Bus Tenders
Bus Tenders
Batangas State University Tender
Software and IT Solutions...+2Electrical Goods and Equipments, Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Future Server Upgrade Of Internet And Pipeline Of Shared Storage System In The University" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Future Server Upgrade Of Internet And Pipeline Of Shared Storage System In The University" With An Approved Budget For The Contract (abc) Three Million Two Hundred Eighty-six Pesos And Sixty Centavos Only (php 3,000,286.60). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 1 Unit Apc Extended Run - Power Array Cabinet With Metered Rack Pdu The Apc® Symmetra Lx Extended Run Tower With 9 Sybt5 Provides Fast Serviceability And Reduced Maintenance Requirements Via Self-diagnosing, Field-replaceable Modules. Its Modular Design Increases Adaptability With An Open Architecture Configurable To Any It Environment And Can Be Deployed As A Nonstandby And Migrate To A Standby (ups) System. With Hot-swappable Batteries, Ensures Clean, Uninterrupted Power To Protected Equipment While Batteries Are Being Replaced And It Delivers Higher Availability Through Redundant Batteries. Battery Modules Connected In Parallel; Hot-swappable Batteries; Modular Design; Plug-and-play External Batteries; Stackable External Battery Frames; User-replaceable Batteries. Technical Specifications General Device Type Power Array Cabinet - External Battery Enclosure Type Plug-in Module Color Black Power Device Supported Battery Technology Lead Acid Input Voltage Ac 208 V Battery Quantity 9 (supported) 9 Technology Lead Acid Voltage Provided 120 V Miscellaneous Compliant Standards Csa, Ul 1778 956,502.60 Page 1 Of 5 Item No. Qty Description Total Manufacturer Warranty Service & Support Limited Warranty - 2 Years Environmental Parameters Min Operating Temperature 32 °f Max Operating Temperature 104 °f Humidity Range Operating 0 - 95% Dimensions & Weight Width 19 In Depth 28.6 In Height 23.7 In Weight 769.41 Lbs Compatibility Information Designed For P/n: Isxcr1sy16k16p5, Isxt216md1ri, Sya12k16i, Sya12k16ich, Sya12k16ixr, Sya12k16ixrch, Sya12k16p, Sya12k16pxr, Sya12k16rmi, Sya12k16rmich, Sya12k16rmp, Sya16k16i, Sya16k16ich, Sya16k16ixr, Sya16k16ixrch, Sya16k16p, Sya16k16pxr, Sya16k16rmi, Sya16k16rmich, Sya16k16rmp, Sya4k8i, Sya4k8p, Sya4k8rmi, Sya4k8rmp, Sya8k16i, Sya8k16ich, Sya8k16ixr, Sya8k16p, Sya8k16px798, Sya8k16pxr, Sya8k16pxrx798, Sya8k16rmi, Sya8k16rmich, Sya8k16rmp, Sya8k8i, Sya8k8p, Sya8k8px798, Sya8k8rmi, Sya8k8rmp, Sya8k8rmpnx424, Syaf16krmich Netshelter Metered Rack Pdu, 0u, 1ph, 3.3kw 208v 16a Or 3.7kw 230v 16a, 18 C13 And 2 C19 Outlets, C20 Inlet (10 Units) Key Features Output Connections: - (2) Iec 60320 C19 - (18) Iec 60320 C13 Nominal Output Voltage: 100v, 200v, 208v, 230v Nominal Input Voltage: 200v, 208v, 230v Input Connections: Iec 60320 C20 Technical Specifications Output Overload Protection: No Maximum Total Current Draw: 16 Input Input Frequency: 50/60 Hz Acceptable Input Voltage: 100 - 240vac Load Capacity: 3300va Maximum Input Current: 20a Regulatory Derated Input Current (north America): 16a Physical Maximum Height: 902mm, 90.2cm Maximum Width: 56mm, 5.6cm Maximum Depth: 44mm, 4.4cm Page 2 Of 5 Item No. Qty Description Total Net Weight: 2.93kg Shipping Weight: 4.19kg Shipping Height: 1124mm, 112.4cm Shipping Width: 162mm, 16.2cm Shipping Depth: 107mm, 10.7cm Color: Black Environmental Operating Temperature: -5 - 60 °c Operating Relative Humidity: 5 - 95 % Operating Elevation: 0 - 3048meters Storage Temperature: -25 - 65 °c Storage Relative Humidity: 5 - 95 % Storage Elevation: 0 - 15240meters Conformance Approvals: Csa C22.2 No 60950, Iec 60950, Meti Denan, Ul 60950-1, Vde Standard Warranty: 2 Years Repair Or Replace Sustainable Offer Status Rohs: Compliant Pep: Available In Documentation Tab Eoli: Available In Documentation Tab 2 6 Unit Apc8841 Metered Pdu (rackmount) Rack Pdu 2g, Metered-by-outlet, Zerou, 30a, 200/208v, (21) C13 & (3) C19 375,984.00 3 1 Piece Aluminum Telescopic Ladder Telescopic Ladder Size 5.0 M Weight 17.7 Kg Dimensions (wxh Cm) Closed 48 X 90 Open A Position 48 X 250 Straight Position 48 X 500 11,800.00 4 6 Unit Base Station Antenna Tri-radio Wifi 5 Ap With 12 Spatial Streams And A Selectable Beamforming Antenna, Designed For High-density Applications At Large Venues. Wifi 5 (5 Ghz Only) 12 Spatial Streams 465+ M² (5,000+ Ft²) Open Space Coverage 1,500+ Connected Devices Powered Using Poe++ (1) Gbe And (1) 10 Gbe Uplink Versatile Wall And Pole Mounting Phased Array Antenna System With Software-adjustable Coverage (50° Or 90°) Weatherproof (outdoor Exposed) 510,000.00 5 20 Unit Battery Module (sybt5) Sybt5 Apc Symmetra Lx 4kva Battery Module 720,000.00 6 20 Unit Lot 4: Ethernet Cards Network Adapter The Equipment Shall Be Brand New And Free From Defects Device Type: Network Adapter Form Factor: Plug-in Card - Low Profile Interface (bus) Type: Pci Express 3.0 Pci Specification Revision: Pcie 3.0 Ports: 10gb Ethernet X 2 Connectivity Technology: Wired Cabling Type: Ethernet 10gbase-t Data Link Protocol: 10 Gigabit Ethernet, Fibre Channel Over Ethernet (fcoe), Iscsi 336,000.00 Page 3 Of 5 Item No. Qty Description Total Data Transfer Rate: 10 Gbps "capacity: Qos Virtual Ports: Up To 64 Vlan Tags: Up To 4096" Network / Transport Protocol: Tcp/ip, Udp/ip, Ipsec, Iscsi, Smb, Nfs, Sctp Remote Management Protocol: Snmp, Dmi 2.0 "features: Mac Address Filtering, Ipv6 Support, Quality Of Service (qos), Virtual Machine Device Queues (vmdq), Ipv4 Support, Single Root I/o Virtualization (sr-iov), Tcp Segmentation Offload (tso), Pxe 2.0 Support, Extended Message-signaled Interrupts (msi-x), Virtual Extensible Lan (vxlan), Network Virtualization Using Generic Routing Encapsulation (nvgre), Intel Flow Director, Flexible Port Partitioning (fpp), Multi-mode I/o Virtualization Operations, Vlan Filtering, Intelligent Offloads" Compliant Standards: Ieee 802.1q, Ieee 802.1qbg Interfaces: 2 X 10gbase-t - Rj-45 Included Accessories: Low-profile Bracket Compliant Standards: Plug And Play, Rohs "os Required: Linux Kernel 2.6 Or Later Microsoft Windows Server 2008 R2 X64, Microsoft Windows Server 2012 X64, Microsoft Windows Server 2012 R2 X64, Windows 7/8/8.1/10 X64 Vmware Esxi 5.5 Or Later Red Hat Enterprise Linux 6.7 Or Later Suse Linux Enterprise Server 11 Or Later Freebsd 10.2 Or Later" 7 30 Unit Sfp-10g-t Compatible Taa 100/1000/10000base-tx Sfp+ Transceiver (copper, 30m, Rj-45) Technical Specifications Compatible Oem: Dell® Compatible With Oem Part Number(s): Sfp-10g- T Transceiver Type: Tx Reach: 30m Connector: Rj45 Form Type: Sfp+ Wavelength: N/a Media: Copper Speed Description: 10-gigabit Environment: 0 To 70c Speed: 100/1000/10000base Dom: Non:dom Physical Specifications Product Shipping Dimension(hxwxd): 1.2 In. X 2.75 In. X 4.75 In. Product Shipping Weight(lb): 0.4 Miscellaneous Country Of Origin: Usa/uk Eccn: 5a991 Hts-harmonized Code (uk): 85176200 Hts-harmonized Code (us): 8517.62.0090 Taa Compliant: Yes Unspsc Code: 43201553 Upc Code: 821455820278 What's In The Box: 1x Transceiver 90,000.00 Page 4 Of 5 Item No. Qty Description Total Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 13, 2025. E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date13 Jan 2025
Tender AmountPHP 3 Million (USD 51.3 K)
Municipality Of Batuan, Bohol Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Batuan Abstract Of Bid/bill Of Quantities ____________________________ ____________________________ ____________________________ Sealed Proposals,plainly Marked''proposals For Supplying To The Government''subject To The Terms And Conditions Set Forth Will Be Received On_______________ Of _________________ And Publicly Opened In The Presence Of The Members Of The Bids And Awards Committee Or Their Duly Authorized Representatives. Item Qty Unit Item Description Unit Cost Total Cost 1 Unit Professional Digital Console Microphone Mixer 20 Channels, 12 Stereo Microphone Inputs 4 Stereo Signal Audio Inputs, 2 Stereo Signal Outputs, 6 Sub/bus Out Signal, 1 Head Room Out, Digital Touch Screen Display For Easy Calibration, Individual Parametric Graphic Equalizers At 26 Equalizers, Hot Spot Operated At Google Play Remote Control/can Be Control On Any Android Gadgets, 5 Inch 7 Inch Touch Screen Display, All With Matrix Adjustmt Gate & Compressor Control, With Vocal Effects Processor, 3 Heavy Duty, Studio Master Digilive. 1 Unit Professional Digital Audio Processor Digital Speaker Management * Take Control Of Your Pa System With This State -of-the[1]art Loudspeaker Management System * Automatically Set Up Your Pa With Updated Wizard Functions *take Control Of The Drive Rack Pa2 With Your Favorite Mobile Device Or Laptop *enhanced Advanced Feedback Suppression And Autoeq Functions *includes Dbx's Legendary Compression *works With Android, Ios, Mac, And Windows Devices *built-in Crossover, Limiting, And Driver Alignment Delays 4 Units Professional Passive Sound Reinforced Speaker System, Dual 15 Inch With 4 Inch Compression Driver Unit, By Amp Design, 2500 Watts Each (rms), Plybeirge Box Enclosure, Long Thru Voice Quality At 110 Degrees Voice Caption Dipression, Heavy Duty Series 9 Units Professional Sound Reinforced Self Powered (powered) Speaker System With Compression Driver Unit, 12 Inch Speaker Driver With Compression Driver Unit, 500-800 Watts (rms) Self- Powered, Digital Back Control Display, With Tone Control And Gain Control 4 Units Professional Sound Reinforced Sublow Passive Speaker, Customed Made Speaker Enclosure At Textured Finished, W-box Jbl Design Customed With Unit Of 1,600w Rms- Original P. Audio 18 Inch Speaker Inclusion Heavy Duty, All Weather Passive 2 Units Professional Stereo Power Amplifier For Sublow Speaker Use, Toroidal Power Supply At 2000-4000 Watts (rms) Per Channelx 2, Powerful Power Transitor Type, Heavy Duty 2 Units Professional Stereo Power Amplifier For Mid Low- Mid Hi-use, Toroidal Power Supply At 1800-3000 Watts (rms) Per Channelx2, Powerful Power Transitor Type, Heavy Duty, 1 Unit Professional Professional Stereo Power Amplifier For Hi Mid Hi-use, Toroidal Power Supply At 800-2000 Watts (rms) Per Channelx 2, Powerful Power Transitor Type, Heavy Duty 1 Set Professional Wireless, Handheld Microphone System, 2 Handheld Mic In One Set At Uhf Frequency Battery Operated, Plus Ufh Main Receiver In One Set Ufh Frequency, 220v, 100 Meters Caption, 1 Unit Professional Automatic Voltage Regulator, With Time Delay, Servo Motor Type, With Volt Meter And Amphe- Re Meter, Dual Toroidal Power Supply, Prevents Fluctuation Of Electricity From Low Voltage To Hi Voltage To Electrical Normalization, 20,000 Watts-(20kva) Heavy Duty 1 Lot Hardware, Bolt, Screws, And Other Electrical Ancilaries For Electronic And Electrical Connectivity That Includes Bracketing For The Bleacher Speaker System, Its Safety Cabling And Audio And Electrical Terminal 1 Set Professional Snake Box Customized From Operator S Booth To Signal To User 16 I 4 Returns 4 Rolls Professional Stereo Signal Cable, 99.99 Percent Copper Pure, 400 Ohms, Copper Pure, Heavy Duty, 4 Rolls Professional 16-2 Cable Enclosure In One Insulation With Ground, Royal Cord 16-2, 99.99 Percent Copper, Oxygen Free, Use As Speaker Cable/ Supply Cable: 40 Pairs Professional Xlr Male And Female Connectors, 1 Lot Professional Systems Installation Fee That Includes A) Bracketing B) Mounting Of Equipments C) Programming D) Calibration E) Termination F) Orientation To End User G) Orientation To Basic Maintenance Of The Said Supply Note: Along With This Package Is A Free 1 Set Of Stage Search/spotlight Red-green-blue-white Spot Colors 1 Set Supply And Professional Installation Of Led Wall With Protective Roll Up Covers, Its Framing Programming, Accessories And Electrical Supply Inclusions Per Set: 1 Set 60 Panels Of Led Wall At 50cmx50cm Per Set-- At P3.9 Projection Contrast Rate, Fine Quality, Ip66-67 All Weather Outdoor Led Wall Sytem, Water And Heat Proof, Programmable, Ultra High Definition, All Colors Available Real And Bright Image Projection, Can Form To Landscape Or Portrait Set Up Approximate Measurement When Assembled Per 40 Panels Of 50cm X 50cm= 8.65 Ft X 11.80 Ft 1 Unit- Led Wall Driver/ Controller, Heavy Duty 1 Unit: 30kva/30,000 Watts Automatic Voltage Regulator, Toroidal Power Supply With Voilt Meter And Ampere Meter Equipt With Time Delay And Servo Motor Type, Adopts Electricity Fluctuation Both Low And High Voltage, Heavy Duty 1set Metal Frame For Fixed Installation On The Stage 1 Set Protective Roll Ups, Stainless Steel Metal With Vertical Metal Support, Horizontal Roll Up Blades As Protective Cover, Heavy Duty, Customed Made 1 Unit Professional Computer Set With 24 Inch Computer Set Monitor, Computer Specs: *amd Ryzen 7 5700x 3.4ghz (4.6ghz Max Boost) Cpu Processor I 1tb Nvme Ssd Up To 30x Faster Than Traditional Hdd I 240mm Aio *nvidia Geforce Rtx 3060 12gb Gddr6 Graphics Card (brand May Vary) I 16gb Ddr4 Ram 3200 Gaming Memory With Heat Spreader I Windows 11 Home 64-bit *802.11 Ac I No Bloatware I Graphic Output Options Include 1x Display Port Guaranteed, Addiotional Ports May Vary I Usb Ports Including 2.0, 3.0, And 3.2 Gen 1 Ports I Hd Audio And Mic I Free Gaming Keyboard And Mouse *4 X Rgb Ring Fans For Maximum Air Flow, 11th Gen 1 Set Electrical Cables Its Safety Earth Groundings, Panels And Switches 1 Lot Professional Systems Installation That Includes Mounting Of Led Walls, Bracketing, Program Ming, Termination, Calibration And Orientation To End User 1 Unit Professional Stage And Entertainment Lighting And Effects Control With Bright Screen, Increased Processing Power, And Faster Graphics Engine, The Tiger Touch Ll Is The Most Specified Titan Console. * Represents The Perfect Combination Of Power And Portability * Small And Light Enough To Fly In Standard Hold Luggage *smpte Time Code Support And A Button Layout To Match The Entire Titan Range Quicksketch Labelling For Ultimate Personalization Powerfull Multi-user Networking With Any Titan Console Create Huge Effects In Seconds With Key Frame Shapes Feature-packed Cue Lists Supporting Macros, Tracking, Autoloads, Timecode And More Expand Dmx Channel Capacity With Titan Net Processors Synergy-ready. Add Any Ai Product To Unlock Seamless Video Integration 10 Unit Professional Beam 295 Moving Head Lights With Touring Hard Case Good For 2 Moving Heads Equivalent To 5 Touring Hard Case For 10 Units Of Beam 295 Features: 14r 295w Beam Moving Head Light Lamp: Roccer 14r 295w Channel Mode: 18 Dmx512 Channel Amazing Dot Matrix, Four Tact Switch, 180◦ Turning Show Color Wheel: 14colors + White, And Seven Colors Effect Gobowheel: 14 Gobos (8fixed Gobos + 5 Glasses Gobos + White) Effect Wheel: 6 Independent Prisms, 8 Prism/ T Prism/ 6+12 Prism/16 Prism/t Prism/8+16+24 Prism, Can Combine 17 Kinds Of Prism Effects 32 Units Professional Par Led Light Stage Color Changer Lights, Red Green Blue White Color Combination Heavy Duty 3 Watter Equals 162 Watts Over All At 54 Bulb Or 18 Bulbs At 9 Watts Per Bulb 2 Units Professional Crank Case Type Tripod Heavy Duty Lighting Stand Controls Up And Down Of Installed Lights, Easy Movable In Different Angles, Load Up To 70 Lkgs, Can Accommodate 8 Units Of Par Led Lights 2 Units Professional Power Smoke Machine System With 2 Liters Unscented Smoke Fluid Free Each Machine 1,500 Watts 4 Rolls Number 16 Pure Copper Power Dupex Cable, Heavy Duty, Philippine Standard Strand 5 Rolls Professional Dmx Cable, Signal Microphone Cable 100-400 Ohms Impedance, Heavy Duty, Pure Copper 99.99 Percent Coper, 2 Shielded Plus One Ground Wire In One Consolidated Cable, 4 Units Professional Dmx Lightings Signal Splitter, Heavy Duty At 8 Splits 1 Units Professional Automatic Voltage Regulator 30 Kva (30,000 Watts) With Ampere Meter And Volt Meter, Equip With Time Delay, Servo Motor Type, Toridal Power Supply, Dual Power Supply Winding At Pure Copper At Power Supply In One Cabinet, Enclose In One Stainless Steel Metal Cabinet, With Locking System And Caster Wheel For Mobility Protects All Lighting Equipments From Power Interruption That May Cause Power Fluctuation Form Low Voltage And Hi Voltage To Normalization Or Voltage Normalization 1 Lot Electronics Connector For All Electronic Connectivity 1 Lot Electrical Connectors, Panels, Outlets And Plugs 1 Lot Professional Systems Installation That Includes: A) Bracketing B) Mounting Of Equiptments C) Programming D) Calibration E) Termination F) Orientation To End User G) Orientation To Personnel To Operate On Basic Programming And Maintenance Of The Said Supply Total Total Bid/quotation Should Not To Exceed The Approved Abc Name Of Project: Purchase Of Supply Of Audio And Lighting Equipment With Systems Programming And Led Wall For Batuan Gymnasium Place Of Delivery:pob. Sur , Batuan, Bohol Time Of Delivery:__________________ Date Of Delivery:___________________ Bid Security Surety (5%) Cash Guarantee (2%) I Hereby Certify That The Above Articles Are Actually Carried In Stock By Me. The Terms And Conditions Specified Above Are Hereby. _______________________________ Name & Signature Of Bidder Eliseo B. Sumampong Bac Chairman
Closing Date3 Jan 2025
Tender AmountPHP 4 Million (USD 69 K)
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Others
United States
Details: The Federal Bureau Of Prisons Seeks A Contractor To Provide Community-based Outpatient Substance Use Disorder And Mental Health Treatment Services To Male And Female Adults In Custody (aics) In Community Placement Residing In A Residential Reentry Center (rrc), On Home Confinement, Or On Federal Location Monitoring Or, If Applicable, Reporting To A Day Reporting Center, In Fort Worth, Texas.
services Are Needed Within A Six (6) Mile Radius Of Fritz G Lanham Federal Building, 819 Taylor Street, Fort Worth, Texas, 76102 And Within A Half (½) Mile To A Bus Stop. This Requirement Will Ensure The Contractor Is Located Within Walking Distance Of Public Transportation, Aics Are Not Subjected To Walking Long Distances In Inclement Weather, And Accountability Of Aics Is Maintained At The Performance Site(s).
services Are To Be Delivered In-person At Performance Site(s) Meeting The Solicitation Restrictions And May Also Be Provided By Telehealth, According To Sow Requirements. Telehealth Is Defined As Audio-visual, Two-way Interactive Communication. Audio-only Services Are Allowed In Limited Circumstances And Requires Pre-approval. The Method Of Service Delivery Is Contingent On The Requirements Of The Contract, Contractor Capabilities, Accessibility And Technical Availability Of The Aic, And The Type Of Service Being Rendered, E.g., Intake And Clinical Assessments Must Be Provided In-person, Unless Preauthorized On A Case-by-case Basis. The Use Of Telehealth For The Delivery Of Services Must Not Be Simply For The Sake Of Convenience For The Contractor Or The Aic But Based On Sound Clinical Judgment, Resulting In A Treatment Delivery Of Both In-person And Telehealth Services, As Defined Above, With Very Limited Or No Audio-only Services Taking Place.
performance Periods Under This Contract Will Be For A One-year Base Period Estimated To Begin On March 01, 2025, With Four (4) One-year Option Periods, With Services Ending (if All Options Years Are Renewed) On February 28, 2030. The Services Required For This Contract Include A Base Year; Option Year One, Option Year Two, Option Year Three, And Option Year Four.
all Treatment Services Are To Be Provided By Clinicians Who Currently Hold A Professional License To Practice Independently, Without Supervision, In The State Of Texas.
the Estimated Requirements For Community Treatment Services For Male And Female Federal Offenders Includes:
base Year: Estimated Number Of Units
use The Guaranteed Maximum Quantity When Developing The Total Amount.
supplies/services Min Quantity / Max Quantity
substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120
substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50
substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400
substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120
co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50
substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800
substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100
mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120
mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50
mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120
psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120
crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10
mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200
mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100
mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360
option Year One: Estimated Number Of Units
use The Guaranteed Maximum Quantity When Developing The Total Amount.
supplies/services Min Quantity / Max Quantity
substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120
substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50
substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400
substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120
co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50
substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800
substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100
mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120
mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50
mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120
psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120
crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10
mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200
mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100
mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360
option Year Two: Estimated Number Of Units
use The Guaranteed Maximum Quantity When Developing The Total Amount.
supplies/services Min Quantity / Max Quantity
substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120
substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50
substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400
substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120
co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50
substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800
substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100
mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120
mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50
mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120
psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120
crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10
mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200
mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100
mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360
option Year Three: Option Year One: Estimated Number Of Units
use The Guaranteed Maximum Quantity When Developing The Total Amount.
supplies/services Min Quantity / Max Quantity
substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120
substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50
substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400
substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120
co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50
substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800
substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100
mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120
mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50
mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120
psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120
crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10
mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200
mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100
mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360
option Year Four: Estimated Number Of Units
use The Guaranteed Maximum Quantity When Developing The Total Amount.
supplies/services Min Quantity / Max Quantity
substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120
substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50
substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400
substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120
co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50
substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800
substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100
mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120
mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50
mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120
psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120
crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10
mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200
mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100
mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360
potential 6 Month Ext: Estimated Number Of Units
use The Guaranteed Maximum Quantity When Developing The Total Amount.
supplies/services Min Quantity / Max Quantity
substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120
substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50
substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400
substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120
co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50
substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800
substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100
mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120
mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50
mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120
psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120
crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10
mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200
mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100
mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360
the Requirements For The Base Period May Change, Depending On The Actual Date Of Award.
these Services Shall Be In Accordance With The Federal Bureau Of Prisons (bop) Community Treatment Services (cts) Statement Of Work, 2022. The Request For Quotation Will Be Available On Or About January 29, 2025, And Will Be Distributed Solely Through The General Services Administration’s Website Http: //www.sam.gov.
hard Copies Of The Quotation Will Not Be Available. The Site Provides Downloading Instructions. All Future Information About This Acquisition, Including Quotation Amendments, Will Be Distributed Solely Through This Site. Interested Parties Are Responsible For Monitoring This Site To Ensure That They Have The Most Up-to-date Information About This Acquisition.
the Estimated Closing Date Will Be On Or About February 19, 2025 At 12 Pm Est.
this Requirement Will Be Set-aside For Small Businesses. The Bureau Anticipates Awarding An Indefinite Delivery, Indefinite Quantity Type Contract With Firm-fixed Unit Prices. All Responsible Business Concerns May Submit A Quote Which Will Be Considered By This Agency. Questions Concerning This Pre-solicitation Notice Should Be Directed To Kathaleen Cannon, Contracting Officer, At 202-598-6137 Or Via Email To Kacannon@bop.gov Considering The Solicitation Notice Posting On Sam.gov On Or About January 29, 2025.
Closing Date24 Jan 2025
Tender AmountRefer Documents
Landkreis Elbe Elster Tender
Civil And Construction...+1Road Construction
Germany
Details: Expansion Od Buckau, 2nd phase: removing/milling asphalt pavement, approx. 3,000 m² road surface construction - asphalt pavement in deep installation, approx. 3,550 m² road surface renewal - asphalt pavement in high installation, approx. 400 m² high and round curbs, approx. 1,100 m curbs with integrated drainage (high curb gutter) - incl. Drainage Approx. 100 m of rainwater canal Dn 300 Approx. 70 m of rainwater canal Dn 500 to Dn 600, Approx. 350 m of street drains 27 pieces of shafts (dn1000 - Dn1500) 13 pieces of marking and signage work Pavement fixing - sidewalk, driveways Approx. 1,450 m² of deep concrete curbs Approx. 950 m of topsoil covering, grass seeding Approx. 1,200 m² of bus stops with tactile elements and 1 waiting shelter
Closing Date7 Jan 2025
Tender AmountRefer Documents
Stadt K Nigs Wusterhausen, Dezernat Zentrale Dienste Und Finanzen, Amt Verwaltungsmanagement, Sachgebiet Vergabe Vertragsmanagement Tender
Civil And Construction...+1Civil Works Others
Germany
Details: The town of Königs Wusterhausen intends to award the construction work in the construction project "conversion of bus stops with crossing aid and car park Niederlehmer Chaussee L30" in 15713 Königs Wusterhausen - Ot Wernsdorf. The subject of this tendering procedure is the construction preparation / clearing of the construction site. Rough quantities of the measure: 1. Construction site preparation - setting up and clearing the construction site - maintaining the construction site - staking out the construction area - erecting, maintaining and removing 20.00 m of construction fencing 2. Traffic safety - traffic law. Obtaining orders - 20.00 m of protective fence erected - clearing - moving the protective fence 3. Demolition, felling and clearing work - 23.00 pieces of felling trees, trunk circumference 30 - 50 cm - 18.00 pieces of felling trees, trunk circumference >50 - 100 cm - 27.00 pieces of felling trees, trunk circumference >100 - 200 cm - 2.00 pieces of felling trees, trunk circumference >200 cm - 250 cm - 3,500.00 m2 of building site clearing branches, growth, trunk circumference. Up to 50 cm - professional disposal of cuttings, trunks, roots and crown material
Closing Date8 Jan 2025
Tender AmountRefer Documents
National Road and Highway Directorate Tender
Machinery and Tools
Poland
Details: The subject of the Order is the preparation of design documentation, obtaining the necessary opinions, decisions and execution of construction works of the target layout of national road no. 42 as part of the reconstruction of the road on the section from approx. km 133+240 to approx. km 135+430. The above section constitutes a fragment of national road no. 42 and is located in the Łódź Province, in the Radomsko County, in the Municipality of M. Radomsko. The scope of the Order will include the development of design documentation and execution of works including, among others: 1) reconstruction of the road surface structure, 2) adaptation of the road to a load-bearing capacity of 115 kn/axle, 3) construction of a 3.0 m wide pedestrian and bicycle path on the left side, 4) construction of a 2.0 m wide pedestrian path on the right side, 5) reconstruction/construction of bus bays with platforms, 6) construction of a storm drain along national road no. 42, 7) construction of a sanitary canal located in the strip of national road no. 42, 8) construction of lighting including the construction of dedicated lighting at pedestrian crossings, 9) construction of a service canal, 10) reconstruction of the water supply, 11) Reconstruction of the conflict, 12) Reconstruction of exits, 13) Cutting down trees, 14) Making changes and additions to the traffic organization, 15) Removing the existing and making new horizontal and vertical markings, 16) Reconstruction and regulation of the existing drainage ditches in the investment area, 17) Reconstruction of the existing roads in the scope of the conflict with the national road.
Closing Date3 Jan 2025
Tender AmountNA
Moravskoslezsky Region Road Administration, Contribution Organization Tender
Civil And Construction...+1Civil Works Others
Czech Republic
Details: The Subject of the Public Procurement is the Conclusion of a Contract for Works with a Single Supplier for the Construction of a Temporary Roundabout of Mostní X Frýdecká Streets in the Area of Existing Paved Areas Managed by the Contracting Authority. A Combination of Horizontal and Vertical Markings Together with Traffic Equipment is Used for the Design. Technical Specification: Within the Existing Area, It Is Possible to Place a Mesh with a Max. External Diameter of 19.50 M in Place. The Middle Island Is Designed from Concrete City Block Elements of 1.0 M Length, Which Will Be Placed According to the Trajectories of the Passage of the Longest Vehicle Considered in the Place, Which May Be a Bus of 15.00 M Length or a Semi-trailer. The classic concrete ring road is proposed to be replaced by installing short transverse speed bumps, which will direct passing vehicles (especially passenger and delivery vehicles) to the proposed ring road. The islands at the entrance to the intersection are proposed to be made from a combination of Vdz V4 0.25 and V13, in which a plastic beacon Honor will be placed. The minimum width of the entrance lane to the intersection is designed to be 4.05 m. In the direction of travel from Ul. Mostní to Ul. Pulnicíté, a modification is then designed from City Block elements with a length of 2.0 m, limiting the tangential passage of vehicles in this direction. The proposed solution is graphically shown in drawing number 1. The trajectories of the selected vehicles are shown in drawing number 2. The marking of the traffic signs is shown in drawing number 3. All these drawings are part of the processed project documentation.
Closing Date13 Jan 2025
Tender AmountCZK 430 K (USD 17.6 K)
DEPT OF THE NAVY USA Tender
Telecommunication Services
Corrigendum : Closing Date Modified
United States
Description: Request For Quote
telecom Supplies
this Is A Request For Quote. This Is Not An Order. This Document Is Not Legally Binding And Does Not Commit The Us Government In Anyway.
this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In 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.
this Solicitation Is A 100% Small Business Set Aside. Naics 517112
upon Completion Of This Quote, Please Email Your Response To Sgt Dario Gonzalez At Dario.gonzalez@usmc.mil. All Quotes Are Due To The Responsible Contracting Office No Later Than Mondayjanuary 27, 2025 @ 4:00 P.m. Eastern Standard Time Quotes May Not Be Accepted Past The Aforementioned Date & Time Specified.
the U. S. Government Intends To Award A Firm Fixed Price Purchase Order To The Successful Offeror Of This Rfq. Award Will Be Made To The Responsible Offeror Whose Offer Conforming To The Request For Quote Will Be Most Advantageous And Provide The Best Value To The Government, Price And Other Factors Considered. All Quotes Must Comply As Follows:
all Quotes Shall Be Evaluated On The Ability To Meet Required Saliant Characteristics, Delivery, And Cost. A Quote That Is So Lacking In Information, That A Proper Evaluation Would Require Elaborate Explanation, May Be Deemed Technically Unacceptable.
quotes Must Confirm That The Offered Items And/or Services Are In Accordance With The Saliant Characteristics As Outlined Within This Rfq.
the Offeror Shall Submit A Quotation That Includes All Prices For The Listed Items And The Delivery Dates For Each Item.
the Basis Of Award For This Solicitation Will Be “price And Other Factors”. The Government Will Determine Best Value By Reviewing The Following Factors. All Evaluation Factors Other Than Cost Or Price, When Combined, Are Approximately Equal To Cost Or Price..
price;
past Performance
other Factors (other Factors Include But Are Not Limited To Technical Acceptability, Delivery Time If All Offers Are Longer Than The Requested Rdd)
to Be Eligible For Award Under This Rfq, Contractors Must Respond To This Rfq By The Closing Date And Time As Referenced Above. Failure To Submit The Required Information May Result In Your Quotation Being Considered Non-responsive.
the Government Intends To Make One Aggregate Award Resulting From The Rfq But Reserves The Right To Make Multiple Awards Without Discussions. The Government Will Determine The Awardee Based On The Quote That Provides The Overall Best Value To The Government, Price And Other Factors Considered. To Be Found Technically Acceptable, Vendor Must Meet All The Requirements In The Solicitation. Quotes Shall Be Evaluated Based On Technical Acceptability, Price, Delivery, And Satisfactory Past Performance.
5. The Contractor Shall Quote The Requested Items As Detailed Below In Us Dollar, (usd).
********** Please Provide The Following Information **********
company Name:
address:
phone Number:
point Of Contact:
e-mail Address:
********system For Award Management (sam) Information*******
uei:
cage Code:
authority Of Government Personnel
notwithstanding Any Provision To The Contrary Contained Elsewhere In This Solicitation, The Contracting Officer Is The Only Person Authorized To Approve And Issue Amendments To This Solicitation. Any Amendment To This Solicitation, In Order To Be Effective, Shall Be Issued By The Contracting Officer.
minimum Government Requirements
the Referenced Brand Names Are Not Intended To Be Restrictive But Represent The Minimum Requirements Of The Government. It Is The Bidder’s Responsibility To Furnish Sufficient Information To The Government To Determine Acceptability Of The Offered "equal" Items. It Is The Governments Intent To Award One Aggregate Award But Reserves The Right To Make Multiple Awards.
(quote) Total Amount:
usd
clin
description
u/i
qty
price
detailed Description
required Delivery Date
0001
unlocked Smart Phone
ea
10
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0002
unlocked Wifi Puckwith Ethernet Port
ea
4
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0003
integrated Services Router (isr)
ea
4
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0004
international Prepaid Phone Sim Cards (can Be Esim/esim
voucher/physical Sim)
ea
12
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0005
international Prepaid Data Only Sim Cards (can Be Esim/esim
voucher/physical Sim)
ea
8
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
clauses Incorporated By Full Text
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/
(end Of Provision)
52.252-2clauses 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/
(end Of Clause)
clauses Incorporated By Reference
52.204-7
system For Award Management
oct 2016
52.204-13
system For Award Management Maintenance
oct 2016
52.204-16
commercial And Government Entity Code Reporting
jul 2016
52.204-18
commercial And Government Entity Code Maintenance
jul 2016
52.204-21
basic Safeguarding Of Covered Contractor Information Systems
jun 2016
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.
aug 2019
52.204-25
prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
aug 2019
52.212-1
instructions To Offerors--commercial Items
oct 2018
52.212-3
offeror Representations And Certifications--commercial Items (aug 2018) Alternate I
oct 2014
52.212-4
contract Terms And Conditions – Commercial Items
jan 2017
52.232-39
unenforceability Of Unauthorized Obligations
jun 2013
52.232-40
providing Accelerated Payments To Small Business Subcontractors
dec 2013
52.240-1
prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities
nov 2024
52.247-34
f.o.b. Destination
nov 1991
252.203-7000
requirements Relating To Compensation Of Former Dod Officials
sep 2011
252.204-7004
antiterrorism Awareness Training For Contractors
feb 2019
252.204-7012
safeguarding Covered Defense Information And Cyber Incident Reporting
oct 2016
252.204-7015
notice Of Authorized Disclosure Of Information For Litigation Support
may 2016
252.211-7003
item Unique Identification And Valuation
mar 2016
252.223-7008
prohibition Of Hexavalent Chromium
jun 2013
252.225-7040
contractor Personnel Supporting U.s. Armed Forces Deployed Outside The United States
oct 2015
252.225-7043
antiterrorism/force Protection Policy For Defense Contractors Outside The United States
jun 2015
252.225-7993 (dev)
prohibition On Providing Funds To The Enemy (deviation 2015-o0016)
sep 2015
252.232-7003
electronic Submission Of Payment Requests And Receiving Reports
june 2012
252.232-7006
wide Area Workflow Payment Instructions.
jan 2023
252.232-7010
levies On Contract Payments
dec 2006
252.237-7010
prohibition On Interrogation Of Detainees By Contractor Personnel
jun 2013
252.244-7000
subcontracts For Commercial Items
jun 2013
252.246-7004
safety Of Facilities, Infrastructure, And Equipment For Military Operations
oct 2010
252.247-7023
transportation Of Supplies By Sea
apr 2014
clauses Incorporated By Full Text
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (dec 2023)
(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 2004s) (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: [contracting Officer Check As Appropriate.]
___ (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.)
___ (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).
___ (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).
____ (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 (sep 2023) (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 Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15 U.s.c. 657f).
____ (26) (i) 52.219-28, Post-award Small Business Program Rerepresentation (sep 2023) (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).
x (32) 52.222-19, Child Labor--cooperation With Authorities And Remedies (nov 2023) (e.o. 13126).
____ (33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
____ (34)(i) 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246).
____ (ii) Alternate I (feb 1999) Of 52.222-26.
____ (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.
____ (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.
____ (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).
____ (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 (jun 2016) (e.o. 13693).
____ (43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693).
____ (44)(i) 52.223-13, Acquisition Of Epeat® Registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514).
____ (ii) Alternate I (oct 2015) Of 52.223-13.
____ (45)(i) 52.223-14, Acquisition Of Epeat® Registered Televisions (jun 2014) (e.o.s 13423 And 13514).
____ (ii) Alternate I (jun 2014) Of 52.223-14.
____ (46) 52.223-15, Energy Efficiency In Energy-consuming Products (may 2020) (42 U.s.c. 8259b).
____ (47)(i) 52.223-16, Acquisition Of Epeat®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514).
____ (ii) Alternate I (jun 2014) Of 52.223-16.
x (48) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513).
____ (49) 52.223-20, Aerosols (jun 2016) (e.o. 13693).
____ (50) 52.223-21, Foams (jun 2016) (e.o. 13693).
____ (51)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
____ (ii) Alternate I (jan 2017) Of 52.224-3.
____ (52) (i) 52.225-1, Buy American--supplies (oct 2022) (41 U.s.c. Chapter 83).
____ (ii) Alternate I (oct 2022) Of 52.225-1.
____ (53)(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 (nov 2023) Of 52.225-3.
____ (v) Alternate Iv (oct 2022) Of 52.225-3.
____ (54) 52.225-5, Trade Agreements (nov 2023) 19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
x (55) 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).
____ (56) 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).
____ (57) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150
____ (58) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150).
____ (59) 52.229-12, Tax On Certain Foreign Procurements (feb 2021).
____ (60) 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).
____ (61) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
____ (62) 52.232-33, Payment By Electronic Funds Transfer—system For Award Management (oct 2018) (31 U.s.c. 3332).
x (63) 52.232-34, Payment By Electronic Funds Transfer—other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
____ (64) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
____ (65) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
____ (66) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)).
____ (67)(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: [contracting Officer Check As Appropriate.]
_____ (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 For Contractor Workers Under Executive Order 14026 (jan 2022) (e.o. 13658).
_____ (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 (sep 2023) (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 2, 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) (e.o. 13658).
(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) 52.247-64, 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)
saliant Characteristics
required Delivery Date: 10 Days After The Company Has Received A Notice Of The Award.
delivery Address:
1st Mlg, Hq, Ecp Bldg 140199 Ammunition Road Bay 3 Oceanside, Ca 92055-56
clin0001 - Unlocked Smart Phone - Quantity 10
saliant Characteristics:
- Minimum Of 256gb Storage Space
-minimum Of 8gb Memory
- Must Be Unlocked For International Use (phone Must Not Be Carrier Locked)
- Must Have The Capability To Dual-sim And Be Esim Compatible.
- Network Capability (2g Gsm, 3g Umts, 4g Fdd Lte, 4g Tdd Lte,5g Fdd Sub6, 5g Tdd
sub6, 5g Tdd Mmwave)
-wifi 802.11 A/b/g/n/ac/ax 2.4g+5ghz+6ghz,he160, Mimo, 1024-qam
- Must Have Hotspot Capability
-minimum Of 4500 Mah Battery Capacity
- Operating System:qualcomm Snapdragon 8 Gen 1 Or Similar
- Cpu Type Octa-core Or Similar
- Rear Camera Resolution 50.0 Mp + 12.0 Mp+ 8.0 Mp Or Similar
- Front Camera Resolution 10mp - Display1080 X 2340 (fhd+)
clin0002 - Unlocked Wifi Puckwith Ethernet Port - Quantity 4
saliant Characteristics:
- Battery: Removable Li-ion Battery(5040 Mah); Up To 11 Hours Of Continuous Usage
-wifi: Full Dual-band/dual-concurrent Wifi. Wifi802.11 B/g/n 2.4 Ghz. Wifi 802.11
a/n/ac 5 Ghz
-technology/bands : Max 1 Gbps Download Speeds,and 150 Mbps Upload
speeds. Lte Cat 16, 4-bandca And 4x4 Mimo. Up To 4x Carrier Aggregationand Support
for Laa In Future Firmware Upgrades.lte/4g Bands: 1, 2, 3, 4, 5, 7, 12, 14, 29, 30, 66. 3g
bands: 1 ,2, 5. Ipv6 Support
- Must Be Unlocked For International Use (must Not Be Carrierlocked)
- Must Have A Minimum Of 1 Sim Card Slot
-must Have A Minimum Of 1 Ethernet Port
clin0003 -integrated Services Router (isr) - Quantity 4
saliant Characteristics:
- 8gb Memory
- Must Be Able To Bus, Poe/poe+, Adr Gnss Slot, Ssd Slot
-must Have 2 Wan Ports
- Gige
- Must Be Capable Of Operating At -40f 140 F Temperature
- 4 X Input/ Output, Console: 1 X Usb 2.0 - Mini-usb Type A,lan: 4 X 1000base-x - Rj-45,
serial: 1 X Rs-232 -rj-45, Serial: 1 X Rs-232/485 - Rj-45, Usb 2.0: 1x 4 Pin Usb Type A,
wan: 1 X 1000base-t - Rj-45, Wan: 1 X 1000base-x - Sfp (mini-gbic) Or Similar
-compliant With Dod Directives Like 8570 (personnelcertification) And 8551.1 (network
securityguidelines)
clin0004 - International Prepaid Phone Sim Cards (can Be Esim/esim
voucher/physical Sim) - Quantity 12
salient Characteristics:
- Sim Cards Must Be Compatible For Use With The Phones, Wifi Pucks And Isr Provided.
- Sim Cards Must Be Valid And Available For Use Between March 2025 To October 2025
- 12 Of The Sim Cards Must Be Able To Each Provide A Minimum Of 300 Texts, 500 Minutes Of Talk (voice Calls), And 10 Gb Of Data Per Month From March 2025 To October 2025.
- Each Sim Card Should Have A “top Up” Style Capapbility That Will Allow The User To Add Additional Talk Text And Data In The Event That They Run Out Prior To The End Of Any Of The Monthly Periods.
- Countries That Should Be Covered As Much As Possible By Sim Cards Are: Australia,
cambodia, India, Indonesia, Japan, Malaysia, Philippines, Singapore, Sri Lanka, Taiwan,
thailand, Brunei, Timor Leste.
clin0005 - International Prepaid Data Only Sim Cards (can Be Esim/esim
voucher/physical Sim) - Quantity 8
salient Characteristics:
- Sim Cards Must Be Compatible For Use With The Wifi Pucks And Isr
- Sim Cards Must Be Valid And Available For Use Between March 2025 To October 2025
- Sim Cards Must Each Be Able To Provide A Minimum Of 20 Gb Of Data Per Month From March 2025 To October 2025.
- Each Sim Card Should Have A “top Up” Style Capapbility That Will Allow The User To Add Additional Data In The Event That They Run Out Prior To The End Of Any Of The Monthly Periods.
- Countries That Should Be Covered As Much As Possible By Sim Cards Are: Australia, Cambodia, India, Indonesia, Japan, Malaysia, Philippines, Singapore, Sri Lanka, Taiwan,
thailand, Brunei, Timor Leste.
(end Of Saliant Characteristics)
Closing Date27 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: The Martinsburg Va Medical Center Is Conducting This Sources Sought To Identify Contractors Who Possess Capabilities To Provide The Services Described In The Statement Of Work Below.
as Permitted By The Far Part 10, This Is A Market Research Tool Being Utilized For The Informational And Planning Purposes. Your Responses Will Assist The Government In The Development Of Its Acquisition Strategy.
response Is Strictly Voluntary It Is Not Mandatory To Submit A Response To This Notice To Participate In Formal Rfq Process That May Take Place In The Future. However, It Should Be Noted That Information Gathered Through This Notice May Significantly Influence Our Acquisition Strategy. All Interested Parties Will Be Required To Respond Separately To Any Solicitation Posted As A Result Of This Sources Sought Notice.
respondents Will Not Be Notified Of The Results Of The Evaluation. We Appreciate Your Interest And Thank You In Advance For Responding To The Sources Sought.
this Service Will Be Implemented Using The North American Industry Classification System (naics) Code 485999.
if A Small Business Is Interested In This Procurement, They Must Provide At Least 51 Percent Of The Services Rendered.
notes
all Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Only To Tracy.dotson@va.gov. Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted. Responses To This Sources Sought Notice Must Be Received No Later Than January 22, 2025 At 3:00 P.m. (eastern Standard Time). This Sources Sought Notice May Or May Not Assist The Va In Determining Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice.
disclaimer
this Rfi Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi.
interested & Capable Responses
nco 5 Is Seeking Responses From Businesses That Are Interested In This Procurement And Consider Themselves To Have The Resources, Rights, And Capabilities Necessary To Provide These Services. Please Respond With Your:
business Name (including Unique Entity Id (sam.gov), Business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), Person Of Contact (including Telephone Number & Email Address).
capability Statement
gsa Contract Number, If Applicable, To Include Naics
brief Summary Of Categories Of Professional Services That Your Company Can Provide.
applicable Certification(s)/licenses
performance Work Statement (pws)
general Procedure:
the Contractor Shall Be Required To Furnish All Necessary And Appropriate Labor, Supervision, Materials, Equipment, And Supplies To Provide Valet Parking Services In Accordance With The Terms And Conditions Of The Resulting Contract And The Specifications And Requirements, As Specified Herein. The Contractor Shall Provide Valet Parking Services To Alleviate Parking Problems Experienced At The Martinsburg Vamc. The Valet Parking Services Shall Be Intended To Accommodate Veteran Patients, Their Family Members, And Visitors. The Contractor Shall Be Required To:
staffing: The Contractor Will Provide Adequate Staffing Of Customer Service Attendant(s) For The Hours Of Operation Specified. The Contractor Will Always Provide Adequate On-site Supervision To Handle Customer Concerns And Parking Incidents. The Contractor Does All Recruiting, Hiring, Training, And Supervising.
contractor Should Base Their Plan On The Martinsburg Vamc Serving Approximately 100 Vehicles Per Day.
provide Va Approved Valet Claim Checks, Securing Keys, Parking Vehicles, Delivering Vehicles, And Directing Certain Valet Vehicles To And From The Valet Greeting Area.
provide Professional Valet Booth(s), Locking Key Cabinet(s), Safety Cones, Signs, Roadblocks And Other Supplies And Materials And/or Miscellaneous Items Necessary To Operate And Manage Valet Services. All Signs Shall Be At Least 30 X 30 . Hand-written Signs Shall Not Be Allowed.
blocking Of Any Roadway Or Re-routing Of Traffic Must First Be Approved By The Martinsburg Va Police Department.
the Contractor Will Provide Va Approved Walkie-talkies Or Radios For The Valet Staff To Communicate With Each Other While Conducting Their Normal Duties Of Valet Parking.
contractor Will Provide And Install A Minimum Of 2 "no Tipping" Signs. Signs Must Be A Minimum Of 30 X30 . The No Tipping Policy Shall Be Strictly Enforced. Valet Parking Attendants And All Other Parking Staff Shall Be Restricted From Accepting Tips Of Any Kind.
contractor Will Provide And Install A Minimum Of 2 Insurance Liability Signs For Vehicle Damage Claims. Signs Must Be A Minimum Of 30 X30 .
provide Experienced, Fully Trained, And Professional Valet Parking Attendants To Perform The Valet Parking Services.
constantly Assess Va Parking Situation Taking Into Consideration All Parking Spaces Available To Adjust The Level Of Parking Service And Personnel Required To Perform Under The Contract Without Exceeding The Required Wait Time To Valet Parked And Retrieved Vehicles.
provide Parking And Traffic Control Recommendations As Deemed Appropriate And Necessary To Provide Quality Services.
location:
martinsburg, Wv Va Medical Center: 510 Butler Ave, Martinsburg, Wv 25405
period Of Performance:
base Period (year) + 4 Option Periods (year).
site Inspection:
a Pre-proposal Site Inspection / Walk-through For All Interested Contractors Will Be Scheduled By The Contracting Officer For Any Interested Contractors. All Interested Contractors Are Encouraged To Attend The Site Inspection And Walk-through Of The Martinsburg Va Facility. Only One Walk-through For This Solicitation Shall Be Conducted. The Intent Of The Site Inspection Is To Give All Interested Contractors An Opportunity To Get Familiar With The Parking Lots Designated To Be Used For The Valet Parking.
note: The Contractor Shall Be Responsible For All Costs And Travel Expenses Associated With The Site Inspection Visit. While Not Mandatory, Failure To Attend The Site Inspection Walk-through Of The Martinsburg Va Facility Shall Not Release The Contractor From Complying With The Terms, Conditions, Specifications, And Requirements Of The Resulting Contract.
designated Valet Parking Lots:
the Martinsburg Vamc Will Designate Parking Lots To Be Used For The Valet Parking Services.
the Contractor Shall Have Complete Control Of Vehicles Parked In Designated Valet Parking Area(s) In The Context Of Maximizing The Space Available And Facilitating A Smooth Operation. The Martinsburg Vapd Will Always Maintain Authority Over All Vehicles And Parking At The Facility. If Deemed Necessary By The Martinsburg Vamc, The Contractor Shall Be Required To Double Stack Vehicles To Maximize The Space Available. The Contractor Shall Be Responsible For Parking Control And Monitoring The Designated Parking Lots Assigned For The Valet Operation.
contractor Responsibilities:
the Contractor Shall Provide Consistent, Responsive, Secure, And Efficient Valet Parking Operations. The Contractor Shall Be Responsible For Providing Patrons With A Valet Claim Check/ticket, Securing Keys, Parking, Delivering, And Directing Certain Valet Vehicles To And From The Valet Drop Off And Pick Up Area. The Martinsburg Vamc Will, At Their Discretion, Provide The Contractor With Instructions On Addressing The Issue Of Who Qualifies For Valet Parking Services And The Method Of Identifying Such Individuals. Such Instructions May Include Verbiage Such As Vehicles Requiring Valet Parking Shall Be Stopped By The Valet Parking Attendants, Who Shall Be Required To Ask The Patients Or Drivers For An Appointment Letter, Va Patient Identification Card, Clinic Or Healthcare Service Which Will Be Visited And The Estimated Time Of Departure. Valet Parking Attendants Shall Also Be Required To Ask Visitors The Name Of The Inpatient Veteran, Name Of Event Attending Or The Name Of The Va Staff That Will Be Visited And Their Estimated Time Of Departure. The Exact Procedures Will Be Provided To The Contractor By The Cor Covered In This Statement Of Work. The Contractor Shall Be Responsible For Screening Out Vendors And Employees, Except Those With Handicapped Placards Or License Plates, From Inappropriately Using The Valet Parking Services At The Martinsburg Vamc. All Vehicles Parked By The Parking Attendants Shall Be Locked And Secured. Driver S Keys Shall Be Secured At The Valet Booth(s). A Claim Check Shall Be Issued To The Driver Using The Valet Service. Claim Checks Shall Contain The Valet Company S Liability Disclaimer And Contact Information. Contractor Shall Be Responsible For Directing Vehicles Not Wishing To Participate In The Valet Parking Services To Other Designated Parking Locations. Contractor Shall Designate A Full-time Supervisor To Be On Site During Set-up, Tear-down Operations, And Performance Of The Work. The Contractor Shall Always Provide Adequate On-site Supervision To Handle Customer Concerns And Parking Incidents. Duties Of The Supervisor Shall Also Include But Not Be Limited To Customer Relations, Training, And Improving All Valet Services And Coordinating All Work And Additional Services With The Contracting Officer S Representative (cor). Contractor Shall Coordinate With The Cor To Designate Front Drop Off And Pick Up Area(s) Near The Entrance For Loading And Unloading Of Handicapped Patients/patrons So As Not To Interfere With Normal Valet Parking Operation. Handicapped Patients/patrons Shall Be Permitted To Pull To The Designated Drop Off And Pick Up Area(s) Near The Entrance. The Parking Attendants Shall Then Be Required To Park The Vehicles Or Direct The Drivers To A Handicap Space For Self-parking. Patients With Handicap Placards Or License Plates On Their Vehicles Shall Be Given The Option Of Self-parking In Handicapped Slots Or Valet Parking. Non-handicapped Employees Shall Be Directed To Self-park.
patient Assistance:
the Service Shall Include Assisting Patients And Their Families Who Request Front Door Service, Assisting With Wheelchairs And Other Devices In And Out Of Cars, And Parking Of Automobiles To Include Vehicles With Adaptive Equipment. To Reduce The Risk Of Injuries To Valets And Potentially To The Veterans Using Valet Services, Valets Will Be Responsible For Following The Martinsburg Vamc S Practices For Safe Patient Handling And Mobility (sphm) Program. The Contractor Shall Deliver These Wheelchairs Upon Patient Or Caretaker Request To The Patient To Facilitate Patient Travel From The Drop Off Area To The Volunteer Desk At The Hospital Entrance, If Requested. The Contractor Will Not Escort Patients Within The Hospital/facility. All Wheelchairs Used Will Be Noted On The Contractor Ticket For Accountability. Parking Patrons Shall Be Always Treated Courteously And With Respect. Parking Attendants Shall Drive Slowly And Cautiously, Paying Attention To Pedestrian Traffic.
training/licenses/qualifications:
the Contractor Shall Provide Bonded, Fully Trained, Experienced Parking Attendants Who Possess A Valid State Driver S License, Be U.s. Citizens And Be Fluent In The English Language. Contractor Personnel Shall Be At Least 18 Years Of Age, Have No Criminal History, And Be Able To Perform All General Duties, Functions, And Activities As Required. Contractor S Staff Qualifications Shall Also Include Expertise In The Proper Operation Of All Types Of Motor Vehicles, And A Commitment To The Highest Level Of Respect, Courtesy, Compassion, And Safety. The Contractor Shall Furnish At Its Cost, Evidence Of Qualifications And Competency Assessment Of All Employees. Such Evidence Shall Include But Are Not Limited To Copies Of Driver S Licenses, Dmv Printouts, And Copies Of Security Background Checks. To Be Eligible To Perform Under This Contract, Each Contract Employee Must Satisfactorily Complete Va Talent Management System (tms) Web Base Training. Effective March 23, 2012, All Contractors Are Required To Begin Using Tms For Their Mandatory Training, Utilizing The Create New Feature At Contract Employees Will Self-enroll Into Tms And Select The Following Courses. Training Is To Be Accomplished Outside Of Contract Duty Hours. Tms Courses Will Require Completion Annually. The Contractor Shall Be Responsible For Providing A Facility Orientation To All Valet Parking Attendants And Offer A Training Program That A Minimum Will Include The Following:
security
patient Privacy
safety
emergency Procedures
accidents / Injuries
communication (with Contractor Staff /martinsburg Vamc).
the Contractor Shall Maintain Documentation Certifying That All Employees Assigned To The Contract Have Received The Training. If Deemed Necessary By The Government, Additional Training Shall Be Offered At The Martinsburg Vamc And Scheduled At The Post Award Meeting On A Mutually Agreeable Date And/or Coordinate With The Cor. In Addition To Safe Driver Training, The Minimum Customer Service Training Must Be Provided And Documented For Each Employee.
the Importance Of A Positive Attitude
verbal Communication Methods That Are Courteous And Informative
non-verbal Communication
appearance
volume And Tone
face To Face Contact
self-evaluation
violence In The Workplace
contractor Employees Must Know Basic Directions For Destinations In The Hospital And Around The Community. Contractor Employees Must Keep The Work Area Clean And Always Appear Ready For Work, Even When No Customers Are Present.
uniforms:
the Contractor S Uniform Should Be Prior Approved By The Cor Before Initial Commencement Of Work. The Selected Uniform Will Be Standard For All Employees. At No Time Will Any Contract Employee Wear Their Own Jacket, Shirt, Pants, Coat, Gloves, Or Head Gear. All Cold Weather/rain Gear Will Be Supplied By The Contract Company. Uniforms Shall Facilitate Easy Identification Of Contractor Employees By Employee Name And Company Name. Uniforms Shall Be Always Worn During Performance Of Contract Duties. Uniforms Will Be Neat In Appearance. Shirts And Pants Will Be Ironed Or Pressed. The Cor Can Request A Contractor To Be Sent Home If Their Uniform Is Not Presentable. The Contractor Will Replace Any Worn-out Or Torn Uniform At No Cost To The Government Or Employee. Approved Uniforms And Related Accessories, Listed Below, Do Not Have To Be New But Must Be In Good Condition:
Shirt, Button Up, Long Sleeve (cold Weather Days)
Shirt, Button, Up Short Sleeve
trouser, All-season Weight
jacket, Winter, Heavyweight Artic Field Coat
jacket, Lightweight
trench Raincoat
winter Gloves, (pair), (color To Match Accessories)
hat With Company Logo Or Valet Written On Face, (color To Match Accessories)
earmuffs Or, (color To Match Accessories)
the Outermost Article Of Clothing Being Worn By The Valet Staff Above The Waist Shall Have, In Whole Or In Part, Reflective Material To Improve Worker Visibility To Alert Drivers Of The Valet S Presence When Walking Through The Lots. The Reflective Gear Shall At A Minimum Meet Ansi 107-2015 Type R, Class 2 Requirements.
claims/damage:
the Contractor Shall Be Completely Liable For All Vehicle Damages Occurred While At The Possession Of The Valet Staff And/or Service. All Vehicle Damage Claims Brought To The Attention Of The Valet Contractor Shall Be Immediately Investigated And Validated Claims Shall Be Processed For Settlement.
any Claims Of Damage Or Missing/stolen Property Involving Patient/customer S Vehicles Shall Be The Responsibility Of The Contractor. The Va Assumes No Responsibility For Such Claims. All Claims Shall Be Directed To And Handled By The Contractor Supervisor Who Shall Immediately Notify The Cor And The Va Police Department (vapd). Corrective Actions To Resolve All Claims Shall Commence Immediately. All Claims Shall Be Settled Within Fourteen (14) Working Days Unless Extenuating Circumstances Warrant Additional Time And Is Authorized By The Contracting Officer. All Vehicle Accidents Or Theft Claims Should Be Immediately Reported To The Va Police For Investigation.
martinsburg Vamc Hours Of Operation:
proposed Hours Of Operation Are 6:30 Am To 5:00 Pm Monday Through Friday For The Martinsburg Vamc, Excluding Federal Holidays. The Cor Will Notify The Contractor If Valet Will Be Operating On Other Days Specifically Declared By The President Of The United States To Be A Federal Holiday. The Contractor Shall Adjust The Level Of Valet Parking Staff As Necessary To Ensure An Efficient Operation. If Deemed Necessary By The Government, The Hours Of Operation May Be Periodically Adjusted Based Upon Volume And Demand. The Medical Center Does Not Routinely Close For Adverse Weather Conditions. When The Medical Center Remains Open During Adverse Weather Events It Is Expected Sufficient Staff Will Be On Site To Operate The Valet Service. At 5:00 Pm, The Parking Attendants Shall Turn Over All Remaining Keys And Associated Tickets To The Aod. A Log Will Be Completed For All Remaining Keys Turned Over To The Aod. The Log Will Include The Ticket Number, Vehicle Make And Model, Registration Number, Valet Attendant S Name That Tuned Keys Over To The Aod, And The Aod S Name With Signature That Took Responsibility Of The Keys. The Aod Will Then Lock Up The Keys In The Aod S Safe.
federal Holidays:
listed Below Are The Eleven Federal Holidays: No Work Will Be Performed On These Days.
new Year S Day
january 1
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19
independence Day
july 4
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11
thanksgiving Day
fourth Thursday In November
christmas Day
december 25
special Events:
the Contractor Shall Be Notified In Advance Of Any Special Events Which Might Cause Parking Problems Because Of Additional Patients, Patrons, Or Visitors To The Medical Center. Contractors Shall Be Required To Adjust The Level Of Parking Staff To Accommodate The Workload Or Extra Vehicle Volume.
proposed Plan:
after Notification Of Contract Award, The Contractor Shall Have Forty-five (45) Calendar Days For Full Operational Implementation. This Must Include Finalizing Staff Requirements, Including Government-administered Background Investigations, Etc. The Contractor Shall Be Required To Implement Their Proposed Valet Parking Service Plan And Perform On A Day-to-day Basis For The Duration Of The Contract.
ordering Activity:
the Contractor Shall Not Accept Any Instructions Issued By Any Person Other Than The Contracting Officer Or Delegated Government Representative Such As The Cor Who Is Acting Within The Limits Of His/her Authority.
quality Assurance:
the Contractor Shall Be Responsible For Complying With All Appropriate Regulations And Guidelines Of The Occupational Safety And Department Of Transportation, And/or Any Other Pertinent Federal, State, And Local Policies Relating To The Herein Mentioned Work Or Valet Parking Services. The Contractor Shall Always Provide Adequate On-site Supervision To Achieve Quality Assurance And To Handle All Customer Concerns And Parking Incidents. All Tasks Accomplished By The Contractor Personnel Shall Be Performed To Preclude Damage Or Defacement To Vehicles Or Government-owned Furnishings, Fixtures, Equipment, And Facilities. The Contractor Shall Report Any Damage Observed Or Caused By The Contractor Personnel To The Cor. The Contractor Shall Be Responsible For The Replacement Of Items Or To Repair Vehicles Or Facilities To Previous Condition If The Contractor Is Determined To Be At Fault For The Damage.
Complaints:
the Contractor Shall Promptly And Courteously Respond To Complaints Within 10 Working Days, Including Complaints Brought To The Contractor S Attention By The Contracting Officer Acting As The Quality Assurance Evaluator (qae). The Contractor Shall Maintain A Written Record Of All Complaints, Both Written And Oral Showing The Identity Of The Individual, The Nature Of The Complaint, And The Contractor S Response. The Contractor Shall Permit The Government To Inspect Such Records Upon Request.
reports:
the Contractor Shall Establish A Method To Validate The Number Of Vehicles Parked Per Day (i.e., Parking Stubs) And Submit A Monthly Report To The Contracting Officer And Cor Within Seven (7) Calendar Days After Each Month Ends. The Report Shall Summarize The Number Of Vehicles Parked By Valet Attendants Based On Date And Time (sorted By Morning Or Afternoon). The Report Shall Also Identify The Peak Hours During The Day And How Many Vehicles Were Parked During Those Peak Hours. The Report Shall Also Include Any Incidents, Accidents Or Special Situations With Patients, Visitors, Va Employees, Or Va Volunteers. The Reports Must Be Legible And Easy To Understand. Reports Should Be Signed By The Supervisor And/or Authorized Representative Of The Contractor. Contractor May Provide For Approval A Sample Of The Types Of Report Forms Used On Similar Projects.
disruptive Behavior:
the Contractor Shall Always Provide Adequate Onsite Supervision To Handle Disruptive Behavior Of Any Parking Attendant Performing Under The Contract. The Contractor Agrees To Permanently Remove Any Member Of Its Parking Staff From Performing Work Associated With This Contract, At The Sole Discretion Of The Va. Any Legal Misconduct Or Violations Will Be Subject To Governing Security, Law Enforcement, And Standards Of Conduct On Veterans Affairs Property, 38 Cfr 1.218.
examples Of Misconduct Include:
neglect Of Duty, Including Sleeping While On Duty, Unreasonable Delays, Or Failure To Carry Out Assigned Tasks, Conducting Personal Affairs During Official Time, Lack Of Or Limited Productive Service And Refusing To Render Assistance Or Cooperate In Upholding The Integrity Of The Valet Program At The Worksite.
disorderly Conduct, Use Of Abusive Or Offensive Language, Quarreling, Rude Inappropriate Comments, Sexual Harassment, Intimidation By Words Or Actions, Or Fighting. Also, Participation In Disruptive Activities Which Interfere With The Normal And Efficient Operations Of The Government.
Theft, Vandalism, Immoral Conduct, Or Any Other Criminal Act.
selling, Consuming Or Being Under The Influence Of Intoxicants, Drugs, Or Substances Which Produce Similar Effects.
involvement In Commercial Activities At Any Time While On Government Controlled Property (included Soliciting Sale, Donation, Etc., From Employees, Patients, Or Others).
Improper Use Of Official Authority Or Credentials.
unauthorized Use Of Communications Equipment Or Government Property (includes Unauthorized Or Personal Use Of Internet, Long Distance Telephone Services Or Government Computer Network).
Possession Or Misuse Of Weapons(s).
Receiving Gifts Or Tips From Va Employees, Veterans, Or Their Family Members.
the Contracting Officer, In Conjunction With Cor Will Make All Determinations Regarding The Removal Of A Person(s) From The Work Site(s). In The Event Of A Dispute, The Contracting Officer Will Make Final Determination. Specific Reasons For Removal Of An Employee(s) Will Be Provided In Writing To The Contractor.
buses Or Large Vehicle:
patients Driving Buses Or Large Motor Vehicles Shall Be Directed To Self-park Their Vehicles In The Parking Areas Designated By Va Police.
changes To Parking Lots:
no Alterations To The Parking Lots Shall Be Permitted.
government Responsibilities:
the Participating Va Medical Center Shall Provide Orientation And Training On Va Policies And Procedures Relating To Security, Patient Privacy, Safety, Emergency Procedures, Accidents/injuries, And Communication With Va Staff. The Required Training Shall Be Scheduled At A Post Award Meeting On A Mutually Agreeable Date And Coordinated With The Cor.
contractor Submittals / Insurance Requirements:
contractor Shall Be Required To Provide Copies Of The Following:
automobile Liability Insurance For Bodily Injury And Property Damage On All Vehicles Used In The Performance Of This Contract. Policies Covering Automobiles Operated In The United States Shall Provide Coverage Of At Least $200,000 Per Person And $500,000 Per Occurrence For Bodily Injury And $20,000 Per Occurrence For Property Damage.
the Contractor Shall Assume Full Responsibility For All Contracted Employees And Maintain At The Minimum Liability Insurance. Proof Will Be Required, And Spot Checked Randomly Per Employee.
background Screening:
in Accordance With Vha Directive 0710 All Contractor Personnel Providing Services Under This Contract Shall Be The Subject To A Background Screening And Must Receive Favorable Adjudication From The Va Prior To Contract Performance. The Level Of Screening For This Contract Is: Special Agency Check (sac). Any Employee Whose Background Investigation Yields Unfavorable Results Shall Be Removed Immediately From Performance Under This Contract. In The Event The Screening Is Not Completed Prior To Contract Performance, The Contractor Shall Be Responsible For The Actions Of Those Individuals Performing Under The Contract.
contractor Personnel Security Requirements:
all Contractor Employee S Will Be Issued A Government Piv Card (id Card). The Piv Card Must Be Always Worn While On Va Property. The Piv Card Must Be Worn Above The Waist And Clearly Visible. The Contractor Shall Be Required To Coordinate With The Cor To Obtain The Va Provided Piv Cards For All Valet Parking Staff. All Va Provided Piv Cards Shall Be Returned If The Contractor Employee Leaves The Employment Of The Contractor, At The End Of The Contract Or Upon Completion Of Service.
the C&a Requirements Do Not Apply, And That A Security Accreditation Is Not Required.
drug/alcohol Policy:
contractor Shall Ensure That All Valet Parking Staff Performing Under This Contract Complied With The Martinsburg Vamc Alcohol And Drug Free Workplace Policy. The Contractor Shall Be Expected To Conduct Random Alcohol And Drug Tests On All Valet Parking Staff. Random Alcohol And Drug Tests Shall Be Conducted At Least Once A Year On Each Employee. Proof Of Drug Screen Shall Be Submitted To The Cor And Will Be The Responsibility Of The Contractor To Cover The Cost. Valet Parking Staff Shall Also Be Subject To Drug And Alcohol Testing When Reasons Exist To Suspect The Use Of Illegal Drugs And/or Alcohol While On Duty That Impaired Judgment, Performance, Operation Of Vehicles And The Safety Of Veteran Patients, Va Employees, Visitors, Voluntaries And/or Other Valet Parking Staff. Upon Request, The Contractor Shall Be Expected To Provide Evidence Or Copy Of The Results Of Employee Drug And Alcohol Testing. This Shall Also Be At The Expense Of The Contractor.
smoking Policy:
vamc Martinsburg Is A Smoke/vape Free Campus. Smoking Or Vaping Is Not Permitted Within Or Around The Va Facility Grounds.
cell Phone:
cell Phone Use Shall Not Be Permitted While Parking Vehicles.
performance Standards Summary:
performance Standards Define Desired Services. The Government Performs Surveillance To Determine If The Contractor Exceeds, Meets, Or Does Not Meet These Standards.
performance Objective
acceptable Quality Level (aql)
method Of Surveillance
incentive/disincentive
contractor Shall Perform All Of The Requirements In Accordance With Sow Section General Procedures -valet
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Patient Assists
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Training
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Uniforms
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow: Reporting Requirements
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Claims For Damages
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
place Of Performance
martinsburg Va Medical Center
510 Butler Ave
martinsburg, Wv 25405
Closing Date22 Jan 2025
Tender AmountRefer Documents
City of Pecky Tender
Others
Corrigendum : Closing Date Modified
Czech Republic
Details: Reconstruction of the Existing Footpath on the Left Side of the Road in the Direction of Milčice From the Crossing for Pedestrians at the Pečka Bus Stop, Velké Chvalovice, Width of the Footpath 1.5 M (up to 2.4 M), the Footpath is Transferred to the North Side of the Road by a Place Allowing Crossing (between No. 4 A 5, P. no. 174/3), Pedestrian Crossing Is Proposed Place of intersection with Ul. Ke Dráze (at No. 135, At No. 177) – Connection of the Footpath Route Through the New Path for Pedestrians and Cyclists; New buildings Paths for pedestrians and cyclists on the right side of the road in the direction of Milčice, Width Mainly 2.4 M, Locally Reduced At No. 7, U P. no. 153 On 1.5 MZ Due to the Narrow Profile of the Site (a 130 cm high Railing will be installed) AU No. 198, U P. no. 107/5 Due to the Elevation of the Roadway and the Presence of Existing Exits, Connecting to the Existing Path for Pedestrians and Cyclists by Modifying the Intersection Ul. Ke Hřišti A Ul. Milčická, with a crossing for pedestrians and a crossing for cyclists (at the Chapel of St. John of Nepomuck in Velké Chvalovice); Construction of a Crossing Area at No. 146, U P. no. 205; Lighting Transitions; Directional adjustment of existing communication in Ul. Milčická In the section between Křižovatka S Ul. To The Track And To The Field, Designed About The Width Of 6 MS By Expanding In The Directional Arc; Adjustment of slopes, construction of drainage, execution of vertical and horizontal traffic markings, public lighting and public radio, vegetation adjustments. Note: Sat 105 Dopravní Ostrůvek, Incl. Relevant Parts of Vertical and Horizontal Traffic Markings, Public Lighting (2 Pcs Including Cable Lines) and Vegetation Treatments (Establishment of Approx. 73 M2 of Lawn), Already Implemented and Not Part of the List of Works, Supplies and Services. The performance of works within the framework of Sat 402 and Sat 403 of the network relocation is not the subject of this public order. Part of the performance of the Public Contract is, among other things, the performance of all activities related to the delivery of construction works and constructions, the performance of which is necessary for the proper completion and operation of the work. The implementation of the Public Contract will be carried out in accordance with the principle of "significantly do not harm" (dnsh) in the area of the environment. The Estimated Value Indicated Including the Value of Reserved Changes to Contractual Obligations.
Closing Date8 Jan 2025
Tender AmountCZK 35.1 Million (USD 1.4 Million)
4241-4250 of 4253 archived Tenders