acceptance Or Replacement/correction Of Nonconforming Supplies Or Services That Fail To Meet The Requirements.
rejection Of A Final Report Will Delay Final Payment Of Costs Due Under The Effort. The Most Common Causes For Rejecting Final Reports Are:
incomplete Description Of The Work Objective And Its Relationship To Other Work Performed In The Area.
inadequate Description Of Methodology
insufficient Or Inconsistent Technical Information To Support The Findings Or Conclusions.
poorly Conceived Graphs, Charts, And Displays.
incorrect Spelling And Grammar
agency Personnel Responsible For Inspection
the Contracting Officer’s Representative (cor) As Designated In This Effort, Will Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Or Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer.
milestones And Deliverables:
deliverables/milestones
the Following Milestones And Deliverables Apply To This Contract And Are Considered Critical To The Successful Completion Of The Project.
item No.
section
deliverable (d) /milestone (m)
estimated Timeline
1
c.4.1
(phase 1)
kickoff Meeting (m)
within Two (2) Weeks After Contract Award (aca)
2
c.3.1
contractor Submits Personnel List With Required Information For Base Security Checks (d)
within One (1) Month Of Item 1
3
c.3.1
personnel List Is Approved (m)
typically 2-4 Weeks From Item 2 Completion
4
c.4.4
contractor And Cor Determine Test Strip Start Date (m)
tbd
5
c.4.4
contractor Places Test Strip (d)
tbd
6
c.4.4.a.1
satf Completes Evaluation Of Test Strip (m)
within 2 Months Of Item 5 Completion
7
c.4.4.a.2
satf Discusses Test Strip Results With Contractor (m)
within 1 Week Of Item 6 Completion
8
c.4.4.b.1
(retest; If Required)
contractor Places Additional Test Strip (d)
if Applicable
9
c.4.4.a.1
(retest; If Required) Satf Completes Evaluation Of Additional Test Strip (m)
within 2 Months Of Item 8 Completion
10
c.4.4.b.2
satf Approves Mix Design (m)
within One (1) Week Of Identifying A Test Strip That Meets The Performance Criteria
11
c.4.5
(phase 2 Begins) Upon Approval
contractor Places Full Test Surface (d)
tbd
12
c.4.8
contractor Paints Test Surface (d)
tbd
13
c.4.9
satf Accepts Final Test Surface (m)
within Two (2) Months Of Item 12 Completion
14
c.4.10
contractor Provides Satf With All Qa/qc Data And Final Mix Design (d)
within Three (3) Weeks Of Item 13 Completion
payment Schedule:
Contract Payment Schedule
the Following Payment Schedule Is Hereby Incorporated And Applicable To All Payments To Be Made Under This Contract.
payment Schedule
task #
task Order Payment Schedule Milestones
percentage Of Total Price
c.4.1
kickoff Meeting
1%
c.4.4.b.2
test Strip Meets Skid Coefficient Requirements
20%
c.4.7
full Asphalt Test Surface
45%
c.4.7 & C.4.8
non-test Surface & Painting
24%
c.4.10
qa/qc Data And Final Mix Design
10%
100%
total Firm Fixed-price Amount
$tbd
far 52.212-1 -- Instructions To Offerors-commercial Products And Commercial Services (sep 2023) Is Applicable To This Solicitation.
Additional Clauses Incorporated By Reference (feb 1998)
Far Clauses Incorporated By Reference
this Solicitation And Any Resulting 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 Officerwill Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Www.acquisition.gov/far
fac Number: 2025-01
effective Date: 11-12-2024
52.202-1 Definitions (jun 2020)
52.203-3 Gratuities (apr 1984)
52.203-5 Covenant Against Contingent Fees (may 2014)
52.203-6 Restrictions Of Subcontractor Sales To The Government (jun 2020)
52.203-7 Anti-kickback Procedures (jun 2020)
52.203-8 Cancellation, Recission, And Recovery Of Funds For Illegal Or Improper Activity (may 2014)
52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity (may 2014)
52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020)
52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011)
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020)
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)
52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018)
52.213-1 Fast Payment Procedure (may 2006)
52.215-2 Audit And Records-negotiation (jun 2020)
52.215-8 Order Of Precedence-uniform Contract Format (oct 1997)
52.215-11 Price Reductions For Defective Certified Cost Or Pricing Data-modifications (jun 2020)
52.215-13 Subcontractor Certified Cost Or Pricing Data-modifications (jun 2020)
52.215-14 Integrity Of Unit Prices (nov 2021)
52.215-23 Limitations On Pass-through Charges (jun 2020)
52.216-7 Allowable Cost And Payment (aug 2018)
52.222-2 Payment For Overtime Premiums (july 1990)
52.222-3 Convict Labor (jun 2003)
52.222-21 Prohibition Of Segregated Facilities (apr 2015)
52.222-26 Equal Opportunity (sept 2016)
52.222-35 Equal Opportunity For Veterans (jun 2020)
52.222-36 Equal Opportunity For Workers With Disabilities (jun 2020)
52.222-37 Employment Reports On Veterans (jun 2020)
52.222-38 Compliance With Veterans’ Employment Reporting Requirements (feb 2016)
52.222-40 Notification Of Employee Rights Under The National Labor Relations Act (dec 2010)
52.222-50 Combating Trafficking In Persons (nov 2021)
52.222-54 Employment Eligibility Verification (may 2022)
52.223-6 Drug-free Workplace (may 2001)
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020)
52.225-1 Buy American-supplies (oct 2022)
52.225-3 Buy American-free Trade Agreements-israeli Trade Act (nov 2023)
52.225-13 Restrictions On Certain Foreign Purchases (feb 2021)
52.227-1 Authorization And Consent (jun 2020)
52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement (jun 2020)
52.227-3 Patent Indemnity (apr 1984)
52.227-14 Rights In Data-general (may 2014), (alternate I) (dec 2007), And (alternate Ii) (dec 2007)
52.227-16 Additional Data Requirements (june 1987)
52.227-17 Rights In Date-special Works (dec 2007)
52.228-7 Insurance-liability To Third Persons (mar 1996)
52.230-2 Cost Accounting Standards (jun 2020)
52.230-3 Disclosure And Consistency Of Cost Accounting Practices (jun 2020)
52.230-6 Administration Of Cost Accounting Standards (june 2010)
52.232-17 Interest (may 2014)
52.232-20 Limitation Of Cost (apr 1984)
52.232-22 Limitation Of Funds (apr 1984)
52.232-23 Assignment Of Claims (may 2014)
52.232-25 Prompt Payment (jan 2017) Alternate I (feb 2002)
52.232-33 Payment By Electronic Funds Transfer-system For Award Management (oct 2018)
52.232-34 Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013)
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023)
52.233-1 Disputes (may 2014) Alternate I (dec 1991)
52.233-3 Protest After Award (aug 1996) Alternate I (jun 1985)
52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004)
52.237-3 Continuity Of Services (jan 1991)
52.242-1 Notice Of Intent To Disallow Costs (apr 1984)
52.242-3 Penalties For Unallowable Costs (dec 2022)
52.242-4 Certification Of Final Indirect Costs (jan 1997)
52.242-13 Bankruptcy (july 1995)
52.243-2 Changes-cost-reimbursement (aug 1987) Alternate Ii (apr 1984)
52.244-2 Subcontracts (jun 2020) Alternate I (jun 2020)
52.244-5 Competition In Subcontracting (aug 2024)
52.245-1 Government Property (sep 2021) Alternate I (apr 2012)
52.245-2 Government Property Installation Operation Services (apr 2012)
52.245-9 Use And Charges (apr 2012)
52.246-1 Contractor Inspection Requirements (apr 1984)
52.246-25 Limitation Of Liability-services (feb 1997)
52.247-29 F.o.b. Origin (feb 2006)
52.247-34 F.o.b. Destination (jan 1991)
52.249-6 Termination (cost-reimbursement) (may 2004)
52.249-14 Excusable Delays (apr 1984)
52.251-1 Government Supply Sources (apr 2012)
52.253-1 Computer Generated Forms (jan 1991)
Federal Acquisition Regulation (far) Clauses Provided In Full Text
this Contract Incorporates The Following Federal Acquisition Regulation Clauses Provided In Full Text:
Far 52.204-27 - Prohibition On A Bytedance Covered Application (jun 2023)
(a) Definitions. As Used In This Clause—
covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited.
information Technology, As Defined In 40 U.s.c. 11101(6)—
(1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use—
(i) Of That Equipment; Or
(ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product;
(2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But
(3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract.
(b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, “no Tiktok On Government Devices” Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor’s Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13.
(c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services.
(end Of Clause)
far 52.223-99 – Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (oct 2021) (deviation 2022-01)
(a) Definition. As Used In This Clause -
united States Or Its Outlying Areas Means—
(1) The Fifty States;
(2) The District Of Columbia;
(3) The Commonwealths Of Puerto Rico And The Northern Mariana Islands;
(4) The Territories Of American Samoa, Guam, And The United States Virgin Islands; And
(5) The Minor Outlying Islands Of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, And Wake Atoll.
(b) Authority. This Clause Implements Executive Order 14042, Ensuring Adequate Covid Safety Protocols For Federal Contractors, Dated September 9, 2021 (published In The Federal Register On September 14, 2021, 86 Fr 50985).
(c) Compliance. The Contractor Shall Comply With All Guidance, Including Guidance Conveyed Through Frequently Asked Questions, As Amended During The Performance Of This Contract, For Contractor Or Subcontractor Workplace Locations Published By The Safer Federal Workforce Task Force (task Force Guidance) At Https:/www.saferfederalworkforce.gov/contractors/.
(d) Subcontracts. The Contractor Shall Include The Substance Of This Clause, Including This Paragraph (d), In Subcontracts At Any Tier That Exceed The Simplified Acquisition Threshold, As Defined In Federal Acquisition Regulation 2.101 On The Date Of Subcontract Award, And Are For Services, Including Construction, Performed In Whole Or In Part Within The United States Or Its Outlying Areas.
(end Of Clause)
the Government Will Take No Action To Enforce The Clause Implementing Requirements Of Executive Order 14042, Absent Further Written Notice From The Agency, Where The Place Of Performance Identified In The Contract Is In A U.s. State Or Outlying Area Subject To A Court Order Prohibiting The Application Of Requirements Pursuant To The Executive Order (hereinafter, “excluded State Or Outlying Area”). In All Other Circumstances, The Government Will Enforce The Clause, Except For Contractor Employees Who Perform Substantial Work On Or In Connection With A Covered Contract In An Excluded State Or Outlying Area, Or In A Covered Contractor Workplace Located In An Excluded State Or Outlying Area. A Current List Of Such Excluded States And Outlying Areas Is Maintained At Https://www.saferfederalworkforce.gov/contractors/.
department Of Transportation Acquisition Regulation (tar) Clauses Incorporated By Reference
this Contract Incorporates The Following Transportation Acquisition Regulation Clauses (tar) By Reference (with The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make The Full Text Available.
1252.237-70 Qualifications Of Contractor Employees (nov 2022)
1252.237-72 Prohibition On Advertising (nov 2022)
1252.239-70 Security Requirements For Unclassified Information Technology Resources (nov 2022)
1252.239-71 Information Technology Security Plan And Accreditation (nov 2022)
1252.239-72 Compliance With Safeguarding Dot Sensitive Data Controls (nov 2022)
1252.239-73 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (nov 2022)
1252.239-74 Safeguarding Dot Sensitive Data And Cyber Incident Reporting
(nov 2022)
1252.239-75 Dot Protection Of Information About Individuals, Pii, And Privacy Risk Management Requirements (nov 2022)
1252.239-91 Records Management (nov 2022)
1252.239-92 Information And Communication Technology Accessibility Notice
(nov 2022)
1252.239-93 Information And Communication Technology Accessibility (nov 2022)
1252.242-71 Contractor Testimony (nov 2022)
1252.242-72 Dissemination Of Information (nov 2022)
1252.242-74 Contract Audit Support (nov 2022)
department Of Transportation Acquisition Regulation (tar) Clauses Incorporated In Full Text
tar 1252.223-73 Seat Belt Use Policies And Programs (nov 2022)
in Accordance With Executive Order 13043, Increasing Seat Belt Use In The United States, Dated April 16, 1997, The Contractor Is Encouraged To Adopt And Enforce On-the-job Seat Belt Use Policies And Programs For Its Employees When Operating Company-owned, Rented, Or Personally-owned Vehicles. The National Highway Traffic Safety Administration (nhtsa) Is Responsible For Providing Leadership And Guidance In Support Of This Presidential Initiative. For Information On How To Implement Such A Program Or For Statistics On The Potential Benefits And Cost-savings To Your Company Or Organization, Please Visit The Click It Or Ticket Seat Belt Safety Section Of Nhtsa’s Website Athttps://www.nhtsa.gov/campaign/click-it-or-ticke And Https://www.nhtsa.gov/risky-driving/seat-belts.
(end Of Clause)
far 52.212-2 - Evaluation-commercial Products And Commercial Services (nov 2021)
Section L - Notice To Offerors
1) The Government Intends To Award A Firm Fixed-price Contract To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
evaluation Factors Listed In Descending Order Of Importance:
factor 1 Technical Approach And Project Planning
factor 2 Corporate Experience And Past Performance
factor 3 Personnel Qualifications
factor 4 Price
evaluation Factors 1-3, When Combined, Are More Important Than Price.
2) 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 Offer’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.
l.1- Technical Approach And Project Planning
the Proposed Technical Approach Shall Demonstrate The Objectives, Methods, Services, And Products Associated With Completing The Work Requirements Stated In This Solicitation. This Should Also Include An Explanation Of The Processes In Place For Monitoring The Quality Of Work And Materials Used For The Asphalt Test Surface Project.
additionally, The Offeror Shall Provide A Written Plan For The Proposed Project Schedule To Include The Anticipated Number Of Days After Contract Award To Begin Preparatory Work, Which Includes A Visit By The Project Manager/construction Supervisor To Goodfellow Air Force Base (gafb) To Obtain Approvals From Different Gafb Departments. The Offeror Shall Include The Estimated Amount Of Time For Preparatory Work, To Include, But Not Limited To; An Estimate Of Time After Security Vetting To Begin Work; An Estimate Of Time For The Placement Of A Test Strip; And An Estimate Of Time For The Placement Of The Full Test Surface And Painting Once The Mix Has Been Approved.
offerors Shall Develop The Performance Work Statement/statement Of Work (i.e. Offeror’s Solution) For Accomplishing The Objectives Of The Solicitation. Offerors Shall Develop The Performance Metrics And A Measurement Plan, And A Quality Assurance Plan For Accomplishing The Objectives Of The Solicitation.
l.2- Corporate Experience And Past Performance
the Offeror Shall Provide A List Of Past Projects That It Has Completed That Are Similar To The Project Described In This Solicitation. In Doing So, The Offeror Shall Provide:
customer Name
customer Contact Information
description Of The Project Requirements
contract Timeline And Schedule Variance
total Contract Value.
contract Number (if Federal Government Entity)
the Offeror Shall Also Provide Information On Any Contracts That Have Been Terminated For Default Or Convenience And Explain The Circumstances That Resulted In Those Decisions.
l.3- Personnel Qualifications
the Offeror Shall Provide Resumes For Personnel Proposed To Support This Project. Resumes Are Limited To 1 Page. At A Minimum, The Offeror Shall Provide Resumes For The Management Team, Project Manager, Project Engineer, And Construction Supervisor (or Similar Categories). The Resumes Shall Discuss Personnel Experience Related To Performing The Following Work:
asphalt Mix Design;
construction Of Traction Test Surfaces In General;
utqg Traction Test Surfaces Specifically; And
construction On Gafb Or Experience With Work On Military Bases.
l.4- Price/cost Proposal
the Price/cost Proposal Shall Be Inclusive Of All Prices/costs Necessary To Complete All Aspects Of The Statement Of Work.
**note**
a Site Visit To The Satf May Be Required After Contract Award For Afb Coordination Purposes. Site Visits Will Be Made Through Appointment Only With The Facility Manager/cor And The Contracting Officer.
Section M - Evlaution Factors For Award
m.1 Technical Approach And Project Planning (see L.1 For Instructions)
offerors Will Be Evaluated To Determine The Reasonableness, Completeness, Clarity, And Feasibility Of Their Approach To Carrying Out The Work Described In The Solicitation Regarding:
meeting The Required Traction Coefficient Target;
meeting The Test Surface Durability Requirements;
constructing The Surface To Meet The Ride And Smoothness Requirements;
executing A Quality Assurance/quality Control Program To Ensure The Surface Meets All Of The Requirements In The Statement Of Work; And
plan And Execute The Project Schedule.
m.2 Corporate Experience And Past Performance (see L.2 For Instructions)
offerors Will Be Evaluated To Determine:
the Ability Of The Offeror To Complete Projects Of Similar Technical Complexity.
the Offeror’s Ability To Meet Project Schedules, Milestones, And Deliverables.
the Ability Offeror To Complete Work On An Us Air Force Base.
in Addition, The Amount Of Experience Conducting Similar Work Will Be Considered.
m.3 Personnel Qualifications (see L.3 For Instructions)
offerors Will Be Evaluated On The Experience And Abilities Of The Proposed Professional And Technical Personnel. Offerors Will Be Evaluated On The Sufficiency Of The Experience And Technical Background Of The Proposed Staff To Ensure The Successful Completion Of Project.
m.4 Cost Evaluation Calculation
the Cost Proposal Will Be Evaluated For Reasonableness. Reasonableness Determinations May Be Made By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items And Services.
for The Purpose Of Evaluating The Estimated Total Cost Proposed By Each Offeror, And For Establishing The Ceiling Amounts Of This Contract, Offerors Shall Complete Section (v) Contract Price, B.1 And Provide Supporting Documentation For All Proposed Costs.
m.4.1 Price Realism
offerors Are Placed On Notice That Any Proposal That Is Unrealistic In Terms Of Technical Commitment Or Unrealistically Low In Cost And/or Price Will Be Deemed Reflective Of An Inherent Lack Of Technical Competence Or Indicative Of Failure To Comprehend The Complexity And Risk Of Contract Requirements, And May Be Grounds For Rejection Of The Proposal.
m.4.2 Price Reasonableness
reasonableness Determinations Will Be Made By Comparing Proposed Prices Received In Response To The Solicitation, By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), By Comparing Proposed Prices To Historical Prices Paid, And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items.
far 52.212-3 -- Offeror Representations And Certifications-commercial Items (may 2024) (incorporated By Reference)
far 52.212-4 -- Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023) (incorporated By Reference)
far 52.212-5 - Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items (nov 2024) (by Reference)
special Contract Clauses And Provisions
the Successful Offeror Will Need To Provide The Following To Good Fellow Base Personnel: (provide Names, Dl #, Last 4 Of Ssn, Etc. At Least 4 Weeks Prior To Entry For Background Checks); See Specific Base Guidance Below To Make The Entry Process As Quick As Possible:
contact The Law Enforcement Desk ((325) 654-3504 Or 3505), To Let Them Know The Trucks Are On Their Way. That Way The Desk Can Contact The Inspection Facility To Let Them Know To Be On The Lookout For The Trucks.
(xiv) Defense Priorities And Allocations System (dpas)
not Applicable
(xv) Date, Time And Place Offers Are Due:
all Proposals Are Due On 4:00p.m. Est, January 13, 2025.
submit Proposals By Email To:
nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov
the Subject Line Must Reference Rfp Number 693jj925r000012
attention: Thomas J. Bub
(xvi) Additional Information:
an Hour Long (i.e. 1 - Hour) Pre-proposal Conference Will Be Held On Thursday, December 19th, 2024 At 10:00a.m. Est. All Interested Potential Offerors Must Click The Link Below In Order To Register For This Virtual Call. (see Below)
pre-proposal Conference Registration Here * Note: (link Is Only Active On Attached Pdf Document)
following The Pre-proposal Conference Nhtsa Will Post All Responses To Questions Received In The Form Of An Amendment To This Solicitation Notice For The Public. All Solicitation Questions Are Due By 4:00p.m. On December 19th, 2024 To The Following Addresses At: Nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov.
all Correspondence Must Reference Rfp Number 693jj925r000012 In The Subject Line.
Closing Date21 Jan 2025
Tender AmountRefer Documents
Municipality Of Irosin, Sorsogon Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of Various Supplies & Materials For Dole Integrated Livelihood Program And Sustainable Industry Project 1. The Local Government Unit Of Irosin, Through The Trust Fund(dole) Intends To Apply The Sum Of Three Million Four Hundred Twenty Six Thousand One Hundred Thirty Six Pesos (p 3,426,136.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project, Good-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of Various Supplies & Materials For Dole Integrated Livelihood Program And Sustainable Industry Project Brief Description: 4 Pcs Barber Brush: 23.3cmx7cm, Soft Fiber Material And Wooden Handle/4 Pcs Hair Clipper: Electric, 110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time,4pcs Comb Guide 3/6/10/13mm,body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/4 Pcs Paddle Brush:body Material: Wood, Dimensions: (lxwxh) 25x8x3cm, Brown/8pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires, With Light And Perfume Button/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires,with Light And Perfume Button/4pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm,length: 20.9"/52cm,width: 14"/36cm,4 Drawers, Blower Holder/4pcs Talcum Powder: 200g, Hypo-allergenic, Dermatologist Tested/4 Pcs Cordless Clipper: Body Material: Aluminum,motor: Rotary,power/source Battery: Lithium-ion Battery (90+ Minutes Of Runtime), Blades: Titanium Blades, 3 Guide Combs Plastic Material (#1/2, #1, And #1½),cutting Lengths: 0.4-25mm,inclusions: A Blade Guard, 1 Recharging Transformer (charger), 1 Cleaning Brush, With Lubricating Oil Of At Least 5 Ml And English User Manual,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),weight: Maximum Of 400g, Input: Can Be Used For 110-240 Voltage/4pcs Hair Trimmer: Running Time 120 Minutes Battery Powered, Rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless,accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger) And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/4pcs Electric Shaver: With 3d Floating Cutter Head, 40mins. Running Time For 8hrs Fully Charged, Material: Stainless Steel,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),automatic Voltage 100-240v,battery: 2 Cell Nickel-metal Hydride Cylindrical Battery Pack, 4000mah,power Type: Rechargeable/4pcs Hair Shear: Material: Stainless Steel,1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6",accesories: Scissors Oil Atleast 5ml/4 Pcs Razor Blades: 10pcs/box (double Edge Stainless)/4 Pcs Shaving Razor/labaha: Dimensions: Approximately 5-6" (l) X 3/4-1" (w), Material: Carbon Steel, Color: Black/ 4 Pcs Barber Skin Fade Brush: Handle: Wood, With Soft Bristles 1" (l),dimensions: Atleast 5.5" (l) X 1" (w)/4pcs Comb Set: (4pcs/set), Material: High Quality Plastic, Inclusions: #1-approx. Size: 4.88" (l) X 1.02" (w), #2-approx. Size: 7.09" (l) X 1.46" (w), #3-approx. Size: 7.87" (l) X 1.18" (w), #4-6.10" (l) X 0.20" (w)/4pcs Shaving Gel: (foam), 195g/4pcs Barber's Cape: Color: Black,about 140cm (l) X 110cm (w), Cloth: Polyester/4pcs 360 Degree Swivel Barber Chair: Classic Back Seat With Chrome Steel Base, Premium Steel Frame And High Class Foot Pump, Heavy Duty Leather Cover; Lower Height - At Least 51cm, Top Height - At Least 61cm, Sandles Height - At Least 40cm/8pcs Barber Apron: With Two Pockets, Waterproof, Material: Cotton And Acrylic, Item Size: Approx. 38-38.19" (l) X 27-27.36" (w)/ 4pcs Pomade: 80g, Water-based/26pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g, Triangle-shaped/26pcs Meter Tape With Magnetic Hook: Blade Material, Nylon Coated Blade,dimensions: 16ft (l) X 25mm (w)/26pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree,44mm, 90 Degree: 65mm,maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg,item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/26pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/26pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/26 Pcs Portable Hand Drill: Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries, Maximum Rotational Speed: 1500 Rpm, Voltage: 210v,amperage: 1.5 Amps, Chuck Size: 0.38",bit Heads Diameters: From 0.8mm-10mm,product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h), Material: plastic, Rubber, Metal, Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h),item Weight: Atleast 2.5 Pounds,item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag/26pcs Wood Planer: Rated Voltage: 220v, Rated Input Power: 600w, Cutting Width: 82mm, Load Speed: 15,000rpm, Frequency: 60hz, Weight: 3kg./26 Pcs Framing Hammer: Handle Material: Alloy Steel, Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h), Item Weight: Atleast 1.4 Pounds/26 Pcs Trim Hammer: Handle Material: Wood, Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h),item Weight: Atleast 594 Grams/26pcs Roofing Hammer: Item Weight: 1.25 Pounds, Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h)/26 Pcs Chalk Line: Item Weight: 10.6 Ounces, Product Dimensions: approx. 1200" (l) X 4.72" (w) X 5.91" (h) Inches, Color: blue, Material Type: Alloy Steel, Rubber/26 Pcs Utility Knife: Handle Material: Aluminum, Material: Aluminum Alloy, Weight: 120g/pcs, Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t),blade Material: Steel, Thickness: Atleast 0.6mm/26 Pcs Tin Snips: Item Weight: atleast 1 Pound, Package Dimensions: Approx. 12.36" (l) X 3.7" (w) X 1.3" (h),size: long Straight, 12 Inches Long, Blade Length: 3.20",material: Steel, Cutting Thickness Range Up To 1.2mm Carbon Steel And 0.7mm/26 Pcs Framing Square: Shorter Leg Measures At 8 Inch Outside And 6.5 Inch Inside, Longer Leg Measures At 12 Inch Outside And 11 Inch Inside,material: Carbon Steel/26 Pcs Level: Box Beam Style, Material: Aluminum,dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h), Weight: Atleast 0.8 Pounds/26 Pcs Electric Planer: Voltage: 220-240v,input Power: 1050w, No Load Speed: 1600rpm, Planing Width And Depth,82x3mm,heavy Duty Aluminum Base/1 Pc Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/1 Pc Air Compressor Machine: Motor Power: 1hp, Size: Approx. 935x385x800mm,voltage: 220-240v, 60hz, Speed: 3400 Rpm, Tank Capacity: 24l , Operating Pressure: Max 8 Bar, Air Displacement: 93l/min, Pump Lubricated With Oil/1 Pc Blue Painters Tape, Color: Blue, Size: Atleast 1.41" X 20m,thickness: 0.13mm, Item Weight: 1.92 Pounds, Material: Paper/2pcs Electric Spray Gun: Voltage: 220-240v~50/60hz,spraying Pressure: 0.1-0.2 Bar, Max Flow: 850ml/min, Max Viscosity: 50din-s, Container Capacity: Atleast 800ml,power Cord Length: 2m, Rated Power 500w, Spraying Pressure: Atleast 0.1-0.2bar, Item Dimensions: Approximately 13" (l) X 5" (w) X 11" (h)/1 Pc Extension Pole, (3 Stage Extender) Reach: 1.5-to-3ft,weight: Maximum Of 0.5 Pounds, Max. Standing Reach: 10ft, Material : Aluminum/2 Pcs Paint Brush Set, 5 Pcs/set, Material: Synthetic Bristle, Wood Handle, Overall Length: Atleast 11", Bristles Length: Atleast 3", Brush Width: 1", 1-1/2" 2", 2-2.5", 3"and 4"/ 5 Pcs Paint Roller, Material: Plastic,package Dimensions: Approximately 15.16" (l) X 11.22" (w) X 3.15" (h),item Weight: Atleast 1.06 Pounds, Inclusion: Roller, Atleast 7" In Length, Material: Polyester/2 Pcs Painters Gloves, 12 Pcs/pack, Material: Cotton, Color: Red/1 Pc Putty Knife/paint Scraper Set (4pcs), Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/1 Pc Steel Float/plastering Trowel: Thickness: Atleast 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Material: High Carbon Steel With Wood Handle/2 Pcs Lpg Tank With Gas Regulator And Accessories, Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pcs Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)/2 Pcs Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/2 Pcs Baking Sheet: Aluminum, 12x16 Inches/2 Pcs Digital Kitchen Scale: Accurate Measurement; Weigh Up To 5 Kg / 11 Lb Precisely In 1 G / 0.05 Oz Increments, Quality Material: Measure Food, Small Items, And Liquids With Confidence On The 304 Food-grade, Stainless Steel Platform, Approx. Dimension 7.3-7.5" (l) X 5.7-5.90" (w) X 0.6-08" (h), 2 X 1.5v Aaa Batteries/2 Pcs Measuring Cup (for Liquid Ingredients): 1 Measuring Cup With Red Graphics, Made Of Non-porous Glass That Won't Warp, Stain, Or Absorb Odors, Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe, Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h), Measuring Capacity: 500ml/2 Pcs Measuring Cups (for Dry Ingredients): Material: Stainless Steel, 5 Pieces Per Set (1 Cup, 1/2 Cup, 1/3 Cup, 1/4 Cup, 1/8 Cup)/2 Pcs Measuring Spoons (set): 7pcs Stainless Measuring Spoon Kit, The Kit Includes: 1/8 Tsp (0.63ml), 1/4 Tsp (1.25ml), 1/2 Tsp (2.5ml), 3/4 Tsp (3.75ml), 1 Tsp (5ml), 1/2 Tbsp (7.5ml), 1 Tbsp (15ml)/2 Pcs Mixing Bowl: Medium, Approx. Diameter: 28cm, Height:11.2cm, Material: Stainless; Capacity: At Least 4l/2 Pcs Standmixer: 2-in-1 360 Automatic Rotating Bowl Electric Stand & Hand Mixer, 4.5l W/ 5-speed Turbo Function,color: Black/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Pc Caldero: Aluminum, #2, Diameter Height 28cmx16cm With Double Handle/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/1 Pc Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)1 Pc Food Glass Display (estante): 3 Layers; 20(h)x18(w)x36(l)", Aluminum Base, Glass With Screen Door/1 Pc Casserole With Double Handle: Material: Aluminum, Size: 26cm Dimension: 36(l) X 28.5(w) X 21(h)cm/2 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/1 Pc Chopping Board: Material: Polypropylene/1 Pc Chopping Knife: 10” Stainless,wood Handle/1 Pc Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in; Color: Beige2 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Beach Umbrella: 90" Diameter X 8 Ft. Height, 8 Rib Round Metal Pole, Polyester Multi-coloured Umbrella Canopy/2 Pcs Cooler Container: Chest Insulated Cooler, Materials: Polystyrene, Sizes And Capacities: 30 Liters - 45.5cm(l) X 39cm(w) X 31cm(h),color: Blue Or Red/1 Pc Grill/ Ihawan With Stand,material Of Body And Stand: Stainless , 24x12x33inches (lxwxh), Depth: 5inches/2 Pcs Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Umbrella Holder And 2 Chest Coolers Carrier (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo/2 Pcs Weighing Scale: 10kg Capacity, Colored Body / Stainless Pan, Graduation: 50g, Powder Coated Body, Pan Size: 255mm Ø X 55mm Deep, Dial Face: 185mm Ø, 4 Units/master Carton/4 Pcs Plastic Fruit Crate 21 X 15 X 12 Inches/1 Pc Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/1 Pc 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/1 Pc Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w); Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/1 Pc Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/1 Pc 7pcs Face Brush Set, Inclusion: Powder Brush, Size: 17cm, Bristle Length: 3.2cm, Ferrule Width:1.9cm, Powder Buffer Brush, Size: 19cm, Bristle Length: 5cm, Ferrule Width: 2.1cm,foundation Brush, Size: 17cm, Bristle Length: 3.3cm, Ferrule Width: 2.2cm, Flat Foundation Brush, Size: 17cm,bristle Length: 3.2cm; Ferrule Width:1.2cm, Highlight Brush, Size: 16.5cm,bristle Length: 2.7cm, Ferrule Width: 2.3cm,angle Cheek Brush, Size: 17cm, Bristle Length: 3.1-2.3cm,ferrule Width: 2.4cm, Highlighting Fan Brush, Size: 16.5cm, Bristle Length: 4cm, Ferrule Width: 2.5cm, With Brush Bag/1 Pc Eyelash Curler: Material: Carbon Steel, Size: Approx. 5.91 X 3.94 X 1.97"/1 Pc Eyebrow Razor: Handle Material: Plastic, Size: Approx. 6.8(l) X 2(w) X 0.1"(h), 6pcs/pack/1 Pc Makeup Sponge Set Blender: Material: Sponge, Size: Approx. 4.02 (l) X 3.94(w) X 2.52"(h), 4pcs/set/1 Pc False Eyelashes, Product Dimensions: Approx. 0.75(l) X 3.88(w) X 5.38"(h), 5pairs/pack/1 Pc Eye Shadow Pallete: 12 Curated Peach-inspired Shades, Finish Type: Metallic, Matte, Product Dimension: Approx. 0.08 (l) X 0.04 (w) X 0.06" (h)/1 Pc Contour Palette: Multi-colored, Finish Type: Matte, Package Dimension: Approx. 5.75 (l) X 4.25 (w) X 0.5" (h)/1 Pc Hypercurl Waterproof Mascara Make Up Set: Product Dimensions: Approx. 0.85 (l) X 2.75 (w) X 5.63" (h), Color: Black/1 Pc Waterproof Matte Gel Eyeliner Pencil: Item Form: Pencil, Powder, Creamy, Finish Type: Matte, Product Dimensions: About 5.77 X 1.97 X 0.81", Color: Black/1 Pc Eyebrow Gel, Waterproof: Weight: About 0.16 Oz, Product Dimension: Approx. 0.75 (l) X 1.9 (w) X 5.65 (h) Inches, Color Black, Brown/1 Pc Blush On, 3 Complimentary Skin-flushed Shades, Product Dimensions: Approx. 2.89 (l) X 0.43 (w) X 2.33" (h)/1 Pc Powder Blush Makeup Palette, Product Dimensions: approx. 2.43 (l) X 2.43 (w) X 0.66" (h)/1 Pc Eye Shadow Palette; 12 Curated Peach-inspired Shades, Finished Type:metallic,matte, Product Dimensions:approx 0.08(l)x0.04(w) X0.06”(h)/ 1 Pc Applicator Brush And Plastic Comb: 13cm Black, Double-sided Comb, Pointed Handle For Sectioning Hair/1 Pc Hair Clipper: Electric; 110v-240v, 50-60hz,all Metal Machine, Led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g, With Complete Accessories - Fiber Comb: Cleaning Brush, Lubricant, Charger/1 Pc Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/1 Pc Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/1 Pc Curling Iron: 220v Power, 4gen; White, 32x25x13mm, Energy Efficient-48w,360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/1 Pc Apron: Length: 76cm, Width: 59cm, Color: Black, Material: Nylon, Waterproof/1 Pc Curling Rod: Small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits,multi-color/1 Pc Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Spray Net: 600ml, 27.5cm, Hard Hold/1 Pc Hair Spray Aerosol Extra Hold: Weight: About 7ounces /198g, Scented, Package Dimensions: 7.83 X 6.69 X 2.17"/1 Pc Hair Trimmer: Running Time 120 Minutes Battery Powered,rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless; Accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger), And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/3 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v,body Material: Plastic/3 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free; Hanger Design, Ptc Heater - Instant Heat-up/3 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w),curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w),package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/3 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5",color: Black (12pcs)/3 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/3 Pcs Cutting Scissors: 6" Stainless Steel, 65g/3 Pcs Thinning Scissors: 17.5x5cm Stainless Steel/3 Pcs Drip Pan: 32cmx35cm Plastic, Black/3 Pcs Hair Clipper: Electric,110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm, Low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/3 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h),inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/3 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/3 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/3 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/3 Pcs Astringent Foot Soaker: 128oz/3 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/3 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/3 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/3 Pcs Foot Scrub/3 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/3 Pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/3 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/3 Pcs Apron: Length: 76cm, Width: 59cm,color: Black,material: Nylon, Waterproof/3 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer,500ml/3 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/3 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/3 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/3 Pcs Hair Cellophane: 500ml, Natural, Brown,burgundy And Ash Blonde Variant/3 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/3 Pcs Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/3 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/3 Pcs Hair Bleaching Powder: 500g/3 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/24 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦,swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/24 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/24 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/24 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/24 Pcs Drip Pan: 32cmx35cm Plastic, Black/24 Pcs Shower Caps: 32cm, Thick Plastic, Elastic, Washable/24 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/24 Pcs Curling Iron: 220v Power, 4gen, White, 32x25x13mm, Energy Efficient-48w, 360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/24 Pcs Hair Steamer: With 4 Wheels, 360degrees Movable, Gray Color, Adjustable Height With Timer And Control/120 Pcs Cape: 140x110cm, Satin, Nylon, Waterproof, Black/72 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber, Dark Colors/24 Pcs Curling Rod:small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/120 Pcs Ear Caps: (l X W X T): 8cm X 4.5cm X 2.1cm/3.15" X 1.77" X 0.83", Black,plastic/24 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/24 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/24 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/24 Pcs Hair Cellophane: 500ml, Natural, Brown, Burgundy And Ash Blonde Variant/24 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/24 Pc Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/24 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/24 Pcs Hair Bleaching Powder: 500g/24 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Shear: Material: Stainless Steel, 1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6", Accesories: Scissors Oil Atleast 5ml/34 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/34 Pcs Crow Bar: At Least 36" Long,length Tolerance: +- 1/8, Material: Forged Steel Carbon/34 Pcs Claw Hammer: Round Head, Head Weight: At Least 16oz, Overall Weight: Approximately 17oz-23oz, Head Material: Forged Steel, Handle Material: Fiberglass Handle With Rubber Cushion, Overall Length: Approximately 12-14"/34 Pcs Hacksaw With Blade: Material: Aluminum Alloy Frame With Soft-grip Handle, At Least 12"-15" Long Including Handle, With Soft-grip Rubber Handle, Bi-metal, Blade Length: About 30cm, Width: 3cm/34 Pcs Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/34 Pcs Handsaw: Blade Length: About 15",blade Material: Carbon Steel, Handle Length: 5", Handle Material: Plastic/rubber, Color: Gray,8 Teeth Per Inch/34 Pcs Shovel: Round End, Tempered Steel Blade: 17-23 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm, Capacity: 350-400 Lbs/34 Pcs Shovel: Rectangular End, Tempered Steel Blade: 22-26 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm/34 Pcs Level Bar: Aluminum Frame, Length: At Least 24"/60cm, Aluminum Thickness: 1.5mm, Double Side Milles, 0.5mm/m Accurate Vials/34 Pcs Steel Float/plastering Trowel: Thickness: At Least 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Mmaterial: High Carbon Steel With Wood Handle/34 Pcs Steel Square: Carpenter's Framing Square, Blade Width: 2" Scale: At Least 16" (l) X 24" (w), Material: Steel/34 Pcs Masonry Trowel: Length: At Least 12"long, Width: 6", Material: Flat Steel, With Wood Handle/34 Pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree: 44mm, 90 Degree: 65mm, Maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg, Item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/34 Pcs Masonry Square/metric Square: Material: Aluminum, Length: Approx. 24", Width: 16", 1/8 '' Thickness/34 Pcs Mason's Level: At Least 48'' Long, Aluminum Reinforced Frame, 60cm Only/34 Pcs Sledgehammer: Weight: At Least 3 Lbs With Fiberglass Handle, Forged Steel Round Head, Length: Approximately 25-27"/34 Pcs Concrete Chisel: Pointed Sharp End, Material: Forged Steel Chisel, With Rubberized Handle, Length: Approximately 10''/34 Pcs Putty Knife/paint Scraper Set (4pcs): Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/34 Pcs Mason's Line: #18 Braided Nylon, 500 Ft/roll, Color Orange/34 Pcs Hammer Drill: Electric, 1980w 220v, Rated Frequency: 50/60hz, Load Speed: 0-3800rpm (revolutions Per Minute), Chuck: 13mm With Ergonomic Anti-slip Handle/34 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4",rated Voltage: 220v, Frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/34 Pcs Wooden Float: Size: At Least 12x4", Has 5/8" Thick Rubber Pad, With Wooden Handle/4 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h), Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/4 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/4 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Sapphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/4 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/2 Pcs Astringent Foot Soaker: 128oz/2 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/2 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/4 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/2 Pcs Foot Scrub/2 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/6 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber,dark Colors/2 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer, 500ml/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in, Color: Beige/1 Pc Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Peanut Grinding Machine: Electric, 220v, 300w, 50-60hz,material: High Quality Stainless Steel Body And Base, Color: Black, Dimension: Approx. Length: 43.5cm, Width: 23cm, Height: 13.5cm/1 Pc Hand Cobbler Shoe Repair Machine Dual Cotton Nylon Line Sewing Machine Manual Leather Machine Shoe Sewing Machine Color Silver: Product Dimensions 14.4"d X 20.5"w X 5.5"h, Material: Cast Iron Item Weight: 22 Pounds, Power Source: Crank/5 Pcs Wooden Handle Shoes Repairing Awl Shoe Sewing Tool Diy Craft Repair Hand Straight Hook Shoes Sewing Awl Type: Shoes Sewing Awl Material: Wood+metal, Features: Shoes Sewing Awl, Repair Hand , Crochet Needle Tool Dimension: 1: App.2x13.5x6cm/0.79x5.31x2.36in 2: App.2x13x5.5cm/0.79x5.12x2.17in 3: App.2x13x5.5cm/0.79x5.12x2.17in, Color: Wood Color + Silver/5 Pcs Upholstery Stitching Thread Black 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread Brown 100 Mtr 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread White 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/2 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/2 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h)/2 Pcs Chipping Hammer: Item Weight: at Least 13.8 Ounces, Product Dimensions: 11" (l) X 1" (w) X 7.5" (h), Material: Genuine Leather Grip And Forged Steel/2 Pcs Heavy Duty Corded Drill: Rated Input Power: 750w, Chuck Capacity: Up To 13mm, Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm), Dimension: 268mm (l) X 69mm (w) X 192mm (h), Weight W/out Cable: Approximately 1.6-1.8 Kg, Spindle Collar Diameter Of 43 Mm/2 Pcs Metal Drill Bit Set: Material: High Speed Steel, 19pcs Per Set(1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm), Point Angle: 118degree C, Standards: Din 338, Bit Geometry: Standard Twist Bit/2 Pcs Mig Welding Pliers: Overall Length: Atleast 210mm, Material: High Carbon Steel, Handle Material: Thermoplastic Rubber/2 Pcs Needle File Set: (6 Pieces Hand Metal Files, Hardened Alloy, Strength Steel Set Includes Flat, Flat Warding, Square, Triangular, Round, And Half-round File), Color Black, Metal Type: Carbon Steel, Handle Material: Wood, Alloy Steel, Item Dimensions: Approximately 6.1" (l) X 3" (w) X 0.5" (h)/2 Pcs Portable Welding Machine: Input Voltage: 220-240, Frequency: 50-60hz, Output Current: 10-220a, Led Display, No-load Voltage: 85v, Max. Output Current: 220a, Diameter Of Electrode: 1.6-3.2mm, Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable/2 Pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g,triangle-shaped/2 Pcs Welding Helmet: Auto Darkening Helmet: Power Supply: Battery And Solar Powered, Light Shade: Din9-1, Dark Shade: Din4, Switching Time: 1/25000s, Delay Time: 0.1-0.8s, Sensitivity Adjustment: Stepless Control, Operation Temperature: -5 Degrees- 55 Degrees, Active Viewing Area: 93mmx43mm, Active Viewing Area Size: (+/- 10mm), Item Weight: At Least 1.85 Pounds, Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h)/2 Pcs Welding Magnets: 6 Pcs/set, Overall Length: At Least (3"), Hold Capacity: Up To 25lbs, Arrow Design Supports Angle: 45°, 90°, And 135°, Item Weight: 295g, Package Dimensions: 4.88 X 4.72 X 3.98 Inches, material: Steel, Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm)/2 Pcs Welding Suit: 100% Cotton With Pyrovatex, 2 Back Pockets And Rule Pocket With Safety Gusset Feature, High Quality And Long Lasting, Two Way Zipper, Approximate Cloth Size: Large/10 Pcs Camping Dome Tent: Product Dimensions: 82.7"l X 55"w X 43.5"h, Item Weight: 4 Pounds Shape: D Shape Occupancy: 2 Person Included Components: Carry Bag, Stakes, Rainfly Water Resistance Technology 1000 Millimeters, Special Feature: Windproof, Sun Protection/outdoor Mat (banig):size (48" X 75") Material: Palm Leaves (buri)/10 Pcs Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/2 Unit Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Unit Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/5 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pc S Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/5 Pcs Wok Ladle: Material: Stainless Steel With Wooden Handle: Total Length Of Item: 24 Inches/5 Pcs Wok Spatula: Material: Stainless Steel With Wooden Handle, Total Length Of Item:24 Inches/5 Pcs Stainless Steel Long Wooden Handle Skimmer Strainer: Material: Stainless Steel, Size: 32.3*11.5cm/5 Pcs Casserole With Double Handle: Material: Aluminum, Size: 26cm, Dimension: 36(l) X 28.5(w) X 21(h)cm/5 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/5 Pcs Chopping Board: Material: Polypropylene Plastic: 8"(w) X 10"(l), 1cm (thickness)/5 Pcs Chopping Knife: 10" Stainless; Wood Handle/5 Pcs Grill/ Ihawan With Stand, Material Of Body And Stand: Stainless, 24x12x33inches (lxwxh), Depth: 5inches/1 Unit Heavy Duty Commercial Micromatic Big 7.8l Mrc-50 Rice Cooker 45cups (white)/10 Dz Melamine Round Dinner Plate: 9" Diameter, Color; White/10dz Platito (saucer): Material: Melamine Plastic, Standard Size: 6 Inch (diameter) X ¾ Inch Height/10 Pcs Serving Tray Bamboo - Wooden Tray With Handles, Color Brown Material Wood, Product Dimensions 17"l X 11"w X 2"h/10dz Drinking Glass: 8 Oz, Glass, Product Size: Base Diameter-7cm, Top Diameter: 7cm, H-11.4cm, Heat Resistant, Dishwasher Safe/10dz Spoon: Stainless, 12pcs/per Pack, Size: 8"/10dz Fork: Stainless, 12 Pcs/per Pack, Size 8"/5dz Mangkok (round Shape Bowl), Materials: Ceramic, Size: 6inch (diameter) X 5cm (height)/5 Pcs Storage Box With Wheels For Easy Transport, Measurements: L72 X W52 X H44cm, Food Grade Material, 120l Capacity, Stackable; With Lid And Handle, Color: White/2 Pcs Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/5 Pcs Gallon Acrylic Juice Dispenser Type: Type: Water/juice Dispensers, Overall Dimensions: Height:32 1/2 Inches, Top Diameter: 6 11/16 Inches, Capacity:1.1 Gallons, Base Material: Stainless Steel, Container Material: Acrylic, Style: Single/5 Pcs Chafing Dish Food Warmer Buffet Set: Size: 1/1pan*3, Color: Silver, Material: Stainless Steel, Product Dimensions: 13.39"l X 15.35"w X 23.62"h, Capacity: 8 Quarts/5 Pcs Chest Cooler: Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l , Color: Blue Or Red/5 Pcs Matress: Size: Semi Double (48" X 75"), Thickness: 4"/15 Pcs Matress Size: Queen (60" X 75") Thickness: 4"/15 Pcs Pillow: Size: Standard (20" X 26")/10 Sets Bed Linen Set Of 3pcs, 1-bed Sheet Size (48" X 75"), 2-pillow Case (20" X 26")/2 Sets Bed Linen Set Of 3pcs: 1-bed Sheet Size (60" X 75"), 2-pillow Case (20" X 26")/6 Unit Electric Fan: Color: Black, Electric Fan Design: Floor Fan, Power Source: Corded Electric Style: 3-speed Ac Motor Fan, Product Dimensions: 15.75"d X 17.72"w X 53.15"h, Room Type: Bedroom, Special Feature: Oscillating, Adjustable Height, Adjustable Tilt,wattage: 60 Watt/4 Unit Industrial Ceiling Fan: Product Material: Cast Aluminum Casing, Product Specifications: 2000mm, Operating Voltage: 220v, Wind Speed: 5th Gear, Number Of Fan Product Color: Black, White, Product Power: 165w, Blades: 6 Blades/150 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: White/15 Pcs Solid Top Round Table: Material: Plastic, Color: White, Size(cm): 115 X 74 X 4.5, Foldable Legs,diameter: 45″, 6 To 8 Seater Capacity Approved Budget For The Contract : P 3,426,136.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : Trust Fund((dole) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 Until January 30, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 15, 2025, 9:00am At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 30, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 30, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Judith O. Baeza Peso Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: January 8, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project, With Project Identification Number Good-01-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Various Supplies And Materials For Livelihood Program, 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 Trust Fund(dole) In The Amount Of 2.2. The Source Of Funding Is: Three Million Four Hundred Twenty Six Thousand One Hundred Thirty Six Pesos (p 3,426,136.00) Trust Fund(dole) 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 Manual 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 Invitation To Bid 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 Inspected The Site, Determined 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, Coercive, And Obstructive 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. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or 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 At Least Equivalent To: A. For The Procurement Of Expandable 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. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 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 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 15, 2025, 9:00am At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. 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 Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) 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 Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The 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 From 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. 3184. 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 Custom 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 The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh 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. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. 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. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 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. 18.2. 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 Entity’s 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 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 14 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 As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification 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 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. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project Brief Description: 4 Pcs Barber Brush: 23.3cmx7cm, Soft Fiber Material And Wooden Handle/4 Pcs Hair Clipper: Electric, 110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time,4pcs Comb Guide 3/6/10/13mm,body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/4 Pcs Paddle Brush:body Material: Wood, Dimensions: (lxwxh) 25x8x3cm, Brown/8pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires, With Light And Perfume Button/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires,with Light And Perfume Button/4pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm,length: 20.9"/52cm,width: 14"/36cm,4 Drawers, Blower Holder/4pcs Talcum Powder: 200g, Hypo-allergenic, Dermatologist Tested/4 Pcs Cordless Clipper: Body Material: Aluminum,motor: Rotary,power/source Battery: Lithium-ion Battery (90+ Minutes Of Runtime), Blades: Titanium Blades, 3 Guide Combs Plastic Material (#1/2, #1, And #1½),cutting Lengths: 0.4-25mm,inclusions: A Blade Guard, 1 Recharging Transformer (charger), 1 Cleaning Brush, With Lubricating Oil Of At Least 5 Ml And English User Manual,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),weight: Maximum Of 400g, Input: Can Be Used For 110-240 Voltage/4pcs Hair Trimmer: Running Time 120 Minutes Battery Powered, Rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless,accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger) And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/4pcs Electric Shaver: With 3d Floating Cutter Head, 40mins. Running Time For 8hrs Fully Charged, Material: Stainless Steel,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),automatic Voltage 100-240v,battery: 2 Cell Nickel-metal Hydride Cylindrical Battery Pack, 4000mah,power Type: Rechargeable/4pcs Hair Shear: Material: Stainless Steel,1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6",accesories: Scissors Oil Atleast 5ml/4 Pcs Razor Blades: 10pcs/box (double Edge Stainless)/4 Pcs Shaving Razor/labaha: Dimensions: Approximately 5-6" (l) X 3/4-1" (w), Material: Carbon Steel, Color: Black/ 4 Pcs Barber Skin Fade Brush: Handle: Wood, With Soft Bristles 1" (l),dimensions: Atleast 5.5" (l) X 1" (w)/4pcs Comb Set: (4pcs/set), Material: High Quality Plastic, Inclusions: #1-approx. Size: 4.88" (l) X 1.02" (w), #2-approx. Size: 7.09" (l) X 1.46" (w), #3-approx. Size: 7.87" (l) X 1.18" (w), #4-6.10" (l) X 0.20" (w)/4pcs Shaving Gel: (foam), 195g/4pcs Barber's Cape: Color: Black,about 140cm (l) X 110cm (w), Cloth: Polyester/4pcs 360 Degree Swivel Barber Chair: Classic Back Seat With Chrome Steel Base, Premium Steel Frame And High Class Foot Pump, Heavy Duty Leather Cover; Lower Height - At Least 51cm, Top Height - At Least 61cm, Sandles Height - At Least 40cm/8pcs Barber Apron: With Two Pockets, Waterproof, Material: Cotton And Acrylic, Item Size: Approx. 38-38.19" (l) X 27-27.36" (w)/ 4pcs Pomade: 80g, Water-based/26pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g, Triangle-shaped/26pcs Meter Tape With Magnetic Hook: Blade Material, Nylon Coated Blade,dimensions: 16ft (l) X 25mm (w)/26pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree,44mm, 90 Degree: 65mm,maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg,item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/26pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/26pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/26 Pcs Portable Hand Drill: Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries, Maximum Rotational Speed: 1500 Rpm, Voltage: 210v,amperage: 1.5 Amps, Chuck Size: 0.38",bit Heads Diameters: From 0.8mm-10mm,product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h), Material: plastic, Rubber, Metal, Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h),item Weight: Atleast 2.5 Pounds,item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag/26pcs Wood Planer: Rated Voltage: 220v, Rated Input Power: 600w, Cutting Width: 82mm, Load Speed: 15,000rpm, Frequency: 60hz, Weight: 3kg./26 Pcs Framing Hammer: Handle Material: Alloy Steel, Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h), Item Weight: Atleast 1.4 Pounds/26 Pcs Trim Hammer: Handle Material: Wood, Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h),item Weight: Atleast 594 Grams/26pcs Roofing Hammer: Item Weight: 1.25 Pounds, Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h)/26 Pcs Chalk Line: Item Weight: 10.6 Ounces, Product Dimensions: approx. 1200" (l) X 4.72" (w) X 5.91" (h) Inches, Color: blue, Material Type: Alloy Steel, Rubber/26 Pcs Utility Knife: Handle Material: Aluminum, Material: Aluminum Alloy, Weight: 120g/pcs, Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t),blade Material: Steel, Thickness: Atleast 0.6mm/26 Pcs Tin Snips: Item Weight: atleast 1 Pound, Package Dimensions: Approx. 12.36" (l) X 3.7" (w) X 1.3" (h),size: long Straight, 12 Inches Long, Blade Length: 3.20",material: Steel, Cutting Thickness Range Up To 1.2mm Carbon Steel And 0.7mm/26 Pcs Framing Square: Shorter Leg Measures At 8 Inch Outside And 6.5 Inch Inside, Longer Leg Measures At 12 Inch Outside And 11 Inch Inside,material: Carbon Steel/26 Pcs Level: Box Beam Style, Material: Aluminum,dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h), Weight: Atleast 0.8 Pounds/26 Pcs Electric Planer: Voltage: 220-240v,input Power: 1050w, No Load Speed: 1600rpm, Planing Width And Depth,82x3mm,heavy Duty Aluminum Base/1 Pc Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/1 Pc Air Compressor Machine: Motor Power: 1hp, Size: Approx. 935x385x800mm,voltage: 220-240v, 60hz, Speed: 3400 Rpm, Tank Capacity: 24l , Operating Pressure: Max 8 Bar, Air Displacement: 93l/min, Pump Lubricated With Oil/1 Pc Blue Painters Tape, Color: Blue, Size: Atleast 1.41" X 20m,thickness: 0.13mm, Item Weight: 1.92 Pounds, Material: Paper/2pcs Electric Spray Gun: Voltage: 220-240v~50/60hz,spraying Pressure: 0.1-0.2 Bar, Max Flow: 850ml/min, Max Viscosity: 50din-s, Container Capacity: Atleast 800ml,power Cord Length: 2m, Rated Power 500w, Spraying Pressure: Atleast 0.1-0.2bar, Item Dimensions: Approximately 13" (l) X 5" (w) X 11" (h)/1 Pc Extension Pole, (3 Stage Extender) Reach: 1.5-to-3ft,weight: Maximum Of 0.5 Pounds, Max. Standing Reach: 10ft, Material : Aluminum/2 Pcs Paint Brush Set, 5 Pcs/set, Material: Synthetic Bristle, Wood Handle, Overall Length: Atleast 11", Bristles Length: Atleast 3", Brush Width: 1", 1-1/2" 2", 2-2.5", 3"and 4"/ 5 Pcs Paint Roller, Material: Plastic,package Dimensions: Approximately 15.16" (l) X 11.22" (w) X 3.15" (h),item Weight: Atleast 1.06 Pounds, Inclusion: Roller, Atleast 7" In Length, Material: Polyester/2 Pcs Painters Gloves, 12 Pcs/pack, Material: Cotton, Color: Red/1 Pc Putty Knife/paint Scraper Set (4pcs), Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/1 Pc Steel Float/plastering Trowel: Thickness: Atleast 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Material: High Carbon Steel With Wood Handle/2 Pcs Lpg Tank With Gas Regulator And Accessories, Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pcs Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)/2 Pcs Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/2 Pcs Baking Sheet: Aluminum, 12x16 Inches/2 Pcs Digital Kitchen Scale: Accurate Measurement; Weigh Up To 5 Kg / 11 Lb Precisely In 1 G / 0.05 Oz Increments, Quality Material: Measure Food, Small Items, And Liquids With Confidence On The 304 Food-grade, Stainless Steel Platform, Approx. Dimension 7.3-7.5" (l) X 5.7-5.90" (w) X 0.6-08" (h), 2 X 1.5v Aaa Batteries/2 Pcs Measuring Cup (for Liquid Ingredients): 1 Measuring Cup With Red Graphics, Made Of Non-porous Glass That Won't Warp, Stain, Or Absorb Odors, Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe, Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h), Measuring Capacity: 500ml/2 Pcs Measuring Cups (for Dry Ingredients): Material: Stainless Steel, 5 Pieces Per Set (1 Cup, 1/2 Cup, 1/3 Cup, 1/4 Cup, 1/8 Cup)/2 Pcs Measuring Spoons (set): 7pcs Stainless Measuring Spoon Kit, The Kit Includes: 1/8 Tsp (0.63ml), 1/4 Tsp (1.25ml), 1/2 Tsp (2.5ml), 3/4 Tsp (3.75ml), 1 Tsp (5ml), 1/2 Tbsp (7.5ml), 1 Tbsp (15ml)/2 Pcs Mixing Bowl: Medium, Approx. Diameter: 28cm, Height:11.2cm, Material: Stainless; Capacity: At Least 4l/2 Pcs Standmixer: 2-in-1 360 Automatic Rotating Bowl Electric Stand & Hand Mixer, 4.5l W/ 5-speed Turbo Function,color: Black/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Pc Caldero: Aluminum, #2, Diameter Height 28cmx16cm With Double Handle/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/1 Pc Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)1 Pc Food Glass Display (estante): 3 Layers; 20(h)x18(w)x36(l)", Aluminum Base, Glass With Screen Door/1 Pc Casserole With Double Handle: Material: Aluminum, Size: 26cm Dimension: 36(l) X 28.5(w) X 21(h)cm/2 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/1 Pc Chopping Board: Material: Polypropylene/1 Pc Chopping Knife: 10” Stainless,wood Handle/1 Pc Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in; Color: Beige2 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Beach Umbrella: 90" Diameter X 8 Ft. Height, 8 Rib Round Metal Pole, Polyester Multi-coloured Umbrella Canopy/2 Pcs Cooler Container: Chest Insulated Cooler, Materials: Polystyrene, Sizes And Capacities: 30 Liters - 45.5cm(l) X 39cm(w) X 31cm(h),color: Blue Or Red/1 Pc Grill/ Ihawan With Stand,material Of Body And Stand: Stainless , 24x12x33inches (lxwxh), Depth: 5inches/2 Pcs Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Umbrella Holder And 2 Chest Coolers Carrier (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo/2 Pcs Weighing Scale: 10kg Capacity, Colored Body / Stainless Pan, Graduation: 50g, Powder Coated Body, Pan Size: 255mm Ø X 55mm Deep, Dial Face: 185mm Ø, 4 Units/master Carton/4 Pcs Plastic Fruit Crate 21 X 15 X 12 Inches/1 Pc Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/1 Pc 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/1 Pc Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w); Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/1 Pc Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/1 Pc 7pcs Face Brush Set, Inclusion: Powder Brush, Size: 17cm, Bristle Length: 3.2cm, Ferrule Width:1.9cm, Powder Buffer Brush, Size: 19cm, Bristle Length: 5cm, Ferrule Width: 2.1cm,foundation Brush, Size: 17cm, Bristle Length: 3.3cm, Ferrule Width: 2.2cm, Flat Foundation Brush, Size: 17cm,bristle Length: 3.2cm; Ferrule Width:1.2cm, Highlight Brush, Size: 16.5cm,bristle Length: 2.7cm, Ferrule Width: 2.3cm,angle Cheek Brush, Size: 17cm, Bristle Length: 3.1-2.3cm,ferrule Width: 2.4cm, Highlighting Fan Brush, Size: 16.5cm, Bristle Length: 4cm, Ferrule Width: 2.5cm, With Brush Bag/1 Pc Eyelash Curler: Material: Carbon Steel, Size: Approx. 5.91 X 3.94 X 1.97"/1 Pc Eyebrow Razor: Handle Material: Plastic, Size: Approx. 6.8(l) X 2(w) X 0.1"(h), 6pcs/pack/1 Pc Makeup Sponge Set Blender: Material: Sponge, Size: Approx. 4.02 (l) X 3.94(w) X 2.52"(h), 4pcs/set/1 Pc False Eyelashes, Product Dimensions: Approx. 0.75(l) X 3.88(w) X 5.38"(h), 5pairs/pack/1 Pc Eye Shadow Pallete: 12 Curated Peach-inspired Shades, Finish Type: Metallic, Matte, Product Dimension: Approx. 0.08 (l) X 0.04 (w) X 0.06" (h)/1 Pc Contour Palette: Multi-colored, Finish Type: Matte, Package Dimension: Approx. 5.75 (l) X 4.25 (w) X 0.5" (h)/1 Pc Hypercurl Waterproof Mascara Make Up Set: Product Dimensions: Approx. 0.85 (l) X 2.75 (w) X 5.63" (h), Color: Black/1 Pc Waterproof Matte Gel Eyeliner Pencil: Item Form: Pencil, Powder, Creamy, Finish Type: Matte, Product Dimensions: About 5.77 X 1.97 X 0.81", Color: Black/1 Pc Eyebrow Gel, Waterproof: Weight: About 0.16 Oz, Product Dimension: Approx. 0.75 (l) X 1.9 (w) X 5.65 (h) Inches, Color Black, Brown/1 Pc Blush On, 3 Complimentary Skin-flushed Shades, Product Dimensions: Approx. 2.89 (l) X 0.43 (w) X 2.33" (h)/1 Pc Powder Blush Makeup Palette, Product Dimensions: approx. 2.43 (l) X 2.43 (w) X 0.66" (h)/1 Pc Eye Shadow Palette; 12 Curated Peach-inspired Shades, Finished Type:metallic,matte, Product Dimensions:approx 0.08(l)x0.04(w) X0.06”(h)/ 1 Pc Applicator Brush And Plastic Comb: 13cm Black, Double-sided Comb, Pointed Handle For Sectioning Hair/1 Pc Hair Clipper: Electric; 110v-240v, 50-60hz,all Metal Machine, Led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g, With Complete Accessories - Fiber Comb: Cleaning Brush, Lubricant, Charger/1 Pc Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/1 Pc Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/1 Pc Curling Iron: 220v Power, 4gen; White, 32x25x13mm, Energy Efficient-48w,360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/1 Pc Apron: Length: 76cm, Width: 59cm, Color: Black, Material: Nylon, Waterproof/1 Pc Curling Rod: Small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits,multi-color/1 Pc Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Spray Net: 600ml, 27.5cm, Hard Hold/1 Pc Hair Spray Aerosol Extra Hold: Weight: About 7ounces /198g, Scented, Package Dimensions: 7.83 X 6.69 X 2.17"/1 Pc Hair Trimmer: Running Time 120 Minutes Battery Powered,rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless; Accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger), And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/3 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v,body Material: Plastic/3 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free; Hanger Design, Ptc Heater - Instant Heat-up/3 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w),curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w),package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/3 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5",color: Black (12pcs)/3 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/3 Pcs Cutting Scissors: 6" Stainless Steel, 65g/3 Pcs Thinning Scissors: 17.5x5cm Stainless Steel/3 Pcs Drip Pan: 32cmx35cm Plastic, Black/3 Pcs Hair Clipper: Electric,110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm, Low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/3 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h),inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/3 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/3 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/3 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/3 Pcs Astringent Foot Soaker: 128oz/3 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/3 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/3 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/3 Pcs Foot Scrub/3 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/3 Pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/3 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/3 Pcs Apron: Length: 76cm, Width: 59cm,color: Black,material: Nylon, Waterproof/3 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer,500ml/3 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/3 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/3 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/3 Pcs Hair Cellophane: 500ml, Natural, Brown,burgundy And Ash Blonde Variant/3 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/3 Pcs Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/3 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/3 Pcs Hair Bleaching Powder: 500g/3 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/24 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦,swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/24 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/24 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/24 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/24 Pcs Drip Pan: 32cmx35cm Plastic, Black/24 Pcs Shower Caps: 32cm, Thick Plastic, Elastic, Washable/24 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/24 Pcs Curling Iron: 220v Power, 4gen, White, 32x25x13mm, Energy Efficient-48w, 360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/24 Pcs Hair Steamer: With 4 Wheels, 360degrees Movable, Gray Color, Adjustable Height With Timer And Control/120 Pcs Cape: 140x110cm, Satin, Nylon, Waterproof, Black/72 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber, Dark Colors/24 Pcs Curling Rod:small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/120 Pcs Ear Caps: (l X W X T): 8cm X 4.5cm X 2.1cm/3.15" X 1.77" X 0.83", Black,plastic/24 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/24 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/24 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/24 Pcs Hair Cellophane: 500ml, Natural, Brown, Burgundy And Ash Blonde Variant/24 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/24 Pc Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/24 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/24 Pcs Hair Bleaching Powder: 500g/24 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Shear: Material: Stainless Steel, 1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6", Accesories: Scissors Oil Atleast 5ml/34 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/34 Pcs Crow Bar: At Least 36" Long,length Tolerance: +- 1/8, Material: Forged Steel Carbon/34 Pcs Claw Hammer: Round Head, Head Weight: At Least 16oz, Overall Weight: Approximately 17oz-23oz, Head Material: Forged Steel, Handle Material: Fiberglass Handle With Rubber Cushion, Overall Length: Approximately 12-14"/34 Pcs Hacksaw With Blade: Material: Aluminum Alloy Frame With Soft-grip Handle, At Least 12"-15" Long Including Handle, With Soft-grip Rubber Handle, Bi-metal, Blade Length: About 30cm, Width: 3cm/34 Pcs Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/34 Pcs Handsaw: Blade Length: About 15",blade Material: Carbon Steel, Handle Length: 5", Handle Material: Plastic/rubber, Color: Gray,8 Teeth Per Inch/34 Pcs Shovel: Round End, Tempered Steel Blade: 17-23 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm, Capacity: 350-400 Lbs/34 Pcs Shovel: Rectangular End, Tempered Steel Blade: 22-26 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm/34 Pcs Level Bar: Aluminum Frame, Length: At Least 24"/60cm, Aluminum Thickness: 1.5mm, Double Side Milles, 0.5mm/m Accurate Vials/34 Pcs Steel Float/plastering Trowel: Thickness: At Least 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Mmaterial: High Carbon Steel With Wood Handle/34 Pcs Steel Square: Carpenter's Framing Square, Blade Width: 2" Scale: At Least 16" (l) X 24" (w), Material: Steel/34 Pcs Masonry Trowel: Length: At Least 12"long, Width: 6", Material: Flat Steel, With Wood Handle/34 Pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree: 44mm, 90 Degree: 65mm, Maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg, Item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/34 Pcs Masonry Square/metric Square: Material: Aluminum, Length: Approx. 24", Width: 16", 1/8 '' Thickness/34 Pcs Mason's Level: At Least 48'' Long, Aluminum Reinforced Frame, 60cm Only/34 Pcs Sledgehammer: Weight: At Least 3 Lbs With Fiberglass Handle, Forged Steel Round Head, Length: Approximately 25-27"/34 Pcs Concrete Chisel: Pointed Sharp End, Material: Forged Steel Chisel, With Rubberized Handle, Length: Approximately 10''/34 Pcs Putty Knife/paint Scraper Set (4pcs): Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/34 Pcs Mason's Line: #18 Braided Nylon, 500 Ft/roll, Color Orange/34 Pcs Hammer Drill: Electric, 1980w 220v, Rated Frequency: 50/60hz, Load Speed: 0-3800rpm (revolutions Per Minute), Chuck: 13mm With Ergonomic Anti-slip Handle/34 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4",rated Voltage: 220v, Frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/34 Pcs Wooden Float: Size: At Least 12x4", Has 5/8" Thick Rubber Pad, With Wooden Handle/4 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h), Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/4 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/4 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Sapphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/4 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/2 Pcs Astringent Foot Soaker: 128oz/2 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/2 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/4 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/2 Pcs Foot Scrub/2 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/6 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber,dark Colors/2 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer, 500ml/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in, Color: Beige/1 Pc Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Peanut Grinding Machine: Electric, 220v, 300w, 50-60hz,material: High Quality Stainless Steel Body And Base, Color: Black, Dimension: Approx. Length: 43.5cm, Width: 23cm, Height: 13.5cm/1 Pc Hand Cobbler Shoe Repair Machine Dual Cotton Nylon Line Sewing Machine Manual Leather Machine Shoe Sewing Machine Color Silver: Product Dimensions 14.4"d X 20.5"w X 5.5"h, Material: Cast Iron Item Weight: 22 Pounds, Power Source: Crank/5 Pcs Wooden Handle Shoes Repairing Awl Shoe Sewing Tool Diy Craft Repair Hand Straight Hook Shoes Sewing Awl Type: Shoes Sewing Awl Material: Wood+metal, Features: Shoes Sewing Awl, Repair Hand , Crochet Needle Tool Dimension: 1: App.2x13.5x6cm/0.79x5.31x2.36in 2: App.2x13x5.5cm/0.79x5.12x2.17in 3: App.2x13x5.5cm/0.79x5.12x2.17in, Color: Wood Color + Silver/5 Pcs Upholstery Stitching Thread Black 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread Brown 100 Mtr 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread White 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/2 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/2 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h)/2 Pcs Chipping Hammer: Item Weight: at Least 13.8 Ounces, Product Dimensions: 11" (l) X 1" (w) X 7.5" (h), Material: Genuine Leather Grip And Forged Steel/2 Pcs Heavy Duty Corded Drill: Rated Input Power: 750w, Chuck Capacity: Up To 13mm, Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm), Dimension: 268mm (l) X 69mm (w) X 192mm (h), Weight W/out Cable: Approximately 1.6-1.8 Kg, Spindle Collar Diameter Of 43 Mm/2 Pcs Metal Drill Bit Set: Material: High Speed Steel, 19pcs Per Set(1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm), Point Angle: 118degree C, Standards: Din 338, Bit Geometry: Standard Twist Bit/2 Pcs Mig Welding Pliers: Overall Length: Atleast 210mm, Material: High Carbon Steel, Handle Material: Thermoplastic Rubber/2 Pcs Needle File Set: (6 Pieces Hand Metal Files, Hardened Alloy, Strength Steel Set Includes Flat, Flat Warding, Square, Triangular, Round, And Half-round File), Color Black, Metal Type: Carbon Steel, Handle Material: Wood, Alloy Steel, Item Dimensions: Approximately 6.1" (l) X 3" (w) X 0.5" (h)/2 Pcs Portable Welding Machine: Input Voltage: 220-240, Frequency: 50-60hz, Output Current: 10-220a, Led Display, No-load Voltage: 85v, Max. Output Current: 220a, Diameter Of Electrode: 1.6-3.2mm, Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable/2 Pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g,triangle-shaped/2 Pcs Welding Helmet: Auto Darkening Helmet: Power Supply: Battery And Solar Powered, Light Shade: Din9-1, Dark Shade: Din4, Switching Time: 1/25000s, Delay Time: 0.1-0.8s, Sensitivity Adjustment: Stepless Control, Operation Temperature: -5 Degrees- 55 Degrees, Active Viewing Area: 93mmx43mm, Active Viewing Area Size: (+/- 10mm), Item Weight: At Least 1.85 Pounds, Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h)/2 Pcs Welding Magnets: 6 Pcs/set, Overall Length: At Least (3"), Hold Capacity: Up To 25lbs, Arrow Design Supports Angle: 45°, 90°, And 135°, Item Weight: 295g, Package Dimensions: 4.88 X 4.72 X 3.98 Inches, material: Steel, Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm)/2 Pcs Welding Suit: 100% Cotton With Pyrovatex, 2 Back Pockets And Rule Pocket With Safety Gusset Feature, High Quality And Long Lasting, Two Way Zipper, Approximate Cloth Size: Large/10 Pcs Camping Dome Tent: Product Dimensions: 82.7"l X 55"w X 43.5"h, Item Weight: 4 Pounds Shape: D Shape Occupancy: 2 Person Included Components: Carry Bag, Stakes, Rainfly Water Resistance Technology 1000 Millimeters, Special Feature: Windproof, Sun Protection/outdoor Mat (banig):size (48" X 75") Material: Palm Leaves (buri)/10 Pcs Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/2 Unit Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Unit Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/5 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pc S Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/5 Pcs Wok Ladle: Material: Stainless Steel With Wooden Handle: Total Length Of Item: 24 Inches/5 Pcs Wok Spatula: Material: Stainless Steel With Wooden Handle, Total Length Of Item:24 Inches/5 Pcs Stainless Steel Long Wooden Handle Skimmer Strainer: Material: Stainless Steel, Size: 32.3*11.5cm/5 Pcs Casserole With Double Handle: Material: Aluminum, Size: 26cm, Dimension: 36(l) X 28.5(w) X 21(h)cm/5 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/5 Pcs Chopping Board: Material: Polypropylene Plastic: 8"(w) X 10"(l), 1cm (thickness)/5 Pcs Chopping Knife: 10" Stainless; Wood Handle/5 Pcs Grill/ Ihawan With Stand, Material Of Body And Stand: Stainless, 24x12x33inches (lxwxh), Depth: 5inches/1 Unit Heavy Duty Commercial Micromatic Big 7.8l Mrc-50 Rice Cooker 45cups (white)/10 Dz Melamine Round Dinner Plate: 9" Diameter, Color; White/10dz Platito (saucer): Material: Melamine Plastic, Standard Size: 6 Inch (diameter) X ¾ Inch Height/10 Pcs Serving Tray Bamboo - Wooden Tray With Handles, Color Brown Material Wood, Product Dimensions 17"l X 11"w X 2"h/10dz Drinking Glass: 8 Oz, Glass, Product Size: Base Diameter-7cm, Top Diameter: 7cm, H-11.4cm, Heat Resistant, Dishwasher Safe/10dz Spoon: Stainless, 12pcs/per Pack, Size: 8"/10dz Fork: Stainless, 12 Pcs/per Pack, Size 8"/5dz Mangkok (round Shape Bowl), Materials: Ceramic, Size: 6inch (diameter) X 5cm (height)/5 Pcs Storage Box With Wheels For Easy Transport, Measurements: L72 X W52 X H44cm, Food Grade Material, 120l Capacity, Stackable; With Lid And Handle, Color: White/2 Pcs Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/5 Pcs Gallon Acrylic Juice Dispenser Type: Type: Water/juice Dispensers, Overall Dimensions: Height:32 1/2 Inches, Top Diameter: 6 11/16 Inches, Capacity:1.1 Gallons, Base Material: Stainless Steel, Container Material: Acrylic, Style: Single/5 Pcs Chafing Dish Food Warmer Buffet Set: Size: 1/1pan*3, Color: Silver, Material: Stainless Steel, Product Dimensions: 13.39"l X 15.35"w X 23.62"h, Capacity: 8 Quarts/5 Pcs Chest Cooler: Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l , Color: Blue Or Red/5 Pcs Matress: Size: Semi Double (48" X 75"), Thickness: 4"/15 Pcs Matress Size: Queen (60" X 75") Thickness: 4"/15 Pcs Pillow: Size: Standard (20" X 26")/10 Sets Bed Linen Set Of 3pcs, 1-bed Sheet Size (48" X 75"), 2-pillow Case (20" X 26")/2 Sets Bed Linen Set Of 3pcs: 1-bed Sheet Size (60" X 75"), 2-pillow Case (20" X 26")/6 Unit Electric Fan: Color: Black, Electric Fan Design: Floor Fan, Power Source: Corded Electric Style: 3-speed Ac Motor Fan, Product Dimensions: 15.75"d X 17.72"w X 53.15"h, Room Type: Bedroom, Special Feature: Oscillating, Adjustable Height, Adjustable Tilt,wattage: 60 Watt/4 Unit Industrial Ceiling Fan: Product Material: Cast Aluminum Casing, Product Specifications: 2000mm, Operating Voltage: 220v, Wind Speed: 5th Gear, Number Of Fan Product Color: Black, White, Product Power: 165w, Blades: 6 Blades/150 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: White/15 Pcs Solid Top Round Table: Material: Plastic, Color: White, Size(cm): 115 X 74 X 4.5, Foldable Legs,diameter: 45″, 6 To 8 Seater Capacity B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project 4 Pcs Barber Brush: 23.3cmx7cm, Soft Fiber Material And Wooden Handle/4 Pcs Hair Clipper: Electric, 110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time,4pcs Comb Guide 3/6/10/13mm,body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/4 Pcs Paddle Brush:body Material: Wood, Dimensions: (lxwxh) 25x8x3cm, Brown/8pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires, With Light And Perfume Button/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires,with Light And Perfume Button/4pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm,length: 20.9"/52cm,width: 14"/36cm,4 Drawers, Blower Holder/4pcs Talcum Powder: 200g, Hypo-allergenic, Dermatologist Tested/4 Pcs Cordless Clipper: Body Material: Aluminum,motor: Rotary,power/source Battery: Lithium-ion Battery (90+ Minutes Of Runtime), Blades: Titanium Blades, 3 Guide Combs Plastic Material (#1/2, #1, And #1½),cutting Lengths: 0.4-25mm,inclusions: A Blade Guard, 1 Recharging Transformer (charger), 1 Cleaning Brush, With Lubricating Oil Of At Least 5 Ml And English User Manual,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),weight: Maximum Of 400g, Input: Can Be Used For 110-240 Voltage/4pcs Hair Trimmer: Running Time 120 Minutes Battery Powered, Rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless,accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger) And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/4pcs Electric Shaver: With 3d Floating Cutter Head, 40mins. Running Time For 8hrs Fully Charged, Material: Stainless Steel,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),automatic Voltage 100-240v,battery: 2 Cell Nickel-metal Hydride Cylindrical Battery Pack, 4000mah,power Type: Rechargeable/4pcs Hair Shear: Material: Stainless Steel,1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6",accesories: Scissors Oil Atleast 5ml/4 Pcs Razor Blades: 10pcs/box (double Edge Stainless)/4 Pcs Shaving Razor/labaha: Dimensions: Approximately 5-6" (l) X 3/4-1" (w), Material: Carbon Steel, Color: Black/ 4 Pcs Barber Skin Fade Brush: Handle: Wood, With Soft Bristles 1" (l),dimensions: Atleast 5.5" (l) X 1" (w)/4pcs Comb Set: (4pcs/set), Material: High Quality Plastic, Inclusions: #1-approx. Size: 4.88" (l) X 1.02" (w), #2-approx. Size: 7.09" (l) X 1.46" (w), #3-approx. Size: 7.87" (l) X 1.18" (w), #4-6.10" (l) X 0.20" (w)/4pcs Shaving Gel: (foam), 195g/4pcs Barber's Cape: Color: Black,about 140cm (l) X 110cm (w), Cloth: Polyester/4pcs 360 Degree Swivel Barber Chair: Classic Back Seat With Chrome Steel Base, Premium Steel Frame And High Class Foot Pump, Heavy Duty Leather Cover; Lower Height - At Least 51cm, Top Height - At Least 61cm, Sandles Height - At Least 40cm/8pcs Barber Apron: With Two Pockets, Waterproof, Material: Cotton And Acrylic, Item Size: Approx. 38-38.19" (l) X 27-27.36" (w)/ 4pcs Pomade: 80g, Water-based/26pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g, Triangle-shaped/26pcs Meter Tape With Magnetic Hook: Blade Material, Nylon Coated Blade,dimensions: 16ft (l) X 25mm (w)/26pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree,44mm, 90 Degree: 65mm,maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg,item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/26pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/26pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/26 Pcs Portable Hand Drill: Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries, Maximum Rotational Speed: 1500 Rpm, Voltage: 210v,amperage: 1.5 Amps, Chuck Size: 0.38",bit Heads Diameters: From 0.8mm-10mm,product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h), Material: plastic, Rubber, Metal, Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h),item Weight: Atleast 2.5 Pounds,item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag/26pcs Wood Planer: Rated Voltage: 220v, Rated Input Power: 600w, Cutting Width: 82mm, Load Speed: 15,000rpm, Frequency: 60hz, Weight: 3kg./26 Pcs Framing Hammer: Handle Material: Alloy Steel, Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h), Item Weight: Atleast 1.4 Pounds/26 Pcs Trim Hammer: Handle Material: Wood, Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h),item Weight: Atleast 594 Grams/26pcs Roofing Hammer: Item Weight: 1.25 Pounds, Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h)/26 Pcs Chalk Line: Item Weight: 10.6 Ounces, Product Dimensions: approx. 1200" (l) X 4.72" (w) X 5.91" (h) Inches, Color: blue, Material Type: Alloy Steel, Rubber/26 Pcs Utility Knife: Handle Material: Aluminum, Material: Aluminum Alloy, Weight: 120g/pcs, Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t),blade Material: Steel, Thickness: Atleast 0.6mm/26 Pcs Tin Snips: Item Weight: atleast 1 Pound, Package Dimensions: Approx. 12.36" (l) X 3.7" (w) X 1.3" (h),size: long Straight, 12 Inches Long, Blade Length: 3.20",material: Steel, Cutting Thickness Range Up To 1.2mm Carbon Steel And 0.7mm/26 Pcs Framing Square: Shorter Leg Measures At 8 Inch Outside And 6.5 Inch Inside, Longer Leg Measures At 12 Inch Outside And 11 Inch Inside,material: Carbon Steel/26 Pcs Level: Box Beam Style, Material: Aluminum,dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h), Weight: Atleast 0.8 Pounds/26 Pcs Electric Planer: Voltage: 220-240v,input Power: 1050w, No Load Speed: 1600rpm, Planing Width And Depth,82x3mm,heavy Duty Aluminum Base/1 Pc Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/1 Pc Air Compressor Machine: Motor Power: 1hp, Size: Approx. 935x385x800mm,voltage: 220-240v, 60hz, Speed: 3400 Rpm, Tank Capacity: 24l , Operating Pressure: Max 8 Bar, Air Displacement: 93l/min, Pump Lubricated With Oil/1 Pc Blue Painters Tape, Color: Blue, Size: Atleast 1.41" X 20m,thickness: 0.13mm, Item Weight: 1.92 Pounds, Material: Paper/2pcs Electric Spray Gun: Voltage: 220-240v~50/60hz,spraying Pressure: 0.1-0.2 Bar, Max Flow: 850ml/min, Max Viscosity: 50din-s, Container Capacity: Atleast 800ml,power Cord Length: 2m, Rated Power 500w, Spraying Pressure: Atleast 0.1-0.2bar, Item Dimensions: Approximately 13" (l) X 5" (w) X 11" (h)/1 Pc Extension Pole, (3 Stage Extender) Reach: 1.5-to-3ft,weight: Maximum Of 0.5 Pounds, Max. Standing Reach: 10ft, Material : Aluminum/2 Pcs Paint Brush Set, 5 Pcs/set, Material: Synthetic Bristle, Wood Handle, Overall Length: Atleast 11", Bristles Length: Atleast 3", Brush Width: 1", 1-1/2" 2", 2-2.5", 3"and 4"/ 5 Pcs Paint Roller, Material: Plastic,package Dimensions: Approximately 15.16" (l) X 11.22" (w) X 3.15" (h),item Weight: Atleast 1.06 Pounds, Inclusion: Roller, Atleast 7" In Length, Material: Polyester/2 Pcs Painters Gloves, 12 Pcs/pack, Material: Cotton, Color: Red/1 Pc Putty Knife/paint Scraper Set (4pcs), Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/1 Pc Steel Float/plastering Trowel: Thickness: Atleast 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Material: High Carbon Steel With Wood Handle/2 Pcs Lpg Tank With Gas Regulator And Accessories, Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pcs Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)/2 Pcs Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/2 Pcs Baking Sheet: Aluminum, 12x16 Inches/2 Pcs Digital Kitchen Scale: Accurate Measurement; Weigh Up To 5 Kg / 11 Lb Precisely In 1 G / 0.05 Oz Increments, Quality Material: Measure Food, Small Items, And Liquids With Confidence On The 304 Food-grade, Stainless Steel Platform, Approx. Dimension 7.3-7.5" (l) X 5.7-5.90" (w) X 0.6-08" (h), 2 X 1.5v Aaa Batteries/2 Pcs Measuring Cup (for Liquid Ingredients): 1 Measuring Cup With Red Graphics, Made Of Non-porous Glass That Won't Warp, Stain, Or Absorb Odors, Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe, Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h), Measuring Capacity: 500ml/2 Pcs Measuring Cups (for Dry Ingredients): Material: Stainless Steel, 5 Pieces Per Set (1 Cup, 1/2 Cup, 1/3 Cup, 1/4 Cup, 1/8 Cup)/2 Pcs Measuring Spoons (set): 7pcs Stainless Measuring Spoon Kit, The Kit Includes: 1/8 Tsp (0.63ml), 1/4 Tsp (1.25ml), 1/2 Tsp (2.5ml), 3/4 Tsp (3.75ml), 1 Tsp (5ml), 1/2 Tbsp (7.5ml), 1 Tbsp (15ml)/2 Pcs Mixing Bowl: Medium, Approx. Diameter: 28cm, Height:11.2cm, Material: Stainless; Capacity: At Least 4l/2 Pcs Standmixer: 2-in-1 360 Automatic Rotating Bowl Electric Stand & Hand Mixer, 4.5l W/ 5-speed Turbo Function,color: Black/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Pc Caldero: Aluminum, #2, Diameter Height 28cmx16cm With Double Handle/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/1 Pc Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)1 Pc Food Glass Display (estante): 3 Layers; 20(h)x18(w)x36(l)", Aluminum Base, Glass With Screen Door/1 Pc Casserole With Double Handle: Material: Aluminum, Size: 26cm Dimension: 36(l) X 28.5(w) X 21(h)cm/2 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/1 Pc Chopping Board: Material: Polypropylene/1 Pc Chopping Knife: 10” Stainless,wood Handle/1 Pc Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in; Color: Beige2 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Beach Umbrella: 90" Diameter X 8 Ft. Height, 8 Rib Round Metal Pole, Polyester Multi-coloured Umbrella Canopy/2 Pcs Cooler Container: Chest Insulated Cooler, Materials: Polystyrene, Sizes And Capacities: 30 Liters - 45.5cm(l) X 39cm(w) X 31cm(h),color: Blue Or Red/1 Pc Grill/ Ihawan With Stand,material Of Body And Stand: Stainless , 24x12x33inches (lxwxh), Depth: 5inches/2 Pcs Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Umbrella Holder And 2 Chest Coolers Carrier (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo/2 Pcs Weighing Scale: 10kg Capacity, Colored Body / Stainless Pan, Graduation: 50g, Powder Coated Body, Pan Size: 255mm Ø X 55mm Deep, Dial Face: 185mm Ø, 4 Units/master Carton/4 Pcs Plastic Fruit Crate 21 X 15 X 12 Inches/1 Pc Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/1 Pc 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/1 Pc Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w); Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/1 Pc Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/1 Pc 7pcs Face Brush Set, Inclusion: Powder Brush, Size: 17cm, Bristle Length: 3.2cm, Ferrule Width:1.9cm, Powder Buffer Brush, Size: 19cm, Bristle Length: 5cm, Ferrule Width: 2.1cm,foundation Brush, Size: 17cm, Bristle Length: 3.3cm, Ferrule Width: 2.2cm, Flat Foundation Brush, Size: 17cm,bristle Length: 3.2cm; Ferrule Width:1.2cm, Highlight Brush, Size: 16.5cm,bristle Length: 2.7cm, Ferrule Width: 2.3cm,angle Cheek Brush, Size: 17cm, Bristle Length: 3.1-2.3cm,ferrule Width: 2.4cm, Highlighting Fan Brush, Size: 16.5cm, Bristle Length: 4cm, Ferrule Width: 2.5cm, With Brush Bag/1 Pc Eyelash Curler: Material: Carbon Steel, Size: Approx. 5.91 X 3.94 X 1.97"/1 Pc Eyebrow Razor: Handle Material: Plastic, Size: Approx. 6.8(l) X 2(w) X 0.1"(h), 6pcs/pack/1 Pc Makeup Sponge Set Blender: Material: Sponge, Size: Approx. 4.02 (l) X 3.94(w) X 2.52"(h), 4pcs/set/1 Pc False Eyelashes, Product Dimensions: Approx. 0.75(l) X 3.88(w) X 5.38"(h), 5pairs/pack/1 Pc Eye Shadow Pallete: 12 Curated Peach-inspired Shades, Finish Type: Metallic, Matte, Product Dimension: Approx. 0.08 (l) X 0.04 (w) X 0.06" (h)/1 Pc Contour Palette: Multi-colored, Finish Type: Matte, Package Dimension: Approx. 5.75 (l) X 4.25 (w) X 0.5" (h)/1 Pc Hypercurl Waterproof Mascara Make Up Set: Product Dimensions: Approx. 0.85 (l) X 2.75 (w) X 5.63" (h), Color: Black/1 Pc Waterproof Matte Gel Eyeliner Pencil: Item Form: Pencil, Powder, Creamy, Finish Type: Matte, Product Dimensions: About 5.77 X 1.97 X 0.81", Color: Black/1 Pc Eyebrow Gel, Waterproof: Weight: About 0.16 Oz, Product Dimension: Approx. 0.75 (l) X 1.9 (w) X 5.65 (h) Inches, Color Black, Brown/1 Pc Blush On, 3 Complimentary Skin-flushed Shades, Product Dimensions: Approx. 2.89 (l) X 0.43 (w) X 2.33" (h)/1 Pc Powder Blush Makeup Palette, Product Dimensions: approx. 2.43 (l) X 2.43 (w) X 0.66" (h)/1 Pc Eye Shadow Palette; 12 Curated Peach-inspired Shades, Finished Type:metallic,matte, Product Dimensions:approx 0.08(l)x0.04(w) X0.06”(h)/ 1 Pc Applicator Brush And Plastic Comb: 13cm Black, Double-sided Comb, Pointed Handle For Sectioning Hair/1 Pc Hair Clipper: Electric; 110v-240v, 50-60hz,all Metal Machine, Led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g, With Complete Accessories - Fiber Comb: Cleaning Brush, Lubricant, Charger/1 Pc Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/1 Pc Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/1 Pc Curling Iron: 220v Power, 4gen; White, 32x25x13mm, Energy Efficient-48w,360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/1 Pc Apron: Length: 76cm, Width: 59cm, Color: Black, Material: Nylon, Waterproof/1 Pc Curling Rod: Small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits,multi-color/1 Pc Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Spray Net: 600ml, 27.5cm, Hard Hold/1 Pc Hair Spray Aerosol Extra Hold: Weight: About 7ounces /198g, Scented, Package Dimensions: 7.83 X 6.69 X 2.17"/1 Pc Hair Trimmer: Running Time 120 Minutes Battery Powered,rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless; Accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger), And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/3 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v,body Material: Plastic/3 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free; Hanger Design, Ptc Heater - Instant Heat-up/3 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w),curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w),package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/3 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5",color: Black (12pcs)/3 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/3 Pcs Cutting Scissors: 6" Stainless Steel, 65g/3 Pcs Thinning Scissors: 17.5x5cm Stainless Steel/3 Pcs Drip Pan: 32cmx35cm Plastic, Black/3 Pcs Hair Clipper: Electric,110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm, Low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/3 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h),inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/3 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/3 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/3 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/3 Pcs Astringent Foot Soaker: 128oz/3 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/3 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/3 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/3 Pcs Foot Scrub/3 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/3 Pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/3 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/3 Pcs Apron: Length: 76cm, Width: 59cm,color: Black,material: Nylon, Waterproof/3 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer,500ml/3 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/3 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/3 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/3 Pcs Hair Cellophane: 500ml, Natural, Brown,burgundy And Ash Blonde Variant/3 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/3 Pcs Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/3 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/3 Pcs Hair Bleaching Powder: 500g/3 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/24 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦,swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/24 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/24 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/24 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/24 Pcs Drip Pan: 32cmx35cm Plastic, Black/24 Pcs Shower Caps: 32cm, Thick Plastic, Elastic, Washable/24 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/24 Pcs Curling Iron: 220v Power, 4gen, White, 32x25x13mm, Energy Efficient-48w, 360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/24 Pcs Hair Steamer: With 4 Wheels, 360degrees Movable, Gray Color, Adjustable Height With Timer And Control/120 Pcs Cape: 140x110cm, Satin, Nylon, Waterproof, Black/72 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber, Dark Colors/24 Pcs Curling Rod:small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/120 Pcs Ear Caps: (l X W X T): 8cm X 4.5cm X 2.1cm/3.15" X 1.77" X 0.83", Black,plastic/24 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/24 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/24 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/24 Pcs Hair Cellophane: 500ml, Natural, Brown, Burgundy And Ash Blonde Variant/24 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/24 Pc Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/24 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/24 Pcs Hair Bleaching Powder: 500g/24 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Shear: Material: Stainless Steel, 1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6", Accesories: Scissors Oil Atleast 5ml/34 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/34 Pcs Crow Bar: At Least 36" Long,length Tolerance: +- 1/8, Material: Forged Steel Carbon/34 Pcs Claw Hammer: Round Head, Head Weight: At Least 16oz, Overall Weight: Approximately 17oz-23oz, Head Material: Forged Steel, Handle Material: Fiberglass Handle With Rubber Cushion, Overall Length: Approximately 12-14"/34 Pcs Hacksaw With Blade: Material: Aluminum Alloy Frame With Soft-grip Handle, At Least 12"-15" Long Including Handle, With Soft-grip Rubber Handle, Bi-metal, Blade Length: About 30cm, Width: 3cm/34 Pcs Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/34 Pcs Handsaw: Blade Length: About 15",blade Material: Carbon Steel, Handle Length: 5", Handle Material: Plastic/rubber, Color: Gray,8 Teeth Per Inch/34 Pcs Shovel: Round End, Tempered Steel Blade: 17-23 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm, Capacity: 350-400 Lbs/34 Pcs Shovel: Rectangular End, Tempered Steel Blade: 22-26 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm/34 Pcs Level Bar: Aluminum Frame, Length: At Least 24"/60cm, Aluminum Thickness: 1.5mm, Double Side Milles, 0.5mm/m Accurate Vials/34 Pcs Steel Float/plastering Trowel: Thickness: At Least 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Mmaterial: High Carbon Steel With Wood Handle/34 Pcs Steel Square: Carpenter's Framing Square, Blade Width: 2" Scale: At Least 16" (l) X 24" (w), Material: Steel/34 Pcs Masonry Trowel: Length: At Least 12"long, Width: 6", Material: Flat Steel, With Wood Handle/34 Pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree: 44mm, 90 Degree: 65mm, Maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg, Item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/34 Pcs Masonry Square/metric Square: Material: Aluminum, Length: Approx. 24", Width: 16", 1/8 '' Thickness/34 Pcs Mason's Level: At Least 48'' Long, Aluminum Reinforced Frame, 60cm Only/34 Pcs Sledgehammer: Weight: At Least 3 Lbs With Fiberglass Handle, Forged Steel Round Head, Length: Approximately 25-27"/34 Pcs Concrete Chisel: Pointed Sharp End, Material: Forged Steel Chisel, With Rubberized Handle, Length: Approximately 10''/34 Pcs Putty Knife/paint Scraper Set (4pcs): Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/34 Pcs Mason's Line: #18 Braided Nylon, 500 Ft/roll, Color Orange/34 Pcs Hammer Drill: Electric, 1980w 220v, Rated Frequency: 50/60hz, Load Speed: 0-3800rpm (revolutions Per Minute), Chuck: 13mm With Ergonomic Anti-slip Handle/34 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4",rated Voltage: 220v, Frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/34 Pcs Wooden Float: Size: At Least 12x4", Has 5/8" Thick Rubber Pad, With Wooden Handle/4 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h), Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/4 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/4 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Sapphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/4 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/2 Pcs Astringent Foot Soaker: 128oz/2 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/2 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/4 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/2 Pcs Foot Scrub/2 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/6 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber,dark Colors/2 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer, 500ml/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in, Color: Beige/1 Pc Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Peanut Grinding Machine: Electric, 220v, 300w, 50-60hz,material: High Quality Stainless Steel Body And Base, Color: Black, Dimension: Approx. Length: 43.5cm, Width: 23cm, Height: 13.5cm/1 Pc Hand Cobbler Shoe Repair Machine Dual Cotton Nylon Line Sewing Machine Manual Leather Machine Shoe Sewing Machine Color Silver: Product Dimensions 14.4"d X 20.5"w X 5.5"h, Material: Cast Iron Item Weight: 22 Pounds, Power Source: Crank/5 Pcs Wooden Handle Shoes Repairing Awl Shoe Sewing Tool Diy Craft Repair Hand Straight Hook Shoes Sewing Awl Type: Shoes Sewing Awl Material: Wood+metal, Features: Shoes Sewing Awl, Repair Hand , Crochet Needle Tool Dimension: 1: App.2x13.5x6cm/0.79x5.31x2.36in 2: App.2x13x5.5cm/0.79x5.12x2.17in 3: App.2x13x5.5cm/0.79x5.12x2.17in, Color: Wood Color + Silver/5 Pcs Upholstery Stitching Thread Black 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread Brown 100 Mtr 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread White 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/2 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/2 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h)/2 Pcs Chipping Hammer: Item Weight: at Least 13.8 Ounces, Product Dimensions: 11" (l) X 1" (w) X 7.5" (h), Material: Genuine Leather Grip And Forged Steel/2 Pcs Heavy Duty Corded Drill: Rated Input Power: 750w, Chuck Capacity: Up To 13mm, Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm), Dimension: 268mm (l) X 69mm (w) X 192mm (h), Weight W/out Cable: Approximately 1.6-1.8 Kg, Spindle Collar Diameter Of 43 Mm/2 Pcs Metal Drill Bit Set: Material: High Speed Steel, 19pcs Per Set(1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm), Point Angle: 118degree C, Standards: Din 338, Bit Geometry: Standard Twist Bit/2 Pcs Mig Welding Pliers: Overall Length: Atleast 210mm, Material: High Carbon Steel, Handle Material: Thermoplastic Rubber/2 Pcs Needle File Set: (6 Pieces Hand Metal Files, Hardened Alloy, Strength Steel Set Includes Flat, Flat Warding, Square, Triangular, Round, And Half-round File), Color Black, Metal Type: Carbon Steel, Handle Material: Wood, Alloy Steel, Item Dimensions: Approximately 6.1" (l) X 3" (w) X 0.5" (h)/2 Pcs Portable Welding Machine: Input Voltage: 220-240, Frequency: 50-60hz, Output Current: 10-220a, Led Display, No-load Voltage: 85v, Max. Output Current: 220a, Diameter Of Electrode: 1.6-3.2mm, Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable/2 Pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g,triangle-shaped/2 Pcs Welding Helmet: Auto Darkening Helmet: Power Supply: Battery And Solar Powered, Light Shade: Din9-1, Dark Shade: Din4, Switching Time: 1/25000s, Delay Time: 0.1-0.8s, Sensitivity Adjustment: Stepless Control, Operation Temperature: -5 Degrees- 55 Degrees, Active Viewing Area: 93mmx43mm, Active Viewing Area Size: (+/- 10mm), Item Weight: At Least 1.85 Pounds, Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h)/2 Pcs Welding Magnets: 6 Pcs/set, Overall Length: At Least (3"), Hold Capacity: Up To 25lbs, Arrow Design Supports Angle: 45°, 90°, And 135°, Item Weight: 295g, Package Dimensions: 4.88 X 4.72 X 3.98 Inches, material: Steel, Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm)/2 Pcs Welding Suit: 100% Cotton With Pyrovatex, 2 Back Pockets And Rule Pocket With Safety Gusset Feature, High Quality And Long Lasting, Two Way Zipper, Approximate Cloth Size: Large/10 Pcs Camping Dome Tent: Product Dimensions: 82.7"l X 55"w X 43.5"h, Item Weight: 4 Pounds Shape: D Shape Occupancy: 2 Person Included Components: Carry Bag, Stakes, Rainfly Water Resistance Technology 1000 Millimeters, Special Feature: Windproof, Sun Protection/outdoor Mat (banig):size (48" X 75") Material: Palm Leaves (buri)/10 Pcs Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/2 Unit Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Unit Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/5 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pc S Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/5 Pcs Wok Ladle: Material: Stainless Steel With Wooden Handle: Total Length Of Item: 24 Inches/5 Pcs Wok Spatula: Material: Stainless Steel With Wooden Handle, Total Length Of Item:24 Inches/5 Pcs Stainless Steel Long Wooden Handle Skimmer Strainer: Material: Stainless Steel, Size: 32.3*11.5cm/5 Pcs Casserole With Double Handle: Material: Aluminum, Size: 26cm, Dimension: 36(l) X 28.5(w) X 21(h)cm/5 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/5 Pcs Chopping Board: Material: Polypropylene Plastic: 8"(w) X 10"(l), 1cm (thickness)/5 Pcs Chopping Knife: 10" Stainless; Wood Handle/5 Pcs Grill/ Ihawan With Stand, Material Of Body And Stand: Stainless, 24x12x33inches (lxwxh), Depth: 5inches/1 Unit Heavy Duty Commercial Micromatic Big 7.8l Mrc-50 Rice Cooker 45cups (white)/10 Dz Melamine Round Dinner Plate: 9" Diameter, Color; White/10dz Platito (saucer): Material: Melamine Plastic, Standard Size: 6 Inch (diameter) X ¾ Inch Height/10 Pcs Serving Tray Bamboo - Wooden Tray With Handles, Color Brown Material Wood, Product Dimensions 17"l X 11"w X 2"h/10dz Drinking Glass: 8 Oz, Glass, Product Size: Base Diameter-7cm, Top Diameter: 7cm, H-11.4cm, Heat Resistant, Dishwasher Safe/10dz Spoon: Stainless, 12pcs/per Pack, Size: 8"/10dz Fork: Stainless, 12 Pcs/per Pack, Size 8"/5dz Mangkok (round Shape Bowl), Materials: Ceramic, Size: 6inch (diameter) X 5cm (height)/5 Pcs Storage Box With Wheels For Easy Transport, Measurements: L72 X W52 X H44cm, Food Grade Material, 120l Capacity, Stackable; With Lid And Handle, Color: White/2 Pcs Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/5 Pcs Gallon Acrylic Juice Dispenser Type: Type: Water/juice Dispensers, Overall Dimensions: Height:32 1/2 Inches, Top Diameter: 6 11/16 Inches, Capacity:1.1 Gallons, Base Material: Stainless Steel, Container Material: Acrylic, Style: Single/5 Pcs Chafing Dish Food Warmer Buffet Set: Size: 1/1pan*3, Color: Silver, Material: Stainless Steel, Product Dimensions: 13.39"l X 15.35"w X 23.62"h, Capacity: 8 Quarts/5 Pcs Chest Cooler: Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l , Color: Blue Or Red/5 Pcs Matress: Size: Semi Double (48" X 75"), Thickness: 4"/15 Pcs Matress Size: Queen (60" X 75") Thickness: 4"/15 Pcs Pillow: Size: Standard (20" X 26")/10 Sets Bed Linen Set Of 3pcs, 1-bed Sheet Size (48" X 75"), 2-pillow Case (20" X 26")/2 Sets Bed Linen Set Of 3pcs: 1-bed Sheet Size (60" X 75"), 2-pillow Case (20" X 26")/6 Unit Electric Fan: Color: Black, Electric Fan Design: Floor Fan, Power Source: Corded Electric Style: 3-speed Ac Motor Fan, Product Dimensions: 15.75"d X 17.72"w X 53.15"h, Room Type: Bedroom, Special Feature: Oscillating, Adjustable Height, Adjustable Tilt,wattage: 60 Watt/4 Unit Industrial Ceiling Fan: Product Material: Cast Aluminum Casing, Product Specifications: 2000mm, Operating Voltage: 220v, Wind Speed: 5th Gear, Number Of Fan Product Color: Black, White, Product Power: 165w, Blades: 6 Blades/150 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: White/15 Pcs Solid Top Round Table: Material: Plastic, Color: White, Size(cm): 115 X 74 X 4.5, Foldable Legs,diameter: 45″, 6 To 8 Seater Capacity 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 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 Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. 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 Wilson G. Baliwas. 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: 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. No Additional Incidental Service Requirements. 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: 1. 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 2. 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 Costs Thereof Are 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. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Three(3) 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 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Livelihood Supplies And Materials If It Follows The Technical Specification Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item No. Quantity Item Description Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work 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.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (k) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (m) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2024 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2024. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] 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 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(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 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 Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2024 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2024 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2024. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said 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, (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 Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. 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/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sugn 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: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2024.
Closing Date30 Jan 2025
Tender AmountPHP 3.4 Million (USD 58.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c26225q0271 Is Issued As A Request For Quotation (rfq).
(iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular.
(iv) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics
Code 339112 Having A Size Standard Of 1000 Employees. This Solicitation Is For A Brand Name Or Equal.
formatting:
all Solicitations Shall Include The Following Statement:
691 - 36c26225q0271 Versa Table
quotes Shall Provide The Following Information.
quotes Received Without This Information Will Be Marked As Non-responsive.
your Quote Should Include The Standard Delivery Cost For Shipment Of The All The Items And Any Installation As All Inclusive (if Required).
quotes Shall Be Submitted On Company Letterhead As A Single Document.
no Other Documents Or Information Shall Be Attached To The Quote.
company
name:
address:
phone Number:
point Of Contact:
name:
email:
phone Number:
sam Unique Entity Id
if Applicable, Provide Your Company Fss Contract Number
company Business Size (large, Sdvosb, Small, Etc.)
firm Delivery Date/time Frame.
separate Documents (required)
provide An Authorized Distributor/reseller Letter For The Items
submit Your Capabilities Statement
(v) Product Information:
brand Name Information:
manufacturer & Part Number: Ultrascan Versa Table - 8000_uv, 8000 Ultrascan
type: Ultrasound Table
possible Capabilities: Ultrasound Table
equal To Product Information:
main Component: Versa Table
possible Capabilities: Ultrasound Table
brand Name Items Are Listed Solely For A Comparison For The Brand Name Or Equal Purchase Request.
095 1 Ultrascan Versa Table; Includes 3 Ea
Product Id - 8000_uv, 8000 Ultrascan
Versa Individual Locking Caster Base.
15604 2 Iv Pole And Brackets 3 Ea
15819 3 Removable Safety Handrails With
Hideaway Brackets 3 Ea
Total Cost: $
(vi) The Us Government, Veterans Affairs (va) Seeks To Make A Procurement For 3 Ea Versa Tables Including Delivery.
offeror Quotations Must Demonstrate Meeting The Salient Physical, Functional, Or Performance Characteristics Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per
far 52.211-6.
the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Or Equal To Supplies Being Requested.
statement Of Work
1. Background. The Va Phoenix Healthcare System Has A Requirement To Acquire
3 Ea Versa Tables Including Delivery.
2. Scope. The Vendor Is To Deliver All Items As Required Per This Solicitation.
3. Place Of Delivery
department Of Veterans Affairs
va Phoenix Healthcare System
650 East Indian School Road
receiving Warehouse
phoenix, Az 85012-1839
4. Period Of Performance/delivery Timeframe
deliver All Items On Or Before 90 Days Aro.
salient Characteristics
shall Have A Locking And Fully Adjustable Back And Ottoman Recline Position.
shall Have An Adjustable Flip-up Arm Rests On Both Sides.
shall Be Compatible With Golvo Patient Lifts.
must Have Centrally Located Wheel Lock And Steer Component.
shall Have Non-porous Vinyl Cffa-healthcare-201: Certified Fabric.
shall Have A Side Hood And/or A Pole Accessory
seat Height Must Be Between 17-19 Inches.
(viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation.
far 52.212-1 Addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than 01/03/2025, 4:00 Pm Pst. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late, Marked As Non-responsive And Will Not Be Considered For Award. All Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than 12/31/2024, 4:00 Pm Pst.
Offers And Questions Shall Be Sent By Email To John Harrison At John.harrison2@va.gov
(ix) The Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Applies To This Solicitation.
far 52.212-2 Addendum / Replacement:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
technical Acceptability Shall Be Established By Review Of Each Submitted Quote,
attachments, And/or Information By The Designated Technical Evaluator/s And Verification That Any Brand Name Or Equal To Items" At A Minimum Meet The Salient Characteristics Outlined In Section Salient Characteristics Of This Solicitation. No Other Rating Or Quantitative Value Other Than Acceptable Or Unacceptable Will Be Assigned.
award Will Be Made To The Offer That Meets All Minimum Requirements And Provides The Lowest Price.
acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Statement Of Work/salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to Items Meet Statement Of Work/ Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information.
far 52.211-6 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)
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
(x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Items, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
authorized Distributor Letter (adl)
any Suppliers, Distributors And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Supplies By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award.
if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All Of The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer.
52.212-4 Contract Terms And Conditions Commercial Items (oct 2018)
(a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights
(1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And
(2) Before Any Substantial Change Occurs In The Condition Of The Item Unless The Change Is Due To The Defect In The Item.
(b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract.
(c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties.
(d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Far 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract.
(e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference.
(f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence.
(g) Invoice.
(1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include
(i) Name And Address Of The Contractor;
(ii) Invoice Date And Number;
(iii) Contract Number, Line-item Number And, If Applicable, The Order Number;
(iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered;
(v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading;
(vi) Terms Of Any Discount For Prompt Payment Offered;
(vii) Name And Address Of Official To Whom Payment Is To Be Sent;
(viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And
(ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract.
(x) Electronic Funds Transfer (eft) Banking Information.
(a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract.
(b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures.
(c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft.
(2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315.
(h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings.
(i) Payment.
(1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract.
(2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315.
(3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause.
(4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made.
(5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall
(i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The
(a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment);
(b) Affected Contract Number And Delivery Order Number, If Applicable;
(c) Affected Line Item Or Subline Item, If Applicable; And
(d) Contractor Point Of Contact.
(ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer.
(6) Interest.
(i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid.
(ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract.
(iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If
(a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days;
(b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or
(c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2).
(iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment.
(v) Amounts Shall Be Due At The Earliest Of The Following Dates:
(a) The Date Fixed Under This Contract.
(b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination.
(vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On
(a) The Date On Which The Designated Office Receives Payment From The Contractor;
(b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or
(c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor.
(vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In 32.608-2 Of The Federal Acquisition Regulation In Effect On The Date Of This Contract.
(j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon:
(1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or
(2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination.
(k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties.
(l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided.
(m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience.
(n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession.
(o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract.
(p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items.
(q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract.
(r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 2409 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity.
(s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order:
(1) The Schedule Of Supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause;
(3) The Clause At 52.212-5.
(4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software.
(5) Solicitation Provisions If This Is A Solicitation.
(6) Other Paragraphs Of This Clause.
(7) The Standard Form 1449.
(8) Other Documents, Exhibits, And Attachments
(9) The Specification.
(t) [reserved]
(u) Unauthorized Obligations.
(1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern:
(i) Any Such Clause Is Unenforceable Against The Government.
(ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause.
(iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement.
(2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures.
(v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract.
(end Of Clause)
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (jun 2020)
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)).
(b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
[] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402).
[] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509).
[] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
[] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note).
[] (5) [reserved]
[] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (jun 2020) (31 U.s.c. 6101 Note).
[] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
[] (10) [reserved]
[] (11)(i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (mar 2020) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-3.
[x] (12)(i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-4.
[] (13) [reserved]
[] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020).
[] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020) Of 52.219-7.
[] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)).
[] (17)(i) 52.219 9, Small Business Subcontracting Plan (jun 2020) (15 U.s.c. 637(d)(4)).
[] (ii) Alternate I (nov 2016) Of 52.219-9.
[] (iii) Alternate Ii (nov 2016) Of 52.219-9.
[] (iv) Alternate Iii (jun 2020) Of 52.219 9.
[] (v) Alternate Iv (jun 2020) Of 52.219 9.
[] (18) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
[] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)).
[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (jan 1999) (15 U.s.c. 637(d)(4)(f)(i)).
[] (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (mar 2020) (15 U.s.c. 657f).
[] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (mar 2020) (15 U.s.c 632(a)(2)).
[] (ii) Alternate I (mar 2020) Of 52.219-28.
[] (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns (mar 2020) (15 U.s.c. 637(m)).
[] (24) 52.219-30, Notice Of Set-aside For, Or Sole Source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (mar 2020) (15 U.s.c. 637(m)).
[] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
[] (26) 52.219-33, Nonmanufacturer Rule (mar 2020) (15 U.s.c. 637(a)(17))
[] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755).
[] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (jan 2020) (e.o. 13126).
[] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
[] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
[] (ii) Alternate I (feb 1999) Of 52.222-26.
[] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
[] (ii) Alternate I (july 2014) Of 52.222-35.
[] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
[] (ii) Alternate I (july 2014) Of 52.222-36.
[] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
[] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
[x] (35)(i) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627).
[] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
[] (36) 52.222-54, Employment Eligibility Verification (oct 2015). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Items As Prescribed In 22.1803.)
[] (37)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
[] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
[] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693).
[] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693).
[] (40)(i) 52.223-13, Acquisition Of Epeatâ®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514).
[] (ii) Alternate I (oct 2015) Of 52.223-13.
[] (41)(i) 52.223-14, Acquisition Of Epeatâ®-registered Televisions (jun 2014) (e.o.s 13423 And 13514).
[] (ii) Alternate I (jun 2014) Of 52.223-14.
[] (42) 52.223-15, Energy Efficiency In Energy-consuming Products (dec 2007)(42 U.s.c. 8259b).
[] (43)(i) 52.223-16, Acquisition Of Epeatâ®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514).
[] (ii) Alternate I (jun 2014) Of 52.223-16.
[x] (44) 52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513).
[] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693).
[] (46) 52.223-21, Foams (jun 2016) (e.o. 13693).
[] (47) (i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
[] (ii) Alternate I (jan 2017) Of 52.224-3.
[] (48) 52.225-1, Buy American Supplies (may 2014) (41 U.s.c. Chapter 83).
[] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (may 2014) (41 U.s.c. Chapter 83, 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
[] (ii) Alternate I (may 2014) Of 52.225-3.
[] (iii) Alternate Ii (may 2014) Of 52.225-3.
[] (iv) Alternate Iii (may 2014) Of 52.225-3.
[] (50) 52.225 5, Trade Agreements (oct 2019) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
[x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
[] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note).
[] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150).
[] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150).
[x] (55) 52.229 12, Tax On Certain Foreign Procurements (jun 2020).
[] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[] (57) 52.232-30, Installment Payments For Commercial Items (jan 2017) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332).
[] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
[] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
[] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
[] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)).
[] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631).
[] (ii) Alternate I (apr 2003) Of 52.247-64.
[] (iii) Alternate Ii (feb 2006) Of 52.247-64.
(c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
[] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
[] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67).
[] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67).
[] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67).
[] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
[] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706).
[] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792).
(d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation.
(1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract.
(2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved.
(3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Items. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause
(i) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509).
(ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(v) 52.219 8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities.
(vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
(vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
(viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
(xi) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
(xiii)(a) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627).
(b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
(xiv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67).
(xv) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67).
(xvi) 52.222-54, Employment Eligibility Verification (oct 2015) (e. O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706).
(xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xx) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note).
(xxi) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6.
(xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64.
(2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
(xxiii) In Addition, The Following Clauses Shall Also Apply:
52.211-6 Brand Name Or Equal (aug 1999)
(a) If An Item In This Solicitation 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 Products Must Meet Are Specified In The Solicitation.
(b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must
(1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By
(i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
(c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Clause)
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 Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
(end Of Clause)
852.212-72 - Gray Market And Counterfeit Items (mar 2020)
(a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory.
(b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics.
(c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions.
(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):
http://www.acquisition.gov/comp/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar)
(end Of Clause)
in Addition, The Following Clauses And Provisions Shall Also Apply:
52.232-18
availability Of Funds
(apr 1984)
52.233-1
disputes
(may 2014)
52.233-3
protest After Award
(aug 1996)
852.203-70
commercial Advertising
(jan 2008)
852.232-72
electronic Submission Of Payment Requests
(nov 2012)
52.204-7
system For Award Management
(oct 2018)
52.204-16
commercial And Government Entity Code Reporting
(oct 2016)
52.209-7
information Regarding Responsibility Matters
(oct 2018)
52.233-2
service Of Protest
(sept 2006)
852.233-70
protest Content/alternative Dispute Resolution
(oct 2018)
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
(jan 2008)
852.237-70
contractor Responsibilities
apr 1984
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors
jul 2016
Closing Date4 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Furnitures and Fixtures
United States
Details: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c26225q0424 Is Issued As A Request For Quotation (rfq).
(iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular.
(iv) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics
Code 339112 Having A Size Standard Of 1000 Employees. This Solicitation Is For A Brand Name Or Equal.
formatting:
all Solicitations Shall Include The Following Statement:
691 - 36c26225q0424 Evac Chair
quotes Shall Provide The Following Information.
quotes Received Without This Information Will Be Marked As Non-responsive.
your Quote Should Include The Standard Delivery Cost For Shipment Of The All The Items And Any Installation As All Inclusive (if Required).
quotes Shall Be Submitted On Company Letterhead As A Single Document.
no Other Documents Or Information Shall Be Attached To The Quote.
company
name:
address:
phone Number:
point Of Contact:
name:
email:
phone Number:
sam Unique Entity Id
if Applicable, Provide Your Company Fss Contract Number
company Business Size (large, Sdvosb, Small, Etc.)
firm Delivery Date/time Frame.
separate Documents (required)
provide An Authorized Distributor/reseller Letter For The Items
submit Your Capabilities Statement
(v) Product Information:
brand Name Information:
brand Name Information:
manufacturer & Part Number: 1. Stryker 6257 Expedition High Evacuation Chair.
type: Evacuation Chair 2. Trade-in Evacusafe Chair
possible Capabilities: Evacuation Chair
equal To Product Information:
main Component: Evacuation Chair
possible Capabilities: Evacuation Chair
brand Name Items Are Listed Solely For A Comparison For The Brand Name Or Equal Purchase Request.
625705550002 1 6257 Xpedition High (discounted Price 6 Ea
with Trade In)
tr-evsf-sec 2 Trade-in Evacusafe Chair (evacusafe) 6 Ea
towards Purchase Of Stryker Evac Chair
total Cost_______________
(vi) The Us Government, Veterans Affairs (va) Seeks To Make A Procurement For 6 Ea Evac Chairs Including Delivery.
offeror Quotations Must Demonstrate Meeting The Salient Physical, Functional, Or Performance Characteristics Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per
far 52.211-6.
the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Or Equal To Supplies Being Requested.
statement Of Work
1. Background. The Va Long Beach Healthcare System Has A Requirement To Acquire
6 Ea Evac Chairs Including Delivery.
2. Scope. The Vendor Is To Deliver All Items As Required Per This Solicitation.
3. Place Of Delivery
department Of Veterans Affairs
va Long Beach Healthcare System
5901 E 7th Street
warehouse Building 149
long Beach, Ca 90822
4. Period Of Performance/delivery Timeframe
deliver All Items On Or Before 90 Days Aro.
salient Characteristics
chair Must Be Able To Hold 500 Pounds Going Up And Down Stairs.
chair Must Have Tracks Able To Descend Stairs And Resist Acceleration While Under
Full Capacity.
chair Must Have Handles Behind Patient And Extendable Handles At Patient S Feet
to Allow 2 Or More People To Help With Evacuation.
chair Must Have Safety Straps To Hold Patient On Chair.
chair Must Keep Patients In Safe, Comfortable Sitting Position When Rolling On A
flat Floor Or When Ascending Or Descending Stairs.
chair Seat Must Be At A Height Similar To Or Slightly Lower Than Wheelchair Height
To Allow Easy Self-transfer From A Wheelchair.
chair Must Come With A 7 Year Warranty.
chair Must Provide Clear And Easy To Read Instructions Attached To The Uni
(viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation.
far 52.212-1 Addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than 02/06/2025, 4:00 Pm Pst. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late, Marked As Non-responsive And Will Not Be Considered For Award. All Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than 02/04/2025, 4:00 Pm Pst.
Offers And Questions Shall Be Sent By Email To John Harrison At John.harrison2@va.gov
(ix) The Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Applies To This Solicitation.
far 52.212-2 Addendum / Replacement:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
technical Acceptability Shall Be Established By Review Of Each Submitted Quote,
attachments, And/or Information By The Designated Technical Evaluator/s And Verification That Any Brand Name Or Equal To Items" At A Minimum Meet The Salient Characteristics Outlined In Section Salient Characteristics Of This Solicitation. No Other Rating Or Quantitative Value Other Than Acceptable Or Unacceptable Will Be Assigned.
award Will Be Made To The Offer That Meets All Minimum Requirements And Provides The Lowest Price.
acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Statement Of Work/salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to Items Meet Statement Of Work/ Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information.
far 52.211-6 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)
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
(x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Items, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
authorized Distributor Letter (adl)
any Suppliers, Distributors And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Supplies By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award.
if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All Of The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer.
52.212-4 Contract Terms And Conditions Commercial Items (oct 2018)
(a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights
(1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And
(2) Before Any Substantial Change Occurs In The Condition Of The Item Unless The Change Is Due To The Defect In The Item.
(b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract.
(c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties.
(d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Far 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract.
(e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference.
(f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence.
(g) Invoice.
(1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include
(i) Name And Address Of The Contractor;
(ii) Invoice Date And Number;
(iii) Contract Number, Line-item Number And, If Applicable, The Order Number;
(iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered;
(v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading;
(vi) Terms Of Any Discount For Prompt Payment Offered;
(vii) Name And Address Of Official To Whom Payment Is To Be Sent;
(viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And
(ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract.
(x) Electronic Funds Transfer (eft) Banking Information.
(a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract.
(b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures.
(c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft.
(2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315.
(h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings.
(i) Payment.
(1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract.
(2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315.
(3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause.
(4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made.
(5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall
(i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The
(a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment);
(b) Affected Contract Number And Delivery Order Number, If Applicable;
(c) Affected Line Item Or Subline Item, If Applicable; And
(d) Contractor Point Of Contact.
(ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer.
(6) Interest.
(i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid.
(ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract.
(iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If
(a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days;
(b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or
(c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2).
(iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment.
(v) Amounts Shall Be Due At The Earliest Of The Following Dates:
(a) The Date Fixed Under This Contract.
(b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination.
(vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On
(a) The Date On Which The Designated Office Receives Payment From The Contractor;
(b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or
(c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor.
(vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In 32.608-2 Of The Federal Acquisition Regulation In Effect On The Date Of This Contract.
(j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon:
(1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or
(2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination.
(k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties.
(l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided.
(m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience.
(n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession.
(o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract.
(p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items.
(q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract.
(r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 2409 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity.
(s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order:
(1) The Schedule Of Supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause;
(3) The Clause At 52.212-5.
(4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software.
(5) Solicitation Provisions If This Is A Solicitation.
(6) Other Paragraphs Of This Clause.
(7) The Standard Form 1449.
(8) Other Documents, Exhibits, And Attachments
(9) The Specification.
(t) [reserved]
(u) Unauthorized Obligations.
(1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern:
(i) Any Such Clause Is Unenforceable Against The Government.
(ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause.
(iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement.
(2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures.
(v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract.
(end Of Clause)
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (jun 2020)
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)).
(b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
[] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402).
[] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509).
[] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
[] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note).
[] (5) [reserved]
[] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (jun 2020) (31 U.s.c. 6101 Note).
[] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
[] (10) [reserved]
[] (11)(i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (mar 2020) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-3.
[x] (12)(i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-4.
[] (13) [reserved]
[] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020).
[] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020) Of 52.219-7.
[] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)).
[] (17)(i) 52.219 9, Small Business Subcontracting Plan (jun 2020) (15 U.s.c. 637(d)(4)).
[] (ii) Alternate I (nov 2016) Of 52.219-9.
[] (iii) Alternate Ii (nov 2016) Of 52.219-9.
[] (iv) Alternate Iii (jun 2020) Of 52.219 9.
[] (v) Alternate Iv (jun 2020) Of 52.219 9.
[] (18) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
[] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)).
[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (jan 1999) (15 U.s.c. 637(d)(4)(f)(i)).
[] (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (mar 2020) (15 U.s.c. 657f).
[] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (mar 2020) (15 U.s.c 632(a)(2)).
[] (ii) Alternate I (mar 2020) Of 52.219-28.
[] (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns (mar 2020) (15 U.s.c. 637(m)).
[] (24) 52.219-30, Notice Of Set-aside For, Or Sole Source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (mar 2020) (15 U.s.c. 637(m)).
[] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
[] (26) 52.219-33, Nonmanufacturer Rule (mar 2020) (15 U.s.c. 637(a)(17))
[] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755).
[] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (jan 2020) (e.o. 13126).
[] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
[] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
[] (ii) Alternate I (feb 1999) Of 52.222-26.
[] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
[] (ii) Alternate I (july 2014) Of 52.222-35.
[] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
[] (ii) Alternate I (july 2014) Of 52.222-36.
[] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
[] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
[x] (35)(i) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627).
[] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
[] (36) 52.222-54, Employment Eligibility Verification (oct 2015). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Items As Prescribed In 22.1803.)
[] (37)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
[] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
[] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693).
[] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693).
[] (40)(i) 52.223-13, Acquisition Of Epeatâ®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514).
[] (ii) Alternate I (oct 2015) Of 52.223-13.
[] (41)(i) 52.223-14, Acquisition Of Epeatâ®-registered Televisions (jun 2014) (e.o.s 13423 And 13514).
[] (ii) Alternate I (jun 2014) Of 52.223-14.
[] (42) 52.223-15, Energy Efficiency In Energy-consuming Products (dec 2007)(42 U.s.c. 8259b).
[] (43)(i) 52.223-16, Acquisition Of Epeatâ®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514).
[] (ii) Alternate I (jun 2014) Of 52.223-16.
[x] (44) 52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513).
[] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693).
[] (46) 52.223-21, Foams (jun 2016) (e.o. 13693).
[] (47) (i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
[] (ii) Alternate I (jan 2017) Of 52.224-3.
[] (48) 52.225-1, Buy American Supplies (may 2014) (41 U.s.c. Chapter 83).
[] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (may 2014) (41 U.s.c. Chapter 83, 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
[] (ii) Alternate I (may 2014) Of 52.225-3.
[] (iii) Alternate Ii (may 2014) Of 52.225-3.
[] (iv) Alternate Iii (may 2014) Of 52.225-3.
[] (50) 52.225 5, Trade Agreements (oct 2019) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
[x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
[] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note).
[] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150).
[] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150).
[x] (55) 52.229 12, Tax On Certain Foreign Procurements (jun 2020).
[] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[] (57) 52.232-30, Installment Payments For Commercial Items (jan 2017) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332).
[] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
[] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
[] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
[] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)).
[] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631).
[] (ii) Alternate I (apr 2003) Of 52.247-64.
[] (iii) Alternate Ii (feb 2006) Of 52.247-64.
(c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
[] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
[] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67).
[] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67).
[] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67).
[] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
[] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706).
[] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792).
(d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation.
(1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract.
(2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved.
(3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Items. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause
(i) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509).
(ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(v) 52.219 8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities.
(vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
(vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
(viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
(xi) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
(xiii)(a) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627).
(b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
(xiv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67).
(xv) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67).
(xvi) 52.222-54, Employment Eligibility Verification (oct 2015) (e. O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706).
(xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xx) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note).
(xxi) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6.
(xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64.
(2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
(xxiii) In Addition, The Following Clauses Shall Also Apply:
52.211-6 Brand Name Or Equal (aug 1999)
(a) If An Item In This Solicitation 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 Products Must Meet Are Specified In The Solicitation.
(b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must
(1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By
(i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
(c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Clause)
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 Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
(end Of Clause)
852.212-72 - Gray Market And Counterfeit Items (mar 2020)
(a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory.
(b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics.
(c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions.
(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):
http://www.acquisition.gov/comp/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar)
(end Of Clause)
in Addition, The Following Clauses And Provisions Shall Also Apply:
52.232-18
availability Of Funds
(apr 1984)
52.233-1
disputes
(may 2014)
52.233-3
protest After Award
(aug 1996)
852.203-70
commercial Advertising
(jan 2008)
852.232-72
electronic Submission Of Payment Requests
(nov 2012)
52.204-7
system For Award Management
(oct 2018)
52.204-16
commercial And Government Entity Code Reporting
(oct 2016)
52.209-7
information Regarding Responsibility Matters
(oct 2018)
52.233-2
service Of Protest
(sept 2006)
852.233-70
protest Content/alternative Dispute Resolution
(oct 2018)
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
(jan 2008)
852.237-70
contractor Responsibilities
apr 1984
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors
jul 2016
Closing Date7 Feb 2025
Tender AmountRefer Documents
6201-6210 of 6219 archived Tenders