Architect Tenders
Department Of Energy Tender
Others
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents
Details: Purpose Of Rfp princeton Plasma Physics Laboratory (pppl) Invites The Submittal Of Responses To This Request For Proposals (rfp) From Qualified Firms In Providing Combination Of Landscaping Design-build & Maintenance Services As Herein Outlined. project Background pppl Is Seeking To Create A Landscape Beautification Plan To Enhance And Modernize The Landscaping Of The Laboratory Grounds In Princeton, Nj, Pppl Sits Upon 90.7 Acres In Princeton, Nj, Located On New Jersey Route 1. objectives pppl Proposes To Retain A Highly Qualified, Capable Firm To Provide And Deliver Landscape Design/build And Landscape Maintenance Projects. Pppl Requests Qualifications From Architects, Engineers, Or Combination Thereof In Providing Design-build Landscape Projects. pppl Will Give Prime Consideration To Firm(s) With Significant, Current Experience In The Development Of Landscape Design, Landscape Installation And Landscape Maintenance. Pppl Reserves The Right To Negotiate With One Or More Parties And Is Not Obligated To Enter Into A Contract With More Than One Respondent. scope Of Work the Selected Firm(s) Will Be Required To Perform Basic Design-build And Landscape Maintenance Services To Be Specified More Fully In Individual Task Orders That Will Include Specific Individual Work Scopes To Be Negotiated After Selection. pppl May Invite Several Firms To Be Interviewed Prior To Making A Final Decision For This Project. If Pppl Desires To Interview A Firm, The Firm Will Be Notified Of The Date And Time Of The Interview. the Selected Respondent Will Negotiate With Pppl On The Fee And Current Conditions. If, In The Opinion Of Pppl, A Reasonable Fee Cannot Be Achieved With The Respondents Of Choice Negotiations Will Proceed With The Second Choice Respondent Until A Mutually Agreed-upon Contract Can Be Negotiated. submittal Requirements interested Parties Shall Submit The Following Items: firm Profile Including Staff Size And Rate Structure statement Of Experience With Similar Projects Including Information On Completed Similar Projects narrative On Management And Organizational Approach To Design/build Projects Including The Following: description Of How The Firm Will Organize The Performance Of Landscaping Services description Of Firms Approach To Communicate With Pppl three (3) References To Assist Pppl In Determining The Firm’s Capability To Complete The Project a Bond Ability Statement an Hourly (fully Loaded) Fee And Maintenance Labor Rate Structure a List Of Equipment Commonly Utilized To Perform Requisite Services a List Of Rental Equipment (if Any) Utilized To Perform Requisite Services evaluation Criteria the Criteria Used To Evaluate The Rfp Will Include, But Are Not Limited To, The Following (items Are Not Listed In Order Of Importance): qualifications Of Firm, Specifically As They Relate To The Scope Of Work Of This Project firm Experience On Similar Projects And Related Project Experience Of The Individuals Who Would Be Assigned To The Project. Available Resources To Complete Project, Including Analytical, Design Tools, Personnel, Resources, Or Methodologies Commonly Used By The Firm That May Be Applicable To The Project Categories: professional References landscape Design Certification oral Presentation (to Include Zoom Powerpoint Presentation (including Photos Of Past Projects) Cost Proposal Additional Instructions no Gratuities: Respondents Will Not Offer Any Gratuities, Favors Or Anything Of Monetary Value To Any Official Or Employee Of Pppl For Purpose Of Influencing This Selection. Any Attempt By A Respondent To Influence The Selection Process By Any Means, Other Than Disclosure Of Qualifications And Credentials Through The Proper Channels, Will Be Grounds For Exclusion From The Selection Process by Submitting A Response, Respondents Represent And Warrant To Pppl That All Information Provided In The Response Submitted Shall Be True, Correct And Complete. Respondents Who Provide False, Misleading, Or Incomplete Information, Whether Intentional Or Not, In Any Of The Documents Presented To Pppl For Consideration In The Selection Process May Be Excluded interviews: After The Initial Evaluation Of The Statements Of Qualifications, Respondents Will Be Notified Of Their Status In The Selection Process. If The Interviews Are Initiated, They Will Focus Not Only On The Respondent’s Program Approach But Also On An Appraisal Of The Design Professionals Who Would Be Directly Involved In The Project. inquiries: All Inquiries Should Be Directed To Jimmy Russell, Sr. Subcontract Administrator; Jrussell@pppl.gov (609) 243-3963 cost Of Responses: Pppl Will Not Be Responsible For Any Costs Incurred By Anyone In The Submittal Of Responses contract Negotiations: This Rfp Is Not To Be Construed As A Contract Or A Commitment Of Any Kind. If This Rfp Results In A Contract Offer By Pppl, The Specific Scope Of Work, Associated Fees, And Other Contractual Matters Will Be Determined During Contract obligation: Pppl Reserves The Right To Reject Any And All Proposalsprofessional Liability Insurance: The Respondent Shall Be Licensed And Bonded And The Appropriate Liability Insurance As Required By The State Of New Jersey And Show Proof With Submittal respondents Must Consider And Follow Both The Service Contract Act (for Maintenance) And The Davis Bacon Prevailing Wage Act (for Installation Construction). Additionally, The Contractor And Its Subcontractors Shall Be Required To Comply With The Act When Performing Work In Connection With Any Design-build Task Orders. The Act Requires Contractors And Subcontractors To Pay Laborers, Workers And Mechanics Performing Services On Public Works Projects No Less Than The Current “prevailing Rate Of Wages” (hourly Cash Wages Plus Amount For Fringe Benefits) In The County Where Such Work Is Performed. The Federal Government Publishes The Prevailing Wage Rates, Including Those For Middlesex County, Nj On Its Website (accessible At Https://sam.gov/wage-determinations) The Department Revises The Prevailing Wage Rates From Time To Time. The Contractor, And Each Subcontractor Performing Work In Furtherance Of This Contract, Has An Obligation To Check The Department’s Website For Revisions To Prevailing Wage Rates For Middlesex County. For Information Regarding Current Prevailing Wage Rates, The Contractor Shall Refer To The Sam.gov Website. The Contractor And All Subcontractors Performing Work Under Any Subsequent Contract Must Comply With All Requirements Of The Act, Including But Not Limited To All Wage, Notice, Record-keeping And Reporting Requirements. If Requested By Pppl, The Contractor Shall Also Submit Certified Payroll Documentation To Pppl For All Work Performed By The Contractor Or Any Subcontractor In Connection With The Contract. contractors Submitting Proposals Should Review The Attached Sample Contractor Service Agreement Before Responding To The Rfp Proposal Enclosed Herein. The Terms Of The Agreement Including Insurance And Bonding Requirements Have Been Mandated By Pppl. Your Response To The Rfp Must Indicate If You Unwilling Or Unable To Execute Any Procurement Agreement As Drafted As Well As Providing For These Requirements. Pppl Will Consider This In Determining Responsiveness To The Rfp submittal Instructions One Electronic Copy Of The Proposal Sent To Jrussell@pppl.gov, Must Be Submitted Before 4 Pm On March 12, 2025. Faxes Will Not Be Accepted. Please Include A Reference To The Rfp In The Email Subject Block Of The Proposal: “proposal For Landscape Design-build-maintenance, Rfp 25-0633
Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz With RCC Tender
Civil And Construction...+2Others, Construction Material
Kyrgyzstan
Closing Date6 Feb 2025
Tender AmountKGS 180.9 K (USD 2 K)
Purchaser Name: Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz | Gasoline AI 92
Offizielle Bezeichnung Tender
Others...+3Civil And Construction, Consultancy Services, Civil And Architectural Services
Germany
Closing Date19 Feb 2025
Tender AmountRefer Documents
Description: Contract notice – general guideline, standard rule negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Justus-von-Liebig-Schule, Wiesbaden; Sustainability certification according to the sustainable construction assessment system - BNB (BNB coordinator) Justus-von-Liebig-Schule, Wiesbaden; Sustainability certification ... Morejustus-von-Liebig-Schule, Wiesbaden; Sustainability certification according to the sustainable construction assessment system - BNB (BNB coordinator) Justus-von-Liebig-Schule, Wiesbaden; Sustainability certification according to the sustainable construction assessment system - BNB (BNB coordinator) Justus-von-Liebig-Schule, Wiesbaden; Sustainability certification according to the Sustainable Construction Assessment System - BNB (BNB coordinator) Initial situation The Justus-von-Liebig-School, currently the only primary school, is a 5-stream primary school in Wiesbaden-Erbenheim. Due to the densification caused by residential development in Wiesbaden, in particular by the new Erbenheim-Süd development area, the Justus-von-Liebig-School is growing and will have 6 streams in the future. This will result in an additional space requirement of 4 classrooms, 2 differentiation rooms and 1 care room and other supplementary areas. It was previously checked whether the additional rooms could be reflected in the existing building. However, it was determined that the additional space requirement cannot be reflected in the existing building and additional rooms must be created. Since these implementations will not be feasible by 2024, the school will, in consultation, temporarily reflect its resulting space requirement in the existing building. This temporary organizational solution is not sustainable for the school in the long term. One special feature to mention is that the volunteer fire department based on the property is to move out in the future. The buildings could therefore probably be vacated in seven years. Since the need for school space arises earlier, the option of reusing the space or demolishing and rebuilding the school areas on the site of the volunteer fire department would not be available in time. Further information can be found in the task description. Subject of the service to be commissioned The services advertised include the services necessary to achieve a very good level of fulfillment (silver-75%). This includes the coordination, moderation, testing and documentation of the services of all those technically involved in the project. The services to be offered include advising the client, architects and specialist engineers, certification services in the planning and construction phases as well as after completion and evaluation, participation in regular planning meetings and individual coordination with the engineering offices in accordance with the BNB sustainability coordinator service profile (see attachment). In addition, the program "Sustainable Construction Mission Statement for the State Capital Wiesbaden" (see attachment) based on the BNB must be observed. Resolution No. 0368 of September 28, 2023 of the City Council (stvv) (see attachment). The mission statement defines additional requirements based on the BNB parameters. Funding management for federal, state and local funding (grants and loan programs), advice to the client, funding calculation, preparation of funding applications and submission to the client. Preparation of proof of use and submission to the client. Cost framework (net manufacturing costs) According to cost framework as of: January 7, 2025 Cost group 300: €1,146,600 Cost group 400: €468,457 Cost group 500: €145,521 For optional services that may be required but are not included in the scope of work, the corresponding hourly fees must be stated in the offer. These are to be broken down as follows: - Office owner - Project manager - Other employees The billing of additional costs is to be stated as a percentage of the net fee. Options A step-by-step service call-up (options) will take place, subject to the committee resolutions on the further implementation of the project and the decision of the Ag in the further course of the project: Stage I: Service levels 1 - 3, component catalogue 1.1, material and product register 2.1, further services in connection with materials, building products, building materials etc. within the scope of service level 3, life cycle assessment 4.1 - 4.4 Calculation of life cycle costs 5.1 - 5.4 Creation of concepts 7.1 - 7.9 Other miscellaneous services 8.1 - 8.3.1 Stage II: Service level 4, component catalogue 1.2, material and product register 2.2, life cycle assessment 4.5 Calculation of life cycle costs 5.5 - 5.6 Stage III: Service levels 5 + 6, component catalogue 1.3 + 1.4, material and product register 2.3 - 2.4, further services in connection with Materials, construction products, building materials etc. within the scope of service level 6, life cycle assessment 4.6 Calculation of life cycle costs 5.7 Implementation, evaluation and assessment of measurements 6.1 Other miscellaneous services 8.3.2 The contractor has no right to request individual and/or all stages and cannot derive any further claims (e.g. for damages or fee increases) from non-request. Project dates: Start of service provision: Approx. March 2025 / Immediately after award of contract Completion of service phase 5: Approx. June 2026 (= approval period Dec. 2025 - June 2026) Start of Lph 6-7: Approx. April 2026 Completion of Lph 6-7: Approx. September 2026 Start of construction: Approx. September 2026 Ready for occupancy: Approx. December 2027 (completion by 31.12.27 required for funding conditions)
Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz With RCC Tender
Others
Kyrgyzstan
Closing Date10 Jan 2025
Tender AmountKGS 1.9 Million (USD 22.8 K)
Purchaser Name: Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz | Purchasing a Passenger Car
Municipality Of Mankayan, Benguet Tender
Civil And Construction...+4Building Construction, Construction Material, Consultancy Services, Civil And Architectural Services
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 270 K (USD 4.6 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Province Of Benguet Municipality Of Mankayan Project Name : Geotechnical Investigation (soil Testing, Exploration, Etc.) At Barangay Poblacion Location : Mankayan, Benguet (various Barangays) Contract Duration : 30 Calendar Days Approved Budget For The Contract (abc) : Php 270,000.00 Source Of Fund : Saip No. 06 Mode Of Procurement : Public Bidding Terms Of Reference Geotechnical Investigation (soil Testing, Exploration, Etc.) (various Site Location) I. Introduction A. Background The Local Government Unit Of Mankayan Is Embarking On The Implementation Of Multiple Vertical Infrastructure Projects, Including Public Buildings, Healthcare Facilities, And Commercial Centers. These Projects Are Integral To Supporting Community Development, Improving Public Services, And Promoting Economic Growth Within The Municipality. Given The Diverse Nature Of These Projects, It Is Crucial To Guarantee That The Proposed Structures Are Designed And Constructed To Meet Safety, Durability, And Sustainability Standards. The Success Of These Projects Relies Heavily On The Stability And Suitability Of The Underlying Soil And Subsurface Conditions. As Such, A Comprehensive Geotechnical Investigation Is Essential To Provide The Data And Analysis Necessary For Informed Decision-making During The Design And Construction Phases. The Geotechnical Investigation Aims To Evaluate The Physical, Chemical, And Mechanical Properties Of The Subsurface Materials At Each Project Site. This Assessment Will Identify Potential Geotechnical Challenges, Such As Soil Instability, Low Bearing Capacity, High Groundwater Tables, Or The Presence Of Expansive Or Liquefiable Soils, Which Could Impact The Structural Integrity Of The Proposed Buildings. Furthermore, The Investigation Will Ensure Compliance With Local Building Codes And Regulatory Requirements While Optimizing Design Solutions To Balance Safety, Performance, And Cost-efficiency. B. Objectives 1. To Determine The Soil Bearing Capacity To Guide Foundation Design. 2. To Evaluate Soil Composition And Its Properties To Be Able To Assess Soil Stability. 3. To Analyze The Data Obtained And Give Engineering Consideration And Recommendation On The Selection And Design Of Foundation. 4. To Address Seismic Considerations. 5. To Ensure Regulatory Compliance And Standards. 6. To Support Cost-effective Design. C. Scope Of Work The Proposed Projects Are The Subject Of Subsurface Soil Exploration Work Including Geotechnical Report. Name Of Project And Location Number Of Bored Hole Mankayan Public Market, Poblacion 6 Poblacion Barangay Hall, Poblacion 3 Ii. Scope Of Services A. General 1. The Consultant Shall Be Responsible For Carrying Out The Necessary Subsurface Soil Exploration Works In Respect To The Project Stated. 2. After The Issuance And Receipt Of Notice To Proceed (ntp), The Consultant Shall Coordinate With The Municipal Engineering Office To Identify The Site Of The Project. 3. Upon Completion Of The Subsurface Exploration Work Activities, The Consultant Shall Submit Their Final Report Containing Geotechnical/ Geological Reports To The Municipality. 4. All Damages Incurred By The Project Shall Be Restored By The Contractor. 5. The Consultant Shall Be Responsible For The Reliability Of The Work Presented. B. The Service 1. Subsurface Soil Exploration Works A. Location The Consultant Shall Coordinate With The Municipal Engineering Office Before The Conduct Of Subsurface Soil Exploration Works For Proper Identifying The Location Of The Projects. B. Scope Of The Project The Consultant Shall Provide All The Labor, Instrument/ Equipment Materials And Supplies, Vehicles, Bunkhouses, Etc., Necessary To Perform Satisfactorily The Subsurface Exploration Herein Required, Viz: I. Drilling And Sampling Ii. Standard Penetration Test (spt) Iii. Water Level Measurements Iv. Laboratory Testing And Analysis V. Preparation And Submission Of Reports The Consultant Shall Be Held Solely Responsible For The Result Of This Boring/ Drilling Exploration And Other Activities Under The Terms Of Reference (tor). C. Detailes Exploration Requirements/ Specifications Drilling And Sampling 1. Location And Number All Boreholes At The Specified Location Should Be Shown On The Plans. Include Coordinates. 2. Depths Of Borings Shall Be Equal To 15 Meters Or Extend If Necessary, Depending On The Soil Classification. 3. Procedure In Sand, Clay, And Slit Materials, The Boreholes Shall Be Advanced By The Wash Boring Method In Between Sampling Sections Using Side Discharged Chopping Bits. Whenever Necessary, “n”-size Casings Shall Be Utilized. The Washed Section Shall Be Cleaned Thoroughly Before Each Sampling Run, Ensuring That The Underlying Soil Is Not Disturbed. Sampling Shall Be Done At One Meter Interval From The Riverbed To Hard Strata Using 50 Cm Split Spoon Sampler. In A Soft Cohesive Layer, Disturbed Sample Using Thin-walled Tube Samplers Shall Be Obtained Hydraulically. Core Drilling Shall Be Carried Out By A Diamond Rotary Drill Method In Gravely On Rock Formation. Core Samples Shall Be Undertaken Wherever Solid Information Is Encountered. D. Equipment 1. Drilling Machine The Consultant Shall Utilize At Least Two (2) Drilling Machine And Set Them Up At The Project Site. The Drilling Machine Shall Be In Good Working Condition And Shall Be Of Such Capacity As To Maintain Satisfactory Progress Of Work. 2. Bits The Consultant Shall Have An Example Supply Of Different Types Of Bits To Adapt To Varying Conditions. Bottom Discharge And Stepped Bits Shall Also Be Available. 3. Core Barrels Double Tube Swivel Type Core Barrels In Good Condition And Obtaining Maximum Core Recovery Shall Be Used. 4. Casing The Consultant Shall, At His Own Expense And Responsibility, Provide Casings As Required To Ensure The Stability Of The Borehole Walls. The Casings Shall Be At Least Of N-size And Shall Be In Good Condition. After A Hole Has Beed Finished, The Casings Shall Be Retrieved. E. Handling And Core Samples The Consultant Shall Provide All The Materials, Equipment, And Labor Necessary For Preserving Samples. F. Standard Penetration Test (spt) The Test Shall Be Carried Out Through Ordinary Soil Encountered To The Depths Specified Above. Standard Penetration Test Shall Be Performed Using 5.0 Cm (2.0 In.) Outside Diameter Split Spoon Sampler, Driven By A 63.6 Kgs (140 Lbs.) Hammer Falling 76.0 Cm (30 In.) At 1.50 Mts Interval Or Closer If Necessary. G. Water Level Measurement The Water Level Shall Be Measured Daily (before And After) Whenever Encountered In A Borehole. H. Laboratory Testing Analysis The Preparation Of Samples For Testing Shall Be Made In Accordance With Aashto. The Following Test Shall Be Made On Samples Obtained From Boring And Drilling. 1. Split – Spoon Analysis I. Visual Soil Description Ii. Mechanical Analysis, Aashto Designation T88 Iii. Liquid Limit, Plastic Limit And Plasticity Index, Aashto Designation T89 And T90 Iv. Group Index And Soil Classification, Use Unified Soil Classification C. Report Outputs/ Deliverables 1. Final Output The Consultant Shall Prepare The Final Report Containing Geological/ Geotechnical Reports And Analysis In Five (5) Bound Copies In The Form And Substance To Be Submitted To The Local Government Of Mankayan – Engineering Office Together With The Detailed Engineering Plans, Thirty (30) Days From The Commencement Of Work And/ Or At The Termination Of The Contract. The Final Report Shall Not Be Limited To The Following: A. Field Investigation And Methodology B. Borehole Drilling And Sampling C. Laboratory Testing D. Final Boring Logs (bl) E. Final Laboratory Test Results (fltr) F. Borehole Location Plan G. Soil Profile Along Structures Showing Boring/ Drilling Logs H. Soil Liquefactions Investigation Report I. Soil Bearing Capacity J. Detailed Discussion Of The Result Of Geological/ Geotechnical Investigation And Laboratory Testing K. Recommendation (foundation Type And Required Geotechnical Parameter For Design) Other Data To Be Submitted By The Consultant Along With The Final Report Are The Following: Boring Logs A. Job, Boring, Hole Number, Date, Time, Boring/drilling, Foreman, Supervisor B. Weather Condition C. Depth Of Boring At Start Of The Day D. Method Of Penetration And Flushing System E. Description Of Soil Strata Encountered F. Depth Of Soil Boundaries G. Size, Types And Depth Of Samples And Sample Number H. Type And Depth Of In – Situ Test I. Standard Penetration Test Resistance, “n” Value J. Recovery Ratios Of Samples K. Detailed Notes On Boring/ Drilling Procedure, Casing Sizes And Resistance To Driving, Description Of Wash Water Or Spoil From Boring/ Drilling Tools L. Depth Of Boring At End Of The Day M. Other Relevant Information Such As Rqd, Percent Core Recovery, Andle Of Fiction, Etc. Photographs Photographs Showing The Borehole Drilling And Sampling At Each Proposed Sites Shall Be Taken By The Consultant And Incorporated In The Report. Photographs Shall Be Taken At Each Borehole Location Depicting The Following: A. Equipment Used B. Core Drilling Operation C. Water Level Measurements D. Performance Of Spt And Shelby Tube Samples E. All Cores In The Core Boxes, Spt And Shelby Tube Samples F. Date Photographs Was Taken. Note: Photographs Will Be Printed As A Part Of The Final Report. Produce Another Set Of Photographs In 3r Size. Iii. Implementation A. Key Experts’ Qualification And Requirements The Following Experts/ Professionals And Their Member Shall Be Required To Carry Out The Consulting Services For The Projects And Should Have Appropriate Educational Degree, Relevant Training And Adequate Years Of Experience In The Conduct Of Sub-surface Soil Exploration. Position/ Key Staff Number Of Staff Detailed Tasks/ Responsibilities Required Qualifications Team Leader 1 • Overall Guidance, Direction, Supervision And Coordination Of Members Of The Team • Study And Determination Of Items And Method Of Soil Investigation And Laboratory Test • Perform Necessary Subsoil Investigations On Representative Sections Of The Road With Samples To Be Taken At Suitable Intervals • Investigate The Physical Properties Of Materials To Facilitate The Design Of Structures • Bs In Civil Engineering; Ms Or Doctoral Degree Is An Added Advantage • Duly Licensed/ Registered Civil Engineer • At Least 10-year Experience On Soil, Sub-surface And Geotechnical Survey And Study Of Structures, Roads And Bridges The Consultant Shall Provide Technical And Administrative Support Staff As May Require. B. Contract Period The Consultant’s Contract Period For Undertaking The Detailed Engineering Design And Final Report Shall Be Thirty (30) Calendar Days And The Consultant Shall Commence Work After Receipt Of Notice To Proceed. C. Assistance To Be Provided By The Client The Lgu Of Mankayan Shall Ensure That The Consultant Has Access To All Relevant Information Necessary To The Performance Of The Above Services. The Consultant Is Expected To Provide Office Space And Equipment And All Other Resources For Completing The Service. Prepared By: Recommending Approval: Mharidion L. Gas-ing Jonathan S. Casaldo Architect I Municipal Engineer Approved: Hon. Dario S. Banario Municipal Mayor Schedule Of Bac Activities As Follows: February 13, 2025 Last Submission Of Letter Of Intent And Purchase Of Bid Docs(5:00pm) February 26, 2025 Dropping Of Bids, (08:00am-09:30am) At Municipal Library February 26, 2025 Opening Of Bids, (10:00am) At Municipal Library A Complete Set Of Bid Documents May Be Acquired From The Bac, Mankayan, Benguet Upon Payment Of Non-refundable Fee Corresponding To The Amount Of The Contract. Prepared By: Digno M. Valentin Mbac-chairman
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date30 Apr 2025
Tender AmountRefer Documents
Details: Navair Appreciates Your Attention And Inputs On This Potential Action. As Of Right Now, Navair Has Decided To Pause This Requirement Until Further Notice. Any Updates Will Be Provided Via Sam.gov. Thank You.” description the Airborne Strategic Command, Control, And Communications (asc3) Program Office (pma-271) Is Conducting Market Research For A Competitive Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Contract (mac) In Support Of The E-6b Mercury Aircraft. the Anticipated Request For Proposal Release Is First Quarter Fy2026. the Anticipated Idiq Mac Award Is First Quarter Fy2027. the Anticipated Ordering Period Is 10 Years. the Results Of This Sources Sought Will Be Utilized To Determine The Interest, Availability And Technical Capability Of Both Large And Small Businesses (including The Following Subsets: Small Disadvantaged Businesses, Hubzone Firms, Certified 8(a), Service-disabled Veteran-owned Small Businesses, And Woman Owned Small Business) To Provide The Required Products And/or Services. As Such, All Eligible Small Businesses, To Include Those With Any Socio-economic Status, Are Encouraged To Respond. the Execution Of Efforts Under This Mac Will Be Competitively Awarded Delivery And Task Orders. The Efforts Herein May Include Contractor Owned, Government Owned, Or A Combination Of Two And Will Be Specified At The Delivery Or Task Order Level. specific Requirements the Idiq Mac Scope Will Include Products And Services Such As, But Not Limited To, Engineering, Test, Facilities, Integrated Product Support (ips), Product Design, Development, Maintenance, Integration, And Logistics Support Services, To Support The Acquisition And Sustainment For The Life Cycle Of The E-6b, And Its Systems, System Of Systems (sos), Sub-systems, And Support Equipment (se). The Idiq Mac Scope Will Support The Take Charge And Move Out (tacamo), Airborne Command Post (abncp), Presidential National Voice Conferencing (pnvc), And Airborne Launch Control System (alcs) Missions, Plus Their Replacements, On The E-6b. the Scope Of Work For Delivery And Task Orders Issued Under The Idiq Mac Are Anticipated To Include, But Are Not Limited To, The Following Functional Areas: 1. Mission Communications Systems And Integration mission Communications Systems Are Integrated Into The E-6b And Provide Its Users With Data And Voice Connectivity To Other Aircraft, Ground-based Installations, And Surface Vessels. Capabilities Include Line Of Sight Radio In Multiple Bands/frequencies, Beyond Line Of Sight (blos) Communications, Satellite Communications (satcom), And Their Integration Into E-6b And Its Systems. Systems In This Functional Area Will Need To Interface With And Provide Data And/or Voice Communications To Support The Systems That Provide The Tacamo, Abncp, Pnvc, And Alcs Missions, And Their Replacements. Delivery Orders And Task Orders (dos/tos) Within This Functional Area Are Expected To Include Mission Communications Systems Research, Development, Technical Studies, Cybersecurity, Design And Prototyping, Delivery Of Build-to-print Technical Data Packages (tdps) Suitable For Follow-on Competition, Production, Modification, Integration, Maintenance, And Test. 2. Mission Systems Architecture Design, Development, And Integration mission Systems Architecture Provides The Airborne Information Technology (it) Infrastructure And The Integration Of The Various Aircraft Avionics, Broadband Capabilities, And Mission Communications Systems To Support The E-6b Operational Mission. In Addition, The Very Low Frequency (vlf) Transmit And Receive System Provides A Vital Component Of The E-6b Operational Mission To Communicate With Critical Components Of The Nuclear Enterprise. Components And Systems Within This Functional Area With Need To Interface With And Support The Systems That Provide The Tacamo, Abncp, Pnvc, And Alcs Missions, And Their Replacements. Do/tos Within This Functional Area Are Expected To Include Mission Systems Architecture Research, Development, Technical Studies, Cybersecurity, Design And Prototyping, Delivery Of Build-to-print Technical Data Packages (tdps) Suitable For Follow-on Competition, Production, Modification, Integration, Maintenance, And Test. 3. Air Vehicle Maintenance, Modification, And Support this Functional Area Supports The Sustainment And Modifications To The E-6b Air Vehicle. The Maintenance, Modification, And Improvement Of The E-6b Avionics, Flight Deck, And Aircraft Power, And Any Related Systems, Subsystems, And Components Is Required To Ensure The Viability Of The Aging E-6b Airframe. Do/tos Within This Functional Area Are Expected To Include Air Vehicle Systems And Subsystems Research, Development, Technical Studies, Cybersecurity, Design And Prototyping, Delivery Of Build-to-print Technical Data Packages (tdps) Suitable For Follow-on Competition, Production, Modification, Integration, Maintenance, And Test. 4. Systems Engineering this Functional Area Supports Systems Engineering Analysis, Reviews, White-paper Creation, And Studies To Support All Aspects Of The Operation And Upkeep Of The E-6b And All Its Systems And Subsystems, As Well As Potential New Capabilities And Directed System Integration. This Support Includes Mass Properties, Weight And Balance, System Safety Engineering, Position, Navigation, And Timing (pnt), System Integration Design, System Specification Creation And Modification, And System Operation Analysis. Dos/tos Within This Functional Area Are Expected To Include Analyses, Studies, White Papers, And Support Of Systems Engineering Technical Review (setr) Events, 5. Software Design, Development, And Integration this Functional Area Supports Software Development Activities In Support Of Aircraft Infrastructure, Mission Systems And Mission Communications Systems, Ground Infrastructure And Lab Setup And Integration, And The Sustainment And Support System (sass). Dos/tos Within This Functional Area Are Expected To Include Software Requirements Definition And Derivation, Design, Development, Test, Integration, Documentation, Delivery, Deployment, And Maintenance Of Software Components And Systems. 6. Systems Security Engineering this Functional Area Supports Cybersecurity, Anti-tamper (at) And Cryptographic Encryption Analysis, Studies, And Products To Support The Secure And Reliable Operation Of The E-6b And Its Connectivity To Other Systems. Dos/tos Within This Functional Area Are Expected To Include Cybersecurity Analysis, Studies, Cross-domain Solutions (cds), Data, And Support Of The Risk Management Framework (rmf) Submissions By The Government, And Any Follow-on Or Similar Systems, To Support Interim Authority To Test (iatt) And Authority To Operate (ato) For The E-6b And Any Of It Systems, Subsystems, Ground Components, And Labs. Dos/tos Within This Functional Area Are Also Expected To Include Analyses, Studies, Data, And Other Needs Defined By The Government In Support Of Systems Security Engineering, At, And Cryptographic Encryption. 7. Sustainment And Product Support logistics And Sustainment Activities Consist Of Providing Services That Are Required For Optimal Performance Of The E-6b And Related Components Throughout The Program Lifecycle. Logistics And Sustainment Activities May Include Contractor Logistics Support (cls), Life Cycle Sustainment, Supply Support, Depot-level Support, Organization-level Maintenance, Intermediate Field-level Maintenance, Repair And Refurbishment, Alteration Installation, Logistics And Sustainment Analyses, Maintenance Planning, Management, And Services, Packaging, Handling, Storage, And Transportation (phs&t), Training And Training Support, Operation And Operator Training Curriculum Development, Obsolescence Management, Diminishing Manufacturing Sources And Material Shortages (dmsms) Support, Inventory And Sparing Management, Documenting Technical Data/red-lines For Data/ Documents/drawings Updates, Part And System Identification, Labeling, And Marking, Developing Test Plans, Performance Testing, System Operational Testing, Test Instrument Installation And Removal, User Familiarization, Configuration Audits, Material Delivery/validation, Support Equipment, Providing Support To Operational Fleet Assets, Facilities And Infrastructure Support, Sparing, And Disposition Of Materials. Logistics And Sustainment Activities May Include Cross-domain Solutions Also Applicable To Unmanned Air Vehicles Or Unmanned Underwater Vehicles. Do/tos Within This Functional Area Are Expected To Include Logistics And Sustainment Research, Technical Studies, And Support Services. eligibility the Product Service Codes (psc) For These Requirements Are Anticipated To Include, But Are Not Limited To: 7a20 -it And Telecom - Application Development Software (perpetual License Software) 7j20 - It And Telecom - Security And Compliance Products (hardware And Perpetual License Software) 5831 - Intercommunication And Public Address Systems, Airborne 5826 - Radio Navigation Equipment, Airborne 5841 - Radar Equipment, Airborne r425 - Support- Professional: Engineering/technical r499 - Support- Professional: Other r706 – Logistics Support Services r699 – Support – Administrative: Other r799 - Support- Management: Other ac11 - National Defense R&d Services; Department Of Defense - Military; Basic Research ac12 - National Defense R&d Services; Department Of Defense - Military; Applied Research ac13 - National Defense R&d Services; Department Of Defense - Military; Experimental Development 6910 - Training Aids 1560 - Airframe Structural Components 1620 - Aircraft Landing Gear Components 1630 - Aircraft Wheel And Brake Systems 1730 - Aircraft Ground Servicing Equipment 1710 - Aircraft Landing Equipment 5342 - Hardware, Weapon System c219 – Architect And Engineering – General: Other 5963 – Electronic Modules ac31 - National Defense R&d Services; Defense-related Activities; Basic Research ac32 - National Defense R&d Services; Defense-related Activities; Applied Research ac33 - National Defense R&d Services; Defense-related Activities; Experimental Development j015 - Maint/repair/rebuild Of Equipment- Aircraft And Airframe Structural Components j016 - Maint/repair/rebuild Of Equipment- Aircraft Components And Accessories the North American Industry Classification System (naics) Codes Are Anticipated To Include, But Are Not Limited To: 336411 - Aircraft Manufacturing 336413 - Other Aircraft Parts And Auxiliary Equipment Manufacturing 488190 - Other Support Activities For Air Transportation 541330 (exception 1) Military And Aerospace Equipment And Military Weapons 334111 - Electronic Computer Manufacturing 513210 - Software Publishers 541611 - Administrative Management And General Management Consulting Services 541715 - Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology) 334112 - Computer Storage Device Manufacturing 541618 - Other Management Consulting Services 541715 – Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology) 334511 - Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing 334220 - Radio And Television Broadcasting And Wireless Communications Equipment Manufacturing please Note That Under A Small Business Set-aside, The Small Business Prime Must Perform At Least 50% Of The Work To Be Performed In Accordance With Far 19.505. disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. submission Details it Is Requested That All Interested Businesses Complete The Sources Sought Response Defined In Attachment 1, In Ms Word Format (ms 365 Compatible). All Responses Must Be Unclassified. If The Response Provided Contains Proprietary Information, It Must Be Marked Accordingly. Submitted Data Will Not Be Returned To The Responders. interested Vendors Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice. Pma-271 Will Not Pay For Information Received In Response To This Sources Sought Notice. do Not Submit Pricing Information In Response To This Sources Sought Notice. the Sources Sought Response Shall Be Electronically Submitted To Randy Putnam At Randolph.a.putnam.civ@us.navy.mil And Lisa Troccoli At Lisa.j.troccoli.civ@us.navy.mil In Accordance With The Response Date Identified Within This Posting. Questions Or Comments Regarding This Notice May Be Addressed To Randy Putnam At Randolph.a.putnam.civ@us.navy.mil.
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: 1.0 Procuring & Administrative Contracting Office air Force District Of Washington (afdw) Contracting Directorate (pk) Headquarters Air Force (haf) - Enterprise Support Division (pkh), Dodaac: Fa7014 2.0 Introduction this Is A Sources Sought Notice (ssn) Which Is Being Released To Industry For Information Gathering And Planning Purposes Only Pursuant To Far Part 10 Market Research. This Ssn Is Not A Solicitation Nor Shall This Ssn Constitute A Request For Proposal (rfp), Invitation For Bid (ifb), Or Request For Quote (rfq). The Government Shall Not Award Any Contract Solely On The Basis Of This Ssn Nor Shall The Government Reimburse Any Contractor For Any Associated Costs They Incur To Submit A Capability Package To The Government In Response To This Ssn. This Market Research Notice Is Being Deployed To Bring Forth Qualified, Capable Sources And In No Way Shall Restrict The Government’s Final Acquisition Strategy, Planning, Or Requirements Refinement. *note: Recipients Of This Ssn Are Hereby Advised That The Government Shall Not Accept Any Capability Package Submitted In Response To This Ssn Containing Extraneous, Unsolicited Material Or Content Which Does Not Conform To The Government’s Specific Questions And Request For Certain Procurement/contracting Data As Expressed Below. Additional Company Literature, Presentations, Pamphlets, Papers, Etc. Must Not Be Submitted In Response To This Ssn And Any Such Unsolicited Artifacts Shall Not Be Accepted Nor Reviewed By The Government. Recipients Of This Ssn Should Not Request An Extension Or More Time To Respond To This Ssn Regardless Of Circumstance. 3.0 Naics Code the North American Industrial Classification System (naics) Code For This Ssn Is 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, And Related Services. *note: A Small Business Firm Competing As A Prime Contractor Would Need To Perform At Least 50% Of The Total Requirement Form Within Its Own Company (see Far 52.219-14, Limitations On Subcontracting). 4.0 Background & Description Of Government’s Requirements the Government Has A Potential Requirement To Provide Professional Support, Sustainment, And Modernization Of The Current A1 Virtual Data Center (a1 Vdc) Which Is A Fully Functioning Commercial Cloud Environment Capable Of Supporting Applications In The Air Force A1 And A1 Dta Portfolios, And For Building Out The A1 Multi-cloud Ecosystem (a1 Mce) Landing Zone. Commercial Professional Services Would Be Performed To Ensure Continued Operations Of The Existing Environment, Execution And Management Of Multi-cloud Ecosystems, Modernization/optimization (i.e. Enhancing Common Shared Services, Streamlining Processes, And Achieving Cost Efficiencies), Execution And Management Of Big Data And Ai Initiatives, Execution Of Emerging Technologies Across A Multi-cloud Ecosystem, And Increase Capabilities Of The Cloud Environment Per Applicable Information Technology (it) Guidance, As Well As, Dod And Air Force Directives/policies Across Multiple Impact Levels Including Il6. 5.0 Government Questions For Industry Response 1. Experience In Multi-cloud Ecosystems: a. Does Your Company Have Experience Architecting, Implementing, Managing, And Optimizing A Multi-cloud Landing Zone Ecosystem Across Dod Impact Levels (il), Especially Il6, Within Dod Rmf And Cloud Computing Srg Standards? b. If So, Is That Multi-cloud Ecosystems Experience From Performing As A Prime Contractor, Subcontractor, Integrator, Commercial Business Partner, Etc.? c. If So, Describe Your Approach To Governance, Change Management, And Incident Response In Each Of Those Environments. d. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement. 2. Optimization Of Common Shared Services: a. Does Your Company Have Experience Delivering And Optimizing Common Shared Services (such As A Centrally Managed Devsecops Ci/cd Pipeline And Development Tools), Streamlining Processes, And Achieving Cost Savings Or Efficiencies Within A Multi-cloud Landing Zone Ecosystem? b. If So, Include Your Methods For Integrating Governance Structures And Managing Change To Support Continuous Improvement. c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement. 3. Artificial Intelligence Initiatives: a. Does Your Company Have Experience Executing And Managing Artificial Intelligence (ai) Initiatives Across A Hybrid Multi-cloud Landing Zone Ecosystem? b. If So, Explain Your Process/methodology, Including How You Architect And Implement Monitoring Guiderails Within That Hybrid Multi-cloud Landing Zone. c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement. 4. Big Data Initiatives: a. Does Your Company Have Experience Executing Big Data Initiatives And Architecting Zero Trust Framework Architectures Across A Multi-cloud Landing Zone Ecosystem? b. If So, How Did Your Company Incorporate Governance, Change Management, And Incident Response Strategies In Such Initiatives Across A Multi-cloud Landing Zone Ecosystem (explain Your Process And Methodology)? c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement. 5. Multi-cloud Management Technologies: a. Does Your Company Have Experience With Emerging Technology Tools And Services Unique To Multi-cloud Landing Zone Ecosystems (e.g., Palo Alto Sase, Splunk, Elastic, Hashicorp, Aqua Security, Etc.)? b. If So, Describe Your Company’s Experience/expertise In Implementing Microservices And Containerization Technologies Within The Environments Of Those Multi-cloud Landing Zone Ecosystems. c. If So, Describe The Exact Technology Tools And Services That Your Company Used In Those Multi-cloud Landing Zone Ecosystems. d. If So, Does Your Company Suggest Any New Technology Tools/services Or Recommend Any Proven Technology Tools/services That Can Facilitate Additional Value To The Environments Of Those Multi-cloud Landing Zone Ecosystems? 6. Subcontracting Dependencies: a. If Your Company Has Experience Managing And/or Performing Requirements For A Multi-cloud Landing Zone Ecosystem, What Percentage Of That Work Was Performed By Your Company As A Subcontractor Versus By Your Company As The Prime Contractor (also, Explain Whether That Work Was Related To Managing And/or Performing)? b. Would Your Company Need To Subcontract Significantly To Perform Most Of The Subject Requirements Identified Above And If So, Identify Each Of Those Requirements Where Subcontractors Would Need To Be Assigned? c. Explain How Governance, Change Management, And Incident Response Processes Are Maintained Across Your Subcontractor Teams As Both The Prime Contractor Managing Assigned Subcontractors And As A Subcontractor Performing On Behalf Of The Prime Contractor. d. Provide Examples Of Subcontracting Sources, Business Partnerships/relationships, Goals, And Plans Your Company Would Utilize To Ensure Performance Of All Subject Requirements. 6.0 Additional Information For Capability Packages as Part Of The Capability Packages Submitted In Response To This Ssn, All Respondents Must Fully Address The Government’s Requested Related Procurement And Contracting Data Expressed Below Which Will Help During Other Pre-award Activities In The Future. respondents Must Identify/provide The Contractor’s: a. Company Name (full Legal Name And D.b.a., If Applicable); b. Company Address; c. Company Pre-award/proposal Team/business Development Point Of Contact (poc) By Name (first And Last); d. Company Poc Email Address; e. Company Poc Telephone Number; f. Cognizant Dcma Office Code And Info (if Applicable); g. Cognizant Dcaa Office Code And Info (if Applicable); h. Cognizant Defense Security Office Code And Info (if Applicable); i. Current Facility Classification Level (fcl); j. Federal Cage Code And Unique Entity Id (sam.gov); *note: A Company Must Be Registered In The System For Award Management (sam) To Be Considered Responsible For A Federal Contract Award. To Register Your Company, Go To Https://www.sam.gov. k. Business Size (large Or Small) And Applicable Socioeconomic Categories (vosb, 8a, Hubzone, Sdb, Wosb, Etc.) For The Established Naics Code Established Above For This Ssn And For The Contractor’s Other Similar Naics Codes; l. General Services Administration (gsa) Federal Supply Schedules (fss), Multiple Award Contracts (macs), Government-wide Acquisition Contracts (gwacs), Dod Enterprise Service Initiatives (esi), Indefinite-delivery Indefinite Quantity (idiq) Contracts, Agreements, And/or Blanket Purchase Agreements (bpas) That The Contractor Currently Holds And Authorizes Ordering From The Respective Air Force Contracting Office (provide The Respective Contract/agreement Numbers, Identify The Source Of The Procurement Vehicle, And Any Other Relevant Information); *note: Some Examples Are….air Force Enterprise Sbeas Idiqs; Stars3, Alliant2, Vets2, And Oasis+ Gsa Gwacs; Nasa Sewp Gwac; National Institute Of Health (nih) Gwacs; Veterans Administration (va) Gwacs; Gsa Af 2git Bpas; Etc. m. Examples/references/samples (no More Than 3) Of Recent And Relevant Performance (recent, Meaning Within The Last 3 Years And Relevant, Meaning The Same Or Similar Requirements Based On The Subject Requirements Identified Above); And *note: For Each Example/reference/sample, Provide The Federal Contract/agreement Numbers, Commercial Company-to-company Purchase Order Numbers, Dates/pops, Total Dollars, Description Of Work/requirements, Significance Of Work, Percent Of Work Performed As Prime And Sub, Project Poc Name, Project Poc Email Address, And Project Poc Phone Number. n. Company’s History, Capabilities, Experience, Strengths, And Weaknesses In Providing Professional Services Which Are Similar To And/or Consistent With The Government’s Requirements Detailed Above. 7.0 Mandatory Capability Package Instructions, Formatting & Deadline interested Parties Shall Submit Capability Packages To The Government Which Meet All Formatting, Instructions, Limitations, And The Submittal Deadline As Expressed Below. capability Packages Must Be Submitted To The Government: a. Within The Confines Of 8 Total Pages; b. Electronically Via One (1) Email Before The Established Ssn Deadline; c. In Adobe Portable Document Format (.pdf) Format Only; d. In A Digital File Size That Does Not Exceed 5mb; *note1: If File Size Is 5mb Or Larger, The Government Will Not Receive The Respondent’s Email And Attached Document Due To Internal Dod And Air Force Message System Limits And Restrictions. *note2: Respondent’s Must Not Submit A Zip File Because The Government Email System Does Not Allow Transmittal Of Zip Files. e. Containing Unclassified Data/information/content Only; *note: Capability Packages A Submitted To The Government In Response To This Ssn Shall Not And Must Not Contain Any Controlled Unclassified Information (cui), Classified, Secret, Or Top Secret Data/information/contents. f. And Received At The Identified Government Office On Or Before 4:30 Pm (central Time Zone) On Thursday, 30 January 2025; And g. Air Force Contracting Office Electronically Via Email To Ms. Brittney Devallon, Afdw/pkh Contract Specialist, At Brittney.devallon@us.af.mil. 8.0 Organizational Conflict Of Interest the Government Would Also Like To Remind Companies Of Their Responsibility To Avoid And/or Mitigate Any Potential Organizational Conflict Of Interest (oci). Guidance Is Found In Federal Acquisition Regulation (far) Part 9.5. If A Company Has A Potential Oci Situation, They Must Submit And Have An Approved Mitigation Plan Prior To The Government’s Consideration Of Any Proposal For Award. Since The Approval Process Can Be Lengthy And Approval Of Any Plan Is Not Assured, It Is Highly Recommended That Potential Oci Identification And Resolution Processes Begin During The Planning Phase If Possible. An Oci Could Result In The Canceling Of A Contract Or Determining An Offeror To Be Ineligible For Award. Potential Oci Issues, And Mitigation Plans If Developed, Shall Be Included As An Attachment To Capability Package. Such Oci Attachment Shall Not Be Considered In The Capability Package Total Page Count.
INTERNAL REVENUE SERVICE USA Tender
Others
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
Details: Department Of The Treasury office Of The Chief Information Officer enterprise Applications (entapps) request For Information (rfi) committee On Foreign Investment In The U.s. (cfius) Case Management System (cms) And Outbound Notification System (ons) Support this Notice Is For Market Research Purposes Only. sources Sought Notice – Is Released Pursuant To Federal Acquisition Regulation (far) Part 10, Market Research. this Sources Sought Notice Or Request For Information Is Issued Solely For Information And Planning Purposes Only And Shall Not Be Construed As Either A Solicitation Or An Obligation On The Part Of Government. This Is Not A Solicitation For Proposals, Proposal Abstracts Or Quotations. All Information Received From This Sources Sought Will Be Used For Market Research Purposes Only. The Government Does Not Intend To Award A Contract On The Basis Of Responses To This Sources Sought Notice Or Otherwise Reimburse Vendors For The Preparation Of Any Information Submitted Or Government Use Of Such Information. Acknowledgement Of Receipt Of Responses Can Be Made. Respondents Will Not Be Notified Regarding The Outcome Of The Information Received. respondents Will Not Be Notified Of The Results Of The Analysis. All Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Information Will Be Fully Protected From Release Outside The Government. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With All Applicable Government Regulations. All Documentation Shall Become The Property Of The Government And Will Not Be Returned. background the U.s. Department Of The Treasury Has Implemented A Case Management System Built On Microsoft Dynamics For Treasury's Office Of Investment Security (ois) In Support Of The Expansion Of The Committee On Foreign Investment In The U.s. (cfius) As Defined By The Foreign Investment Risk Review Modernization Act Of 2018 (firrma). More Information On Cfius And Firrma Can Be Found At: the Committee On Foreign Investment In The United States (cfius) | U.s. Department Of The Treasury treasury Office Of The Chief Information Officer (ocio) Enterprise Applications (ea) Has A Need To Procure Support Services For The Cfius Cms And Other Priority Ois Projects, Including The Outbound Investment Security Program. Ea Creates, Implements, And Maintains Information Technology Solutions In An Efficient And Innovative Manner Through Shared And Scalable Products, Platforms, And Services. The Enterprise Content Management (ecm) Program Resides Within The Ea Organization. Ocio Provides Leadership To The Department In All Areas Of Information And Technology Management And Supports Treasury's Mission By Implementing Strategies That Improve The Efficiency And Performance Of Treasury Information Technology (it) Systems And Business Processes. outbound Investment Security Program on August 9, 2023, President Biden Issued The Executive Order (e.o. 14105) Declaring A National Emergency To Address The Threat To The United States Posed By Certain Countries Of Concern, Which Seek To Develop And Exploit Sensitive Or Advanced Technologies Or Products Critical For Military, Intelligence, Surveillance, Or Cyber-enabled Capabilities. The Order Directs The Secretary Of The Treasury To Establish A Program To Prohibit Or Require Notification Of Certain Types Of Outbound Investments By United States Persons Into Certain Entities Located In Or Subject To The Jurisdiction Of A Country Of Concern, And Certain Other Entities Owned By Persons Of A Country Of Concern, Involved In Specific Categories Of Advanced Technologies And Products. ocio Is Tasked With Developing A System For The Outbound Investment Security Program To Facilitate The Receipt And Management Of Notifications Submitted By Us Persons Regarding Investments In Foreign Countries In Areas Of Critical Technologies. More Information On Oisp Can Be Found At: outbound Investment Security Program | U.s. Department Of The Treasury. objectives ocio Seeks Information From Vendors Who Will Provide Highly Customizable, Cloud Based, Low-code Document And Case Management Functionality That Includes The Following Features (respond To Attached List Of Key Questions): document And Records Management document Ingestion From External And Internal Sources case Management enterprise Search editing And Approval Workflows cross Department Case And Document Collaboration template Management customer Relationship Management (crm) public Facing Application Systems data Analytics, Visualization, And Reporting classified Case And Document Management sharepoint Development the Following Skillsets Will Be Required By The Vendor At Any Given Time: project And Program Management database Administration low Code Application Platform Integrators power Platform Low Code Software Developers quality Assurance Testers ui/ux Specialists devops/devsecops/secdevops With Agile Methodology Expertise data Analysts And Data Scientists web App Developers technical Solution Architects experienced Working In Gcc High top Secret Cleared Staff Of All Types expectations For Request For Information Response By Vendor the Vendor Is Expected To Provide Insight Into Their Existing Capabilities And Past Experience Providing Similar Services. The Vendor Is Expected To Have The Following Skills, Experience And Capabilities And Be Able To Provide Details About These Areas When Answering The Key Questions In Attachment A. current And Past Experience Meeting Ocio’s Outlined Objectives/requirements experience Managing Systems That Receive Data From External Organizations And Other Public Entities ability To Support Public Facing Systems That Ingest Information Into Varied Internal Systems. Experience Must Include The Ability To Manage Authentication Methods And Strategies For External Users experience With A Project Of Similar Size And Scope That Achieved Similar Objectives experience Supporting Parallel Production Systems During A Project data Modeling Expertise experts In Implementing Agile Methodologies For Complex Projects high Level Of Experience In Replacing An Existing Custom Code System With A Low-code Systems With Varying Data Models And Architectures known Expertise Navigating Data Model Challenges And Application Mapping Strategies experience Architecting Solutions In Hybrid Cloud Or Disparate Platform Environments, Where Key Data Elements And Functionality May Not Be Co-located experience Utilizing Varied Integration Platforms familiarity Overcoming Expected Challenges To Complete Similar Projects ability To Provide Experts In All Top Solutions For Low Code Case Management System Technologies. ability To Staff Rapidly With An Established Bench Program To Accelerate Onboarding fedramp High Authorized Solution Provider responses Should Include Answers To The Key Data Question With Supporting Evidence That Showcases Appropriate Experience And Abilities. general Rfi Information in The Coming Months, Ocio Anticipates The Release Of A Solicitation Requesting Proposals Addressing The Needs Described Within This Rfi. Accordingly, Ocio Is Requesting Information From Industry In Regards To Existing Solutions And Capabilities Which Currently Reside Within The Marketplace. the Written Response To This Notice Shall Be Limited To No More Than 20 Pages With A 10-point Minimum Font Size. Interested Vendors Are Asked To Respond No Later Than 4 P.m. Est On February 27, 2025. responses Shall Be Sent Via E-mail To Gerardo.ilaria@irs.gov The Subject Of The Email Shall Reference “ocio Cfius/oisp Rfi Response” All Information In Response To This Notice Must Be Sent Via Email In Adobe Acrobat (.pdf) Or Msword Format.
Tokmok City Administration For Urban Planning And Architect State Agencies For Architecture Are Building And Housing Communal Households Under The RCC Tender
Others
Kyrgyzstan
Closing Date18 Mar 2025
Tender AmountKGS 597.2 K (USD 6.8 K)
Purchaser Name: Tokmok City Administration For Urban Planning And Architect State Agencies For Architecture Are Building | Purchase of Stationery and Household Goods
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date16 Apr 2025
Tender AmountRefer Documents
Details: Combined Synopsis/solicitation Template Iaw Far 12.603 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included I This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. solicitation No. Ihs1506760 Is Issued As An Request For Quotation (rfq). the Solicitation Document Incorporates Provisions And Clauses That Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03, Effective January 17, 2025. the Solicitation Is A Unrestricted Under North American Industry Classification System (naics) Code 561320 With An Associated Small Business Size Standard Of $30,000,000. schedule Of Items Clin No. Description Quantity Unit Price Extended Price 1 Base Period 09/01/2025 – 11/30/2025: Nonpersonal Services For Urgent Care Physicians All Inclusive Regular/overtime Hourly Rate 520 Hours 2 First Option Period 12/01/2025 – 02/28/2026: Nonpersonal Services For Urgent Care Physicians All Inclusive Regular/overtime Hourly Rate 520 Hours 3 Second Option Period 03/01/2026 – 05/31/2026: Nonpersonal Services For Urgent Care Physicians All Inclusive Regular/overtime Hourly Rate 520 Hours 4 Third Option Period 06/01/2026 – 08/31/2026: Nonpersonal Services For Urgent Care Physicians All Inclusive Regular/overtime Hourly Rate 520 Hours total this Combined Synopsis/solicitation Notice Is A Request For Quote For One Non-personal Service Contract For A Contractor To Provide An Urgent Care Physicians To The Pinon Health Center, Navajo Area Indian Health Service (ihs) Throughout The Duration Of The Contract Period Of Performance. Services Shall Be Performed In Accordance With The Attached Performance Work Statement (pws). The Assignment Is Through The Stated Period Of Performance Or Until The Position Is Filled With A Permanent Hire. In Such Instances, The Provider Will Be Released From Contract Assignment. the Contractor Shall Provide An All-inclusive Rate, And Is Responsible For All Costs Associated With Providing Said Services, I.e. Travel, Per Diem, Lodging/housing, Etc. Government Quarters Are Currently Not Available, But Chinle, Az Has (3) Hotels In The Immediate Area. The Contractor Shall Be Responsible For Housing Respective Providers If There Are No Government Quarters Available. Upon Selection, The Provider Will Be Placed On A Waiting List To Acquire Government Quarters. If Government Housing Becomes Available, The Provider Shall Contact The Pinon Health Center Housing Services Department, And Make Rental/payment Arrangements; Telephone Number 928-725-9800. the Period Of Performance (or Delivery) Is September 01, 2025 To August 31, 2026. the Provision At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition. Addenda Are Included. 52.212-1 Instructions To Offerors – Commercial Products And Commercial Services (nov 2021) Submission Of Offers. All Offers Must Include The Following Information And Submitted At Or Before The Date And Time Specified In This Solicitation. **email Offer Directly To The Contracting Officer (co). The Co For This Action Is: Whitney Shorty, Contract Specialist, 928-674-7489, Whitney.shorty@ihs.gov. No Questions Will Be Accepted Regarding This Notice. Submit Adobe Pdf Files Only. the Provision At 52.212-2, Evaluation – Commercial Products And Commercial Services (nov 2021), Applies To This Acquisition. The Following Factors Shall Be Used To Evaluate Quotes: the Government Will Award A Contract (or Multiple Contracts) 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: past Performance Of Vendor: Provide A List Of 3-5 Prior Contracts Of The Same Discipline Requested Herein Of Comparable Size And Complexity Within The Past 5 Years, And Provide Complete And Final Contractor’s Performance Assessment Reporting System (cpars) Reports For Each Contract Listed. Each Identified Contract Shall Include The Following Information: Contract Number, Points Of Contact Of Government Personnel Who Accepted/received The Products/services, Phone Numbers And Email Addresses For Those Government Personnel, A Description Of The Requirement And An Explanation Of How It Relates To The Current Requirement, And The Contract Award Amount. If Offeror Has No Cpars, Then Offeror Will Be Rated Neutral. Offerors Who Provide Cpars Will Be Weighted And Considered Higher In Regards To Past Performance Based On Their Cpars Ratings. technical Capability Of Vendor: provide A Response To How The Offeror Will Respond To Staff Shortages / Absenteeism / Replacement In Providing Candidates. provide Evidence Offeror Has Adequate And Appropriate Planning, Personnel, And Available Resources Positioned Efficiently And Effectively To Carry Out The Requirements And Can Meet The Large Volume Of Services Requested Herein. qualification Requirements Of Candidates: Provide Complete Candidate Profile; Curriculum Vitae, Resumes, Licensures, And All Relative Documents For Proposed Candidates. Provide Evidence The Candidates Meet 100% Of The Requirements Listed In The Performance Work Statement. Offeror Must Provide The Following: candidate’s Licenses/certifications/detailed Experience - Refer To Pws. note: The Government Will Not Be Interviewing Candidates. candidate’s Malpractice – Provide Malpractice Information, Derogatory Actions On Medical Boards, And/or Legal/criminal Actions If Applicable. If None, Then State None. price: Pricing Shall Be Submitted Using The Schedule Of Items On Page 1. quoters Must Include With Its Quote A Completed Copy Of The Provision At 52.212-3 Offeror Representations And Certifications – Commercial Products And Commercial Services (may 2024)[deviation Feb 2025]. the Following Federal Acquisition Regulation Provisions Also Apply: 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Oct 2020 52.216-31 Time-and-materials/labor-hour Proposal Requirements – Commercial Item Acquisition Feb 2007 52.233-2 Service Of Protest (us Hwy 191 Hospital Drive, Chinle Az 86503) Sept 2006 52.252-1 Solicitation Provisions Incorporated By Reference Www.acquisition.gov/browse/index/far, Www.acquisition.gov/hhsar Feb 1998 the Following Department Of Health And Human Services Acquisition Regulation Provisions Also Apply: 352.239-73 Electronic And Information Technology Accessibility Notice Dec 2015 the Clause At 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services (may 2024), Applies To This Acquisition. Addenda Are Included. 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services (may 2024) Alternate 1 (nov 2021) Applies To This Acquisition. the Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services (jan 2025)[deviation Feb 2025], Applies To This Acquisition. The Following Additional Far Clauses Cited In The Clause Are Applicable To The Acquisition: clause No. Clause Name Clause Date 52.203-6 Restrictions On Subcontractor Sales To The Governmentwith Alternate 1 Nov 2021 52.203-15 Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 Jun 2010 52.203-17 Contractor Employee Whistleblower Rights Nov 2023 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards Jun 2020 52.204-14 Service Contract Reporting Requirements Oct 2016 52.204-27 Prohibition On A Bytedance Covered Application Jun 2023 52.209-6 Protecting The Governmnet’s Interest When Subcontracting With Contractors Debarred, Suspended, Proposed For Debarment, Or Voluntarily Excluded Jan 2025 52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters Oct 2018 52.219-28 Postaward Small Business Program Representation Jan 2025 52.222-3 Convict Labor Jun 2003 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 52.222-40 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 Jan 2025 52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving May 2024 52.232-33 Payment By Electronic Funds Transfer-system For Award Management Oct 2018 52.239-1 Privacy Or Security Safeguards Aug 1996 the Following Federal Acquisition Regulation Clauses Also Apply: 52.204-4 Printed Or Copied Double-sided On Postconsumer Content Paper May 2011 52.204-9 Personal Identity Verification Of Contractor Personnel Jan 2011 52.204-13 System For Award Management Maintenance Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.224-1 Privacy Act Notification Apr 1984 52.224-2 Privacy Act Apr 1984 52.237-2 Protection Of Government Building, Equipment, And Vegetation Apr 1984 52.242-13 Bankruptcy Jul 1995 52.252-2 Clauses Incorporated By Reference Www.acquisition.gov/browse/index/far, Www.acquisition.gov/hhsar feb 1998 52.217-8 Option To Extend Services Nov 1999 the Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Before Contract Expiration. (end Of Clause) 52.217-9 Option To Extend The Term Of The Contract Mar 2000 (a)the Government May Extend The Term Of This Contract By Written Notice To The Contractor Within5 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least15 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b)if The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c)the Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed12 Months. (end Of Clause) 52.237-7 Indemnification And Medical Liability Insurance Jan 1997 (a)it Is Expressly Agreed And Understood That This Is A Non-personal Services Contract, As Defined In Federal Acquisition Regulation (far)37.101, Under Which The Professional Services Rendered By The Contractor Are Rendered In Its Capacity As An Independent Contractor. The Government May Evaluate The Quality Of Professional And Administrative Services Provided, But Retains No Control Over Professional Aspects Of The Services Rendered, Including By Example, The Contractor’s Professional Medical Judgment, Diagnosis, Or Specific Medical Treatments. The Contractor Shall Be Solely Liable For And Expressly Agrees To Indemnify The Government With Respect To Any Liability Producing Acts Or Omissions By It Or By Its Employees Or Agents. The Contractor Shall Maintain During The Term Of This Contract Liability Insurance Issued By A Responsible Insurance Carrier Of Not Less Than The Following Amount(s) Per Specialty Per Occurrence: $1,000,000 Per Occurrence; $3,000,000 Aggregate. (b)an Apparently Successful Offeror, Upon Request By The Contracting Officer, Shall Furnish Prior To Contract Award Evidence Of Its Insurability Concerning The Medical Liability Insurance Required By Paragraph (a) Of This Clause. (c)liability Insurance May Be On Either An Occurrences Basis Or On A Claims-made Basis. If The Policy Is On A Claims-made Basis, An Extended Reporting Endorsement (tail) For A Period Of Not Less Than 3 Years After The End Of The Contract Term Must Also Be Provided. (d)evidence Of Insurance Documenting The Required Coverage For Each Health Care Provider Who Will Perform Under This Contract Shall Be Provided To The Contracting Officer Prior To The Commencement Of Services Under This Contract. If The Insurance Is On A Claims-made Basis And Evidence Of An Extended Reporting Endorsement Is Not Provided Prior To The Commencement Of Services, Evidence Of Such Endorsement Shall Be Provided To The Contracting Officer Prior To The Expiration Of This Contract. Final Payment Under This Contract Shall Be Withheld Until Evidence Of The Extended Reporting Endorsement Is Provided To The Contracting Officer. (e)the Policies Evidencing Required Insurance Shall Also Contain An Endorsement To The Effect That Any Cancellation Or Material Change Adversely Affecting The Government’s Interest Shall Not Be Effective Until 30 Days After The Insurer Or The Contractor Gives Written Notice To The Contracting Officer. If, During The Performance Period Of The Contract The Contractor Changes Insurance Providers, The Contractor Must Provide Evidence That The Government Will Be Indemnified To The Limits Specified In Paragraph (a) Of This Clause, For The Entire Period Of The Contract, Either Under The New Policy, Or A Combination Of Old And New Policies. (f)the Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (f), In All Subcontracts Under This Contract For Health Care Services And Shall Require Such Subcontractors To Provide Evidence Of And Maintain Insurance In Accordance With Paragraph (a) Of This Clause. At Least 5 Days Before The Commencement Of Work By Any Subcontractor, The Contractor Shall Furnish To The Contracting Officer Evidence Of Such Insurance. (end Of Clause) the Following Department Of Health And Human Services Acquisition Regulation Clauses Incorporated By Reference Also Apply: 352.224-70 Privacy Act Dec 2015 352.224-71 Confidential Information Dec 2015 352.226-1 Indian Preference Dec 2015 352.226-2 Indian Preference Program Dec 2015 352.237-70 Pro-children Act Dec 2015 352.237-70 Crime Control Act – Reporting Of Child Abuse Dec 2015 352.237-72 Crime Control Act – Requirements For Background Checks Dec 2015 352.237-73 Indian Child Protection And Family Violence Act Dec 2015 352.237-74 Non-discrimination In Service Delivery Dec 2015 352.237-75 Key Personnel Dec 2015 352.232-71 Electronic Submission Of Payment Requests Feb 2022 (a)definitions. As Used In This Clause – payment Request Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. (b) Except As Provided In Paragraph (c) Of This Clause, The Contractor Shall Submit Payment Requests Electronically Using The Department Of Treasury Invoice Processing Platform (ipp) Or Successor System. Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (c) The Contractor May Submit Payment Requests Using Other Than Ipp Only When The Contracting Officer Authorizes Alternate Procedures In Writing In Accordance With Hhs Procedures. (d) If Alternate Payment Procedures Are Authorized, The Contractor Shall Include A Copy Of The Contracting Officer’s Written Authorization With Each Payment Request. (end Of Clause) the Following Local Indian Health Service, Chinle Service Unit Special Instructions Also Apply: naihs-acq-01 Non-personal Services Dec 2020 the Government Shall Neither Supervise Contractor Employees Nor Control The Method By Which The Contractor Performs The Required Tasks. Under No Circumstances Shall The Government Assign Tasks To, Or Prepare Work Schedules For, Individual Contractor Employees. It Shall Be The Responsibility Of The Contractor To Manage Its Employees And To Guard Against Any Actions That Are Of A Personal Services Nature, Or Give The Perception Of Personal Services. If The Contractor Believes That Any Actions Constitute, Or Are Perceived To Constitute Personal Services, It Shall Be The Contractor's Responsibility To Notify The Contracting Officer (co) Immediately. (end Of Clause) naihs-acq-02 Non-personal Health Care Services Dec 2020 in Accordance With Far 37.401, This Is A Non-personal Health Care Services Contract, As Defined In Far 37.101, Under Which The Contractor Is An Independent Contractor. The Government May Evaluate The Quality Of Professional And Administrative Services Provided, But Retains No Control Over The Medical, Professional Aspects Of Services Rendered. The Contractor Indemnifies The Government For Any Liability Producing Act Or Omission By The Contractor, Its Employees And Agents Occurring During Contract Performance. The Contractor Must Maintain Medical Liability Insurance In The Coverage Amounts Identified In The Clause At 52.237-7 Indemnification And Medical Liability Insurance, Which Must Flow Down To Any Of The Contractor’s Subcontracts For Provisions Of Health Care Services. (end Of Clause) naihs-acq-03 On-call Or Stand-by Services Dec 2020 one (1) Qualified, Security-cleared Personnel In Accordance With The Technical Requirements Of The Contract Will Be Assigned To Standby Duty Each Week During The Contract’s Period Of Performance. Standby Duty Consists Of A Qualified Personnel Within Reach Of A Telephone Or Pager So That An Employee On Standby May Be Notified To Report For Work In Cases Of Emergency Outside Of Regularly-scheduled Working Hours. Standby Duty Does Not Require Any Interruption Of Personnel’s Normal Life Except To The Extent Of Making Arrangements So That The Personnel Can Be Reached By Telephone Or Pager Within A Reasonable Driving Time From The Place The Employee Normally Reports For Work. The Standby Personnel Is Expected To Report To Work Within Two (2) Hours From The Time The Personnel Was Notified. (end Of Clause) naihs-acq-06 Implementation Of Indian Health Manual Part 3, Chapter 20, Protecting Children From Sexual Abuse By Health Care Providers Jul 2021 indian Health Manual Part 3, Chapter 20 Establishes Policy For Protecting Children From Sexual Abuse By Health Care Providers. All Indian Health Service Contractors Must Complete A Government-provided, Training Module Associated With This Policy As An Integral Part Of The Onboarding Process, But No More Than 30 Days From The Date Of Onboarding. Failure To Complete The Mandatory Training May Be Cause For Adverse Action From A Minimum Of Temporary Suspension, To A Maximum Of Termination, From Appointment. the Contractor Is Required To Flow Down This Clause In Any Subcontract For Commercial Or Non-commercial Item. The Extent Of The Flow Down Shall Be As Required By The Clause. (end Of Clause) naihs-acq-08 Contracting Officer’s Representative Aug 2022 (a) Definition. “contracting Officer’s Representative (cor)” Means An Individual Designated In By The Contracting Officer As Authorized Personnel Responsible For The Technical Aspects Of The Contract And Serves As Technical Liaison With The Contractor. The Cor Is Also Responsible For The Final Inspection And Acceptance Of All Deliverables And Such Other Responsibilities As May Be Specified In The Contract. (b) Per Far Subpart 1.602-2(d): The Contracting Officer (co) Determines That This Contract Requires A Contracting Officer Representative (cor). The Contracting Officer Representative (cor) Is: tbd At Time Of Award. (c) Upon Award, The Cor Will Receive A Copy Of The Written Designation, Specifying The Extent Of The Cor’s Authority On Behalf Of The Co. (d) Limitations. The Cor Is Not Authorized To Make Any Commitments Or Changes That Will Affect Price, Quality, Quantity, Delivery, Or Any Other Term Or Condition Of The Contract. Any Contractor Request For Changes Shall Be Referred To The Co Directly Or Through The Cor. No Such Changes Shall Be Made Without The Express Written Prior Authorization Of The Co. (end Of Clause) naihs-acq-09 Unauthorized Commitments Sep 2023 (a) Definitions. contracting Officer Means A Person With The Authority To Enter Into, Administer, And/or Terminate Contracts And Make Related Determination And Findings. ratification Means The Act Of Approving An Unauthorized Commitment By An Official Who Has The Authority To Do So. unauthorized Commitment (uac) Means An Agreement That Is Not Binding Solely Because The Government Representative Who Made It Lacked The Authority To Enter Into That Agreement On Behalf Of The Government. (b) Policy. the Government Is Not Bound By Agreements With, Or Contractual Commitments Made To, Prospective Contractors By Individuals Who Do Not Have Delegated Contracting Authority. Unauthorized Commitments Do Not Follow The Appropriate Process For The Expenditure Of Government Funds. Consequently, The Government May Not Be Able To Ratify Certain Actions, Putting A Contractor At Risk For Taking Direction From A Federal Official Other Than The Contracting Officer (see Far 1.602-1) Government Employees Responsible For Unauthorized Commitments Are Subject To Disciplinary Action. Contractors Perform At Their Own Risk When Accepting Direction From Unauthorized Officials. Failure To Follow Statutory And Regulatory Processes For The Expenditure Of Government Funds Is A Very Serious Matter. (c) Procedure. any Agreement, Modification, Or Change To A Contractual Agreement Made By A Government Personnel Who Lack Authority Will Be Deemed An Unauthorized Commitment. The Government Is Not Liable To The Contractor Or Under The Terms Of The Contract, Financially Or Otherwise – Unless The Unauthorized Commitment Successfully Passes The Ratification Process. the Ratification Process Does Not Have Any Lead Time, Nor Does The Government Make Any Promise That An Unauthorized Commitment Will Be Ratified And, Therefore, The Contractor Would Be Paid. The Contractor Proceeds At Its Own Risk If Any Of The Terms Of The Contract Are Altered, Changed, Or Modified Without The Written Concurrence By A Contracting Officer. (end Of Clause) naihs-acq-10 Contractor Performance Assessment Sep 2023 (a) Policy. Past Performance Evaluations Shall Be Prepared At Least Annually And At The Time The Work Under A Contract Or Order Is Completed. Past Performance Evaluations Are Required For Contracts And Orders As Specified In Paragraphs (b) Of This Section, Including Contracts And Orders Performed Outside The United States. These Evaluations Are Generally For The Entity, Division, Or Unit That Performed The Contract Or Order. Past Performance Information Shall Be Entered Into Cpars, The Government-wide Evaluation Reporting Tool For All Past Performance Reports On Contracts And Orders. Instructions For Submitting Evaluations Into Cpars Are Available Athttp://www.cpars.gov/. (b) Applicability. The Contracting Office Will Evaluate And Document Contractor Performance For The Following Types Of Actions: contracts And Orders For Supplies Or Services That Exceed The Simplified Acquisition Threshold; construction Contracts That Exceed $750,000; architect-engineer Services Contracts Of $35,000 Or More; any Contract Action In (b)(1), (b)(2), Or (b)(3) Less Than The Aforementioned Thresholds But A Modification Increases Their Value To Exceed The Thresholds; And any Termination For Default For Construction Or Architect-engineer Services Regardless Of Value. (c) Procedures. the Contracting Office Shall – assign Responsibility And Management Accountability For The Completeness Of Past Performance Submissions. generally Provide For Input To The Evaluations From The Technical Office, Contracting Office, Program Management Office, And Where Appropriate, Quality Assurance And End Users Of The Product Or Service; identify And Assign Past Performance Evaluation Roles And Responsibilities To Those Individuals Responsible For Preparing And Reviewing Interim Evaluations, If Prepared, And Final Evaluations (e.g., Contracting Officers, Contracting Officer Representatives, Project Managers, And Program Managers). Those Individuals Identified May Obtain Information For The Evaluation Of Performance From The Program Office, Administrative Contracting Office, Audit Office, End Users Of The Product Or Service, And Any Other Technical Or Business Advisor, As Appropriate; And address Management Controls And Appropriate Management Reviews Of Past Performance Evaluations, To Include Accountability For Documenting Past Performance On Cpars. the Evaluation Should Include A Clear, Non-technical Description Of The Principal Purpose Of The Contract Or Order. The Evaluation Should Reflect How The Contractor Performed. The Evaluation Should Include Clear Relevant Information That Accurately Depicts The Contractor’s Performance, And Be Based On Objective Facts Supported By Program And Contract Or Order Performance Data. The Evaluations Should Be Tailored To The Contract Type, Size, Content, And Complexity Of The Contractual Requirements. (3) Evaluation Factors For Each Assessment Shall Include, At A Minimum, The Following: (a)technical (quality Of Product Or Service). (b)cost Control (not Applicable For Firm-fixed-price Or Fixed-price With Economic Price Adjustment Arrangements). (c)schedule/timeliness. (d)management Or Business Relations. (e)small Business Subcontracting, Including Reduced Or Untimely Payments To Small Business Subcontractors Whenfar 19.702(a) Requires A Subcontracting Plan. (e)other (as Applicable) (e.g., Trafficking Violations, Tax Delinquency, Failure To Report In Accordance With Contract Terms And Conditions, Defective Cost Or Pricing Data, Terminations, Suspension And Debarments, And Failure To Comply With Limitations On Subcontracting). offers Are Due: April 16, 2025 At 5:00 Pm Mst for Additional Information Or Questions About The Solicitation, Contact Whitney Shorty At 928-674-7489, Whitney.shorty@ihs.gov attachments: performance Work Statement - 804780
1881-1890 of 1974 archived Tenders