Cable Tenders
Cable Tenders
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-sip2025-015 (infra) Project Name : Upper Masaba Sip Contract Location : Quiniput, Zamboanga City Scope Of Works : Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip Approved Budget For The Contract (abc) : Php 9,894,609.41 Contract Duration : 168 Calendar Days Amount Of Bidding Documents : Php 10,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/hev-uxfp-utg Opening Of Bids : Https://meet.google.com/bkn-midq-rvv 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Irrigation And Flood Control With Experience In Solar Powered Pumps To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Size Range “small B” Category: C & D (per Pcab Board Resolution No. 201, Series Of 2017) 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 5 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Office Engineer 3 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 3 Years 1 Materials Engineer 1 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 3 Years 1 Foreman 5 Years Experienced In Irrigation Structures. Shall Render Fulltime Service To The Project Until Completion. 5 Years 1 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 1 Geodetic Engineer 3 Years Licensed Geodetic Engineer. Shall Render Service To The Project As Required. 3 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Generator Set 15kva 1 Welding Machine 300a 1 Dumptruck 6 Cu.m 1 Concrete Mixer 1 – Bagger 1 Butt Fusion Machine Up To 6” Diameter 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Dumptruck 6 Cu.m 1 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified. Item No. Description Qty Unit I Temporary Works & Mobilization/demobilization Mobilization/demobilization 1.00 Ls Temporary Facilities 1.00 Ls Project Billboard 1.00 Ls Ii Construction Safety & Health 1.00 Ls Iii Construction Of Solar Pump Irrigation System Well Drilling, Development And Testing W/ 6" Casing (until Good Aquifer Is Reached.) 1.00 Lot Solar Module Mounting Structure 1.00 Lot Solar Power Controller Housing (4x2 Meters) 1.00 Lot Perimeter Fence 1.00 Lot Delivery And Installation Of Lightning Arrester 1.00 Lot Pv Modules-solar Panels 600 Watts (please See Attached Plans.) 1.00 Lot 5hp Hybrid Ac/dc Submersible Water Pump Power: 5.5hp/4000w Voltage (ac): 85v-280v Voltage (dc): 80v-550v Max. Flow: 19m³/h Max. Head: 135m Outlet: 2" Body Diameter: 3 3/4" 1.00 Lot Hybrid Dc/ac Controller (11kw) 1.00 Lot Delivery & Installattion Of Cabling & Accessories For Solar Pump System 1.00 Lot Cctv Security System 1.00 Lot Construction Of Reinforced Concrete Tank Common Excavation (manual) 91.14 Cu.m 3000 Psi Concrete 66.87 Cu.m Rsb (cutting, Bending & Placing Of Rebars) 5,969.76 Kg Rc Tank Accessories (gate Valve, Pipes, Etc) 3.00 Ls Common Backfill (manual) 118.47 Cu.m Installation Of Water Distribution Pipe W/ Appurtenant Structures Common Excavation (manual) 266.64 Cu.m 4" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 590.00 Ln.m 3" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 570.00 Ln.m Air Release Valve Installation With Accessories 3.00 Ls Water Top Stand 4.00 Set Common Backfill (manual) 134.23 Cu.m
Closing Date20 Jan 2025
Tender AmountPHP 9.8 Million (USD 168.9 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.43|wwv|717-605-3992|noelle.m.smith10.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C & Section E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version (jun 2002)|8|x||x||||||
general Information-fob-destination|1|a|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract|||||
warranty Of Data--basic (mar 2014)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (nov 2020)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (mar 2023)|13|334513|500||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Small Business Set Aside Is Dissolved.
the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 8 January 2025.
the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 06 March 2024
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile,
Or Sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Here In.
3.the Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt
final Delivery Of Material (186 Days)
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-1330 | | |e |220516|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-p-24212 | | |c |980421|a| 2| |
document Ref Data=qpl 24212 | | |32 |060308|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a|1 | |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 ;the Transducer, Motional Must Be Manufactured In Accordance With Specification Mil-p-24212, Type Designation Pgt-gp-4500-g-4, Except As Amplified Or Modified Herein.;
3.1.1 ;each Transducer Must Be Furnished With A Receptacle Having Type Normal Keying In Accordance With Ms3102r14s-5p Vice Ms3102r14s-5px Specified By Mil-p-24212c Section 3.5.14.2.;
3.1.2 ;each Transducer Must Be Furnished With A Protective Plug In Lieu Of Mating Plug Specified By Mil-p-24212c Sections 3.5.14 And 3.5.14.2.;
3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General.
3.3 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.4.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.4.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s).
3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
^ Quality Assurance Requirements ^
3.6 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.6.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.6.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.6.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco)
prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement.
3.6.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.6.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.7 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved
and Rejected And The Nature Of Corrective Action Taken As Appropriate.
3.7.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.7.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions
provided By The Government Representative.
3.8 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of
the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased.
when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of
this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract
management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.9 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.9.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.9.2 Inspection For Completeness And Proper Type.
3.9.3 Verification Of Material Quality Received.
3.9.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.9.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.9.6 Identification And Protection From Improper Use Or Disposition.
3.9.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.9.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.9.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.10 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe).
3.10.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order.
3.11 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability
number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All
process Operations Including Any Subcontracted Operations, To The Finished Component.
3.11.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical,
an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed.
the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.11.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A
method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.12 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.12.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.12.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.12.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.13 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True"
are Not Acceptable.
3.13.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.14 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other
contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure.
3.14.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.15 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address, Phone Number And Date.
2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12).
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable).
5. Cure Date ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing
n/a."
9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements.
10. Contractor's Or Authorized Personnel's Signature.
3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below:
11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections.
12. Direct Reading Of O-ring Surface Diameters With Specified Standard.
3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below:
13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 14 2008 - Mil-std-1330 Cleaning Procedures Required
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco.
note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable.
the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt.
Closing Date8 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Details: *notice: This Is A Sources Sought Announcement. No Proposals Are Being Requested Or Accepted At This Time. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. *
supporting Documents:
draft Performance Work Statement (available Upon Request)
comment Resolution Matrix
system Requirements Document (available Upon Request)
purpose
the Purpose Of This Sources Sought Is To Conduct Market Research To Determine If Responsible Sources Exist, To Assist In Determining If This Effort Can Be Competitive And/or A Total Small Business Set-aside. The Proposed North American Industry Classification Systems (naics) Code Is 811210 Electronic And Precision Equipment Repair And Maintenance. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement. The Government Is Determining Interest From Small Businesses, To Include 8(a) Service-disabled Veteran Owned, Hubzone, And Women-owned Small Business. The Government Requests That Interested Parties Respond To This Notice, If Applicable, And Identify Your Small Business Status. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers During The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And The Work Accomplished By The Teaming Partner(s). The Government Is Flexible With The Naics Code And Companies Can Recommend Other Codes If They Feel A Different One Would Be More Applicable.
this Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information For Planning Purposes Only. This Notice Does Not Constitute A Request For Proposal (rfp), Request For Quote, Invitation For Bid, Nor Does It In Any Way Restrict The Government To An Ultimate Acquisition Approach. The Government Encourages All Responsible Businesses, Including Small Businesses, To Respond To This Sss; However, The Government Is Not Liable For Any Costs Incurred By Any Respondent To Prepare And/or Submit Its Response To This Sss. The Government Will Not Return Submittals To The Sender.
as Stipulated In Far 15.201(e), Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists Currently; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government’s Discretion. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. The Government’s Assessment Of The Capability Statements Received Will Factor Into Any Forthcoming Solicitation Which May Be Conducted As A Full And Open Competition Or As A Set-aside For Small Business.
remote Visual Assessment System Description
the Remote Visual Assessment (rva) System Provides Video Surveillance Of Top-side Activity At The Usaf Minuteman Iii (mmiii) Launch Facilities (lfs), Missile Alert Facilities (mafs) And Missile Support Centers (msc). Rva Is A Diverse Network Distributed Across Three Missile Wings (mws): Malmstrom Afb, Mt (wing I), Minot Afb, Nd (wing Iii), And Fe Warren Afb, Wy (wing V), Strategic Missile Integration Complex (smic) At Hill Afb, Ut, Jgsoc Barksdale, La And Network Operations Center (noc) Near Hill Afb, Ut. The System Provides Real-time Threat Assessment And Situational Awareness For Critical Nuclear Assets By Security Forces (sf). Rva Consists Of A Fixed Camera And A Pan-tilt-zoom (ptz) Camera Mounted On The Same Pole, Outside The Fence Of Each Lf. Signals Are Transmitted Through Point To Point (ptp) Radios, Utilizing Supporting Network Equipment Including Routers, Switches, Firewalls And Cabling. The Rva System Is Running 24/7 At All Locations And Data Transmission Is Secured Through End-to-end Encryption.
rva Is Currently Being Sustained On A Contractor Logistic Support (cls) Contract. The Cls Contract Provides Efficient And Effective Depot-level Maintenance For: 1) Physical Interfaces At The Lf; 2) Physical Interfaces At Monitoring Stations; 3) Rva Surveillance System; 4) Rva Monitoring System; And 5) Rva Data Transmission System. The Standalone Rva Components Are All Commercial-off-the-shelf (cots), Integrated Into A System.
launch Facility
lfs Are Unmanned Facilities Where Operational Mmiii Missiles Are Located. The Rva System Monitors The Top Side Of The Lf For Sfs. Rva Equipment At The Lf Externally Mounts To A Concrete Pole At Approximately 30 Feet High Outside Of The Lf Fence. The Equipment Is Stored In A Weather-rated Enclosure. The Enclosure At The Lf Has Sensors To Detect Door Tampering/unauthorized Access, Which Triggers A Notification; The Fsc At The Affected Maf Will Receive A Visual Notification Alarm. The Fixed Camera And The Ptz Camera Are Attached To The Enclosure Containing All Supporting Equipment. The System Uses Ptp Radios To Communicate With The Fsc At The Maf. The System Uses Infrared (ir) Illuminates To Enhance Nighttime Visibility. Rva Uses The Digital Video Recorder (dvr) Located Inside The Enclosure To Store Captured Video Data.
missile Alert Facility
mafs Are Protected Facilities Manned Via 24/7 Rigorous Access Controls. The Maf Has Cameras At Each Facility And Communication Equipment Requiring Periodic Maintenance. The Fsc Has Full Control Over Two Cameras At Each Of 10 Lfs They Are Overseeing. The Maf Workstation Is Located In The Security Control Center. A Workstation Consists Of One Computer With Two Monitors. The Networking Equipment Transmits Data From The Workstation To The Network Video Recorder (nvr) And Is Stored In A Locked Communication Room. Some Networking Equipment Is Stored In A Weather-rated Box, At The Base Of The Communication Tower Inside The Perimeter Fence. Additional Networking Equipment Is Located Inside The Communication Room. The Towers Range From 120 To 300 Feet Tall. Certified Climbers Are Required To Perform Maintenance And Inspection On Towers.
missile Support Center
the Msc And Alternate Msc Are Located At Each Of The Three Mws. The Msc Contains Two Rva Workstations Used To Monitor Sites At Each Mw. Each Workstation Consists Of One Computer With Two Monitors. The Msc Also Houses Networking Equipment And Servers To Interconnect Rva Assets. Msc Servers And Networking Equipment Are In The Communication Room.
trainers
the Trainer Facility Provides Training And Certification For Personnel Operating Rva At The Mafs For Each Mw. There Are Six Fsc Trainers, Two At Each Mw. The Workstations Simulate Situations The Fscs May See In The Field. A Workstation Consists Of One Computer With Two Monitors And Is Used To Evaluate The Fsc’s Performance. Each Mw Has Functional Rva Systems Are Located At Lf Trainer Facilities. The Lf Trainers Contain The Same Equipment Located At An Lf. The Fsc And Lf Trainers Are Also Used To Test Software Updates Before New Software Is Deployed To The Operational Sites.
towers
the Rva System Utilizes Additional Government And Commercially Own Towers Both On And Off The Mw Bases. These Towers Are Use As Repeaters Or As The Receiving Tower For The Msc. The Towers Are Similar To The Maf Towers; However, They Are Not Manned. Several Towers Are Greater Than 100 Feet With Rva Radios And Antennas On The Tower And Equipment Located On Racks At The Base Of The Tower. Certified Climbers Are Required To Perform Maintenance Of Rva Equipment And Inspection On Towers. Several Towers In Montana Are Located At The Top Of Mountains And Require Special Vehicles For Maintenance Access.
network Operations Center/security Operations Center
the Network Operations Center (noc)/security Operations Center (soc) Performs 24/7 Monitoring And Troubleshooting Of The Rva System Including All Lfs And Mafs Throughout The Mws. The Noc/soc Is Located Near Hill Afb. The Servers And Networking Equipment, Used For Systems Administration, Are Stored At The Noc/soc. The Noc/soc Provides Remote Software Support For Equipment Failure Ticketing/tracking System, Cybersecurity Patches, And All Field Network Support.
strategic Missile Integration Complex
the Strategic Missile Integration Complex (smic) Provides Integration Testing For Both Hardware And Software Before Installation And Deployment At The Mws. The Equipment At The Smic Has The Same Functionality As Operational Lf And Fsc Workstation At The Maf.
software Integration Lab
the Software Integration Labs (sil) Are Designed To Test New Software And Hardware For The Rva System. The Sil Refers To The Lf Enclosures And Not Necessarily The Room. Each Mw Has A Slightly Different Lf Enclosure Configuration. Currently There Are Three Enclosures At The Contractor’s Main Facility That Represent Each Of The Mws; Three Enclosures At The Noc That Represent Each Of The Mws; And One Enclosure At Each Of The Three Mws.
description Of Cls Performance Activities
the Prospective Contract Awardee Will Be Required To Perform Cls Maintenance At All 450 Lfs, 45 Mafs, 3 Mscs, 3 Alternate Mscs, 6 Flight Security Controller (fsc) Trainers, 3 Lf Trainers, Two Additional Command And Control Workstations And The Noc Near Hill Afb. Missile Field And Base Support Activities Will Require The Contractor To Obtain And Maintain A Facility Security Clearance And Employee Security Clearances. Cls Includes Executing Repair/response Throughout The Three Mws, Capturing, Mitigating, And Reporting On All Field Failure Discrepancies And Anomalies That Prevent Full Functional Operation At Each Individual Lf, Maf, Msc, Trainer And The Noc/soc. Monthly Metrics Program Reporting Of Mean Time Between Failure (mtbf), Mean Time To Repair (mttr), And Availability (ao) Is Required Per Contractor Data Requirements List (cdrl) Requirements To Ensure System Readiness And Operational Performance Over Time At Each Site. A Failure Is Defined As: No Lf Video Being Displayed From A Selected Source On The Fsc Workstation. The Metrics For These Indicators Are Cumulative Month Over Month, And Year After Year .i.e. Running Total Of Operational Hours And Failures Used For Calculating Mtbf, Mttr, And Ao. The Selected Contractor Will Be Required To Maintain A Field Discrepancy Database Capturing All Pertinent Program Metrics.
the Rva System Has Been In Sustainment Since 2014, And Many Components Of The System Are Becoming Eol/eos. Sustainment Engineering Will Be Required By Cls Contractor To Identify, Configure, Test, And Deploy Suitable Replacements For Those Components. Contractor Will Also Be Responsible For Sustaining And Modifying Existing Software For Cots Integration. Sustainment Engineering May Also Be Required For Any Government-approved Changes To The Configuration Baseline (i.e. Adding Capability To The Rva System).
the Cls Contractor Will Also Be Required To Maintain The Rva System’s Authority To Operate (ato) And Authority To Connect (atc) By Implementing Cybersecurity And Meeting All Applicable Risk Management Framework (rmf) Requirements.
classification
rva Cls Contractor Clearances Are Required To Facilitate Maf Access And Resolve Maintenance Issues. The Government Will Post Responses To Questions That Are Broadly Applicable To All On The Sam.gov Website. The Government Encourages Unclassified Responses To The Maximum Extent Practicable.
administration Questionnaire
respondents Should Explain Capabilities And Experience That Meets (or Can Be Modified To Meet) Or Exceeds The Requirements For The Rva Cls Effort Listed In The Sources Sought Sections. Respondents Should Submit Questions And Comments Regarding The Documents For This Effort In Writing To The Government.
what Is Your Experience/past Performance In Either Designing Or Sustaining Software-intensive Security Surveillance Equipment?
what Is Your Experience/past Performance Sustaining Or Modifying Existing Software?
what Is Your Experience/past Performance Creating Software For Cots Integration?
describe Your Experience Installing, Maintaining, And Testing Equipment In Extreme Conditions And/or At Remote Locations.
describe Your Ability To Manage Sub-contractors, In Terms Of Both Schedule And Performance.
describe Your Experience Engineering, Maintaining, Troubleshooting And Integrating Networks And Dod-approved Subsystems.
if You Plan To Subcontract, What Percentage And Portion Of The Performance Work Statement Do You Intend To Subcontract?
if You Plan To Be The Integrator, What Benefit Is There To Having You As The Integrator?
describe How Troubleshooting Would Be Covered For The Mws During Business Days, Weekends And Holidays?
what Access Do You Have To Government-shared Databases Or How Would You Recommend Reporting And Providing System Data On A Regular Basis To The Government Program Office?
what Contract Type Would You Think Is Appropriate For This Cls Effort?
what Is Your Ability In Performing The Required Duties As The Rva Network Administration?
what Potential Risks Do You See In Terms Of Cost, Schedule, And Performance?
what Is Your Experience With Cybersecurity And Information Assurance Requirements? Specifically, Pertaining To Obtaining Network Systems Authority To Operate (atos) And Software Licensing.
what Experience Does Your Company Have With The Following: Generating, Editing, Reviewing, And Validating Drawings, Engineering Change Proposals (ecps), Engineering Orders (eos), Preventative Maintenance Processes, Reliability, Availability And Maintainability (ram) Processes?
do You Have The Ability To Update This Information (e.g. Engineering Orders, Engineering Change Notices, And Engineering Change Orders)? Please Describe.
does Your Company Currently Maintain And Successfully Execute A Configuration Management System (cms) For Hardware, Software, And Documentation? Please Describe.
does Your Company Currently Maintain A Facility Clearance?
does Your Company Currently Maintain And Successfully Execute A Quality Management System (qms)? Please Describe.
does Your Company Have Past Program Experience Executing Closed Loop-corrective Actions And Total Quality Management Fundamentals, Using Failure Reporting Analysis And Corrective Action System (fracas) Based Principles? Please Describe.
does Your Company Have Past Program Experience With Frequency Management And Spectrum Approvals? Please Describe.
provide Any Additional Recommendations, Questions And/or Concerns That Might Assist With This Solicitation.
preface: Company Information
please Provide A Cover Sheet With The Following Information:
company Information
company Name:
designated Point Of Contact:
name:
title:
email:
phone:
mailing Address:
business Type/size:
cage Code:
duns Number:
facility Security Clearance:
response Instructions & Disclaimers
response Format
interested Parties Are Requested To Respond With A White Paper In The Following Format:
microsoft Word For Office 2007 (or Newer) Compatible
1-inch Margins
12-point Font, Or Larger
respondents Should Submit Answers To The Administration Questionnaire Section
respondents Should Submit Questions And Comments Regarding The Attached Performance Work Statement Using The Attached Comment Resolution Matrix. All Documents Will Be Provided Upon Request.
submission Instructions And Deadline
responses Are Requested No Later Than 4:00 Pm. Mst 17 January 2025. Responses Shall Be Submitted Via Email To: Nathan Corey At Nathan.corey.1@us.af.mil
questions
questions Regarding This Announcement Shall Be Submitted Via Email To The Government Poc Listed Above. Responses To Questions Will Be Posted To The Fbo Website.
disclaimer
this Ss Does Not Constitute A Solicitation For Proposals Or Any Obligation On Behalf Of The Government. Vendors That Do Not Respond To This Ss Can And Will Allowed To Attend Any Industry Days That May Be Held And Respond To The Future Rva Cls Rfp. The Responses To This Ss Are Not An Offer And Cannot Be Accepted By The Government To Form A Binding Contract. No Contract Award Will Be Made On The Basis Of This Ss. The Government Will Not Pay For Any Information Received In Response To This Ss, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information. Vendor Participation Is Not A Promise Of Future Business With The Government. Any Information Provided In Response To This Ss Will Be Used For Informational Purposes Only And Will Not Be Returned. All Proprietary Information Should Be Clearly Marked As Such. All Information Submitted By Respondents To This Ss, Including Appropriately Marked Proprietary Information, Will Be Safeguarded And Protected From Unauthorized Disclosure. All Personnel Reviewing The Ss Information Have Been Briefed Regarding Non-disclosure And Organizational Conflicts Of Interest (oci) Issues. This Information Is For Market Research Purposes And Should Not Include Contractor Methodologies, Technical Approaches, Or Any Other Information That May Be Considered Trade Secret Or Information That Is Only Used At Contract Proposal. Draft Rfps Will Be Posted As Soon As The Government Has Gathered All Market Research And Have A Tentative Date For Industry Day/one-on-one Sessions. Ss Information Will Not Be Posted But Possible Future Sss May Be Issued If We Have More Questions.
Closing Date17 Jan 2025
Tender AmountRefer Documents
City Of Malabon Tender
Healthcare and Medicine
Philippines
Details: Description Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon 1. The City Government Of Malabon, Through The Malasakit Fund Intends To Apply The Sum Of Thirty Million Pesos Only (p 30,00,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Malabon Now Invites Bids From Eligible Bidders For Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Delivery Of Goods Is Required Within The Period Specified Under Section Vi. Schedule Of Requirements. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act,” And Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To R.a. 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below From December 19 – January 8, 2025; 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of Twenty Five Thousand Pesos (p 25, 000. 00). 6. The City Government Of Malabon Will Hold A Pre-bid Conference On December 27, 2024 (friday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. 7. Bids Must Be Delivered To The Address Below On Or Before January 8, 2025 (wednesday); 12:00 N.n. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms Set In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 8, 2025 (wednesday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The City Government Of Malabon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information Please Refer To: (originally Signed) Florlinda Ayroso Head- Bac Secretariat (originally Signed) Mr. Alexander T. Rosete Chairperson - Bids And Awards Committee 1 Unit Automated Identification/anticrobial Sensitivity Testing Machine Weight: 15/30/60 75 Kg/105 Lbs Electrical Power Requirements: • 110/120 Vac (50-60 Hz) • 220/240 Vac (50-60 Hz) Heat Dissipated: 1025 Btu/hr (nominal) Environmental Requirements: • Operating Ambient Temperature Range: 15 Degrees Celsius To 30 Degree Celsius (59 Degree F-86 Degree F) • Operating Humidity Range: 20% To 80% Relative Humidity, Non-condensing Altitude: Up To 2000 Meters Note: Should Be Compatible With Bact/alert Culture Machine 1 Unit Gel Card Laboratory Centrifuge And Incubator For Crossmatching Laboratory Centrifuge Microprocessor Controlled Touch Panel Digital Display Dc Brushless Low-noise Motor Shock Absorber For Reducing Vibration Damping And Automatic Balance Technical Specification: Model: Invitrocent Ref 00710 Max Speed:4000rpm Max Rcf: 1640 X G Max Capacity: 24 Invitrogel Cards Speed Accuracy: + 50rpm. Time Setting Range: 1~99 Min. Power Supply: ~22ov + 10% 60hz 5a Noise: < 65db (a) Dimension: (wxdxh) 370mmx432mmx260mm Package Dimension 570mmx425mmx305mm Weight: Gw; 16.5 Kg; Nw: 15kg Environment Requirements Temperature: 10°c~35°c Laboratory Incubator Microprocessor-controlled High-performance Incubator Accommodates Up To 24 Gel Cards Technical Data: Model: Invitrotherm; Ref0097020 Power Supply: Ac220v+ 50hs-60hz Fuse: 250v 3a 5x20 Temperature Range 35°c ~50°c Accuracy Of The Temperature < + 0.5 Heating Time: (from 20°c To 37°c Min Timing Range 1sec~99min 59sec Display Accuracy: 0.1°c Ambient Temperature: 5°c~30°c Dimensions (wxdxh): 280mm X 380mm X 115mm Weight 6.0kg 1 Unit Immuno-analyzer Throughout: Up To 180 Tests/hour, Measurement Principle: Micron Super Paramagnetic Particles Platform With Alkaline Phosphatase (alp) Labeled Reagents And Amppd Substrate Sample Assembly: Sample Feeder: Continuous Sample Loading And Offloading, Sample Positions: 50, Sample Probe: Steel Probe, Liquid Level Detection, Cl;ot Detection, Horizontal And Vertical Collision Protection, Sample Volume: 10-200ul, With Increment Of 1ul Reagents Assembly: Reagent Disk: 15 Reagent Positions, Continuous Loading, Real-tome Mixing For Magnetic Particles, Cooling System: 2-8'c, Reagent Pack: 50 Tests/pack, 100 Tests/pack, Reagent Scanning:built-in/external Bar Code Reader, Reagent Probe:steel Probe, Liquid Level Detection, Clot Detection, Horizontal And Vertical Collision Protection, Reagent Volume: 10-200ul, With Increment Of 1ul Substrate System: Substrate Bottle: 300/500 Tests Per Bottle, Bottom Piercing, Substrate Loading"patients Who Fail To Arrive For A Scheduled Appointment Will No Longer Receive The Free Thyroid Check-up.: Capable Of Continuous Loading During Testing, Substrate Heating: Constant Heating, Aspiration Volume: 200ul Magnetic Separation Unit: Separation Assembly: 3-phase Magnetic Separation, Temperature: Accuracy: 37+0.3'c Measurement And Reaction System: Detection Mode: Photon Counting, Signal Detector: Photom Multiple (pmt) Photo Counter, Pmt Calibration: Led Reference Module, Incubation Positions: 82, Temperature: Accuracy:37+0.3'c, Mixing Unit: Non-touch Vortexer Mixing Cuvette Loading And Waste Collection: 1 Unit Abg Machine Throughout: Results In 1 Minute After Sample Aspiration Sample Volume:140jul Quality Control: 3 Or 5 Levels Qc, External Electronic Simulator Display: 7-inch Color Lcd Display, 800*480 Interface: 4 X Usb 2.0 Host, 1 X Rs232, Wlan Input Device: Touch Screen And Bar Code Scanner Power Supply: 100-240vac, 50/60hz Battery: 500mah Rechargeable Lithium-ion Battery, 50 Samples Continuous Testing Dimensions (w*h*d): 283*153*310 Mm Weight: 3.65 Kg Operation Environment: 10 C-31 C; %rh: 25%-80%; 70-106.6 Kpa 1 Unit Bpap Machine Ipap/epap: 4-40cm H20/4-25cm H20 • Ventilation Modes: Capap, S, S/t, Pc, T • Target Tidal Volume: 200-1500ml • Breath Rate: 0-40bpm • With Good Humidification System • Alarms For: Patient Disconnection, Apnea, Low Minute Ventilation, Low Tidal Volume, And High Respiratory Rate • Monitoring For: Pressure, Tidal Volume, Minute Ventilation, Respiration Rate, Leak • Filters: Foam And Optional Ultra-fine Filters • Data Management: Encore Pro2 And Direct View Software Compatible With Oximetry Module, Advanced Detection Of Residual Respiratory Events (apnea/hypopapnea Index, Obstructed Airway Apnea, Clear Airway Apnea, Hypoapnea, Periodic Breathing, Large Leak And Snore) 1 Unit Cpap Machine The Res Med Air Sense™ 11 Auto Set With Humid Air Automatically Adjusts Pressure Levels Based On Your Breathing Patterns Throughout The Night. A Crisp, Color Lcd Touchscreen Lets You Customize The Device’s Settings And View Sleep Data. The Machine Includes An Integrated, Heated Humidifier And Climate Line Air Heated Tubing. Chose Between The Standard Humid Air™ Model (tubing Not Included) Or Humid Air™ Model With Climate Line Air™ 11 Tube Included. Temperature And Humidity Can Be Manually Adjusted Or Set For Automatic Climate Control “for Him” And “for Her” Algorithms Are Available Auto-ramp Up To 45 Minutes In 5-minute Increments Climate Line Air Tubing* Included For Automatic Climate Control (not Included With Standard Model) Personal My Air Assistant Guides You Through Device Installation And Therapy Acclimation Care Check-in Feature Provides Coaching And Troubleshooting For New Users Dimensions: 3.72” X 10.71” X 5.45” Weight: 2.3 Lbs. Sound Level: 27 Dba 1 Unit Mechanical Ventilator Modes Available: Vc-ac, Pc-ac, Vc-simv, Pc-simv Pip: 20-70 Cm Of H 2 O (adjustable In Steps Of 1) Peep: 0-20 Cm Of H 2 O (adjustable In Steps Of 1) Inspiratory: Expiratory Ratio (i:e): 1:0.3 - 1:4 (adjustable In Any Ratio) Respiratory Rate (bpm): 10 – 40 Breaths Per Minute In Increments Of 2 Tidal Volume: 150 Ml – 800 Ml In Steps Of 50 Unique On-graph Incentive To Show Current Best Values • Test Quality Advisory Messages And Quality Report • Fully Compliant To Ats/ers 2005 Guidelines • Available With Both Disposable Or Reusable Turbine Flow Meter • Elegant And Robust Carrying Case 2 Units Cardiac Monitor Introduction: Multi Parameter Patient Monitor For High-end Specialist – 12.1”(10.4”) High Resolution(800×600) With Maximum 9 Wave Forms – Standard Configuration: Ecg, Spo2, Nibp, Resp, 2temp, 2ibp – 6 Kinds Of Virtual Screen – 3ch Ecg : Full 7 Ecg & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V) – 12ch Ecg : Full 12 Ecg & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V1, V2, V3, V4, V5, V6) – 13 Arrhythmia Analysis & Pacemaker Detection – 7days Tabular And Graphic Trend Data Save Multi High-end Functions: – Drug Dose Calculation, Ecg Recall, Mini Trend, Ico, Color Change, Nibp Stat, Nibp Venous Stat, Oxy-crg, Patient Information, Temp Td – Touch Screen (option) – Easy S/w Upgrade Using Sd Card (max 2gbyte) – Durable And Light Long Li-ion Battery Operation (std 1pack: 2hr, 2pack: 4hr) – Lan And Wireless Lan – Variable And World Best Etco2 Module – Oridion’s Microstream Etco2 – Respronics’s Mainstream (c5), Sidestream (loflo) – Hrv, Apg Detection – 12.1″(10.4″) High Resolution(800×600) – Provides Clear Visibility From Long Distance And Any Angle – Maximum 9 Wave Forms – Supreme Standard Configuration And Extensionability – Standard: Ecg, Spo2, Nibp, Respiration, 2temp, 2ibp – Optional: Standard + 4temp, 4ibp, Ico, Etco2, 12ch Ekg, Touch Screen, 3ch Printer – Small Size But Large Virtual Screen – 12.1” Monitor Provides 72.6”(12.1” X 6) View Effect By Using 6 Virtual Screens. – 10.4” Monitor Provides 62.4”(10.4” X 6) View Effect By Using 6 Virtual Screens. – Perfect 3ch Ecg (std.) And 12ch Ekg(opt.) Will Make You Ecg Analysis Specialist. – Livegraphy Waveform By Votem’s Digital Filter Technology – 3ch Ecg (std.) Displays Full 7 Ecg Waves & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V) 2 Units Incubator Standard Features: ●servo Control Mode: Air Temperature, Skin Temperature; ● Parameter Displaying: Set Temperature,air Temperature, Skin Temperature, Internal Humidity, Heat Power Rate; ● Audible & Visual Alarms: Power Failure, Sensor Failure, Higher & Lower Temp, Air & Skin Temperature Override,fan Failure, System Failure; ● >37℃preset Mode: Power Failure Reset Memory, Alarm Silence, Keypad Lock, Self-test Function; ● Hood With Dual Slope; 6 Hand-ports; ● Rs-232 Output Connector (use For Network System); ●iv Poles; ●protective Guard Rail; ●storage Cabinets. Specification Of Hood: Mattress To Hood: 450 Mm Observation Side Of Hood: Two Incline Operate Port: 6 (2 Iris Ports) Tubing Grommets: 4 Front Access Panel: 826×310 Mm Technical Specifications: Power Requirement ≤400va Temperature Control Mode: Air And Skin Servo Control Air Temp Control Range: 20℃~37℃ Temperature Override Mode To: 20℃~39℃ Skin Temp Control Range: 30℃~37℃ Temperature Override Mode To: 30℃~38℃ Temperature Fluctuation: ≤0.5℃ Mattress Temperature Uniformity: ≤0.8℃ Temperature Rise Time: ≤45 Min Noise Level Within Hood Environment: ≤55d Alarms Power Failure Alarm Fan Failure Alarm Sensor Failure Alarm High Air Temperature Alarm: +3.0℃ Low Air Temperature Alarm: -3.0℃ High Skin Teperature Alarm: +1.0℃ Low Skin Temperature Alarm: -1.0℃ Over Air Temperature Alarm: ≤38.0℃; ≤40.0℃ Over Skin Temperature Alarm: ≤38.0℃; ≤39.0℃ System Failure Alarm Alarm Silence Function Operational Condition 2 Units Infant Warmer Temperature Control Range: 25°c-37°c Temperature Override Mode To 38°c Temperature Sensor Accuracy: <0.3°c Mattress Surface Temperature Uniformity: <2.0°c Temperature Rise Time: <45mins Heat Output Indicate: 0-100% In 10% Radiant Box Horizon Angle Adjust Range 0-90° Adjustable In Step-less Bed Tilt Adjustment: Continues Adjustable In +10° 2 Units Bilirubin Light/photo-therapy Machine Device Classification Type Of Protection Against Electric Shock Class I Degree Of Protection Against Ingress Of Liquids And Particulate Matter (iec 60601-1) Ipx0 Mode Of Operation Continuous Classification In Accordance With Eu Directive 93/42/eec Iia Umdns Code/gmdn Code 13-037/35239 Physical Attributes Bililux Photo Therapy Light Length ≤39 Cm (15.4 In) Width ≤19 Cm (7.5 In) With Quick-connect Plug Height ≤8 Cm (3.1 In) Weight (without Options/accessories) ≥1.2 Kg (2.7 Lb) Bililux Spring Arm Length, Spring Arm Fully Folded ≤61 Cm (24 In) Length, Spring Arm Fully Extended ≤106 Cm (41.7 In) Weight (without Options/accessories) ≤1.5 Kg (3.3 Lb) Bililux Trolley (with Spring Arm) Height (trolley At Lowest Position And Spring Arm Fully Folded) ≤132 Cm (52 In) Height (trolley At Highest Position, Lower Arm Fully Extended, And Upper Arm At 45° Angle) ≤213 Cm (83.9 In) Weight (without Options/accessories) ≤14.9 Kg (32.8 Lb) Total Mass Including Safe Working Load 18.1 Kg (39.9 Lb) 2 Units Portable Or Light Kl04l-iii Vertical4-reflector Luminescence Shadowless Lamp Kl04l-iii Luminescence Shadowless Lamp Adopts Light Source From Different Positions For Focus To Eliminate Shadows Of Different Parts Of Medical Workers Vertical Mobile Setup With Braking Device Is Not Limited By The Space Of Surgical Room And Is Safe And Reliable In Use Illumination: > 50,000lx (at 1m Distance) Color Temperature: 4000k+500k Mains Voltage: Ac220v+10%50hz Bulb Voltage: Ac24v Bulb Power Input Power: 120va 1 Unit Orthopedic Instrument Set Contents: 77 Pieces With Tray • 1 Pc. Knife Handle #3 • 2 Pcs. Knife Handle #4 • 1 Pc. Mayo Dissecting Scissor Straight 5 1/2″ (14cm) • 1 Pc. Mayo Dissecting Scissor Curved 5 1/2″ (14cm) • 1 Pc. Mayo Dissecting Scissor Straight 6 3/4″ (14cm) • 1 Pc. Mayo Dissecting Scissor Curved 6 3/4″ (14cm) • 1 Pc. Metzenbaum Scissor Curved 7″ (17.8cm) • 1 Pc. Esmarch Bandage And Cast Shears 8″ (20.3cm) • 1 Pc. Tissue Forcep 6″ (15.2cm) 1x2t • 1 Pc. Tissue Forcep 6″ (15.2cm) 4x5t • 2 Pcs. Adson Tissue Forceps 4 3/4″ (12.1cm) 1x2t • 6 Pcs. Crile Forcep 6 1/4″ (15.9cm) Curved • 4 Pcs. Rochester Ochsner Forcep Straight 8″ (20.3cm) • 6 Pcs. Backhaus Towel Clamp 5 1/4″ (13.3cm) • 1 Pc. Mayo Hegar Needle Holder 8″ • 1 Pc. Crile Wood Needle Holder 6″ • 1 Set Us Army Retractor 8 1/2″ Set Of 2 Pcs. • 1 Pc. Israel Retractor 9″ (22.9cm) 4 Prong Blunt • 1 Pc. Volkman Retractor 8 3/4″ (922.2cm) 4 Prong Sharp • 2 Pcs. Volkman Retractor 8″ (20.3cm) X 3/4″ (19cm) 4 Prong Blunt • 1 Pc. Bennett Bone Elevator 9 1/2″ (24.1cm) Small • 1 Pc. Bennett Bone Elevator 9 1/2″ (24.1cm) Large • 6 Pcs. Allis Tissue Forcep 6″ (15.2cm) 4x5t • Pc. Frazier Ferguson Suction Tube Fr-8 (2.6mm) • 1 Pc. Frazier Ferguson Suction Tube Fr-12 (4mm) • 1 Pc. Beyer Rongeur 7″ (17.8cm) Curved • 2 Pcs. Schnidt Tonsil Forcep 7 1/2″ (19.1cm) • 1 Pc. Ruskin Bone Cutting Forcep 7 1/2″ (19.2cm) Angled • 1 Pc. Stile-luer Rongeur 8 3/4″ (22.2cm) Curved • 2 Pcs. Kern Bone Holding Forcep 7″ (22.9cm) • 1 Pc. Lane Bone Holding Forcep 13″ (33cm) W/ Ratchet • 1 Pc. Lowman Bone Clamp 4 1/2″ (12.7cm) • 1 Pc. Lowman Bone Clamp 7 1/4″ (20.3cm) • 2 Pcs. Bone Hook 9″ (22.9cm) Sharp • 1 Pc. Miltex Mallet 11 (27.9cm) 16oz (454g) • 1 Pc. Bone File 9 ¾’ 3 Units Infusion Pump Delivery Rate: 1-1000ml/h.01-999.9ml/h Delivery Limit Range: 01-9999ml Pumping Mechanism: Linear Peristaltic Finger Accuracy: + 5 (ml/h Control Mode/with Approved Iv Set) K.v.o Rate: 1ml/h-10ml/h (adjustable) Purge Rate: 1-1000ml/h (adjustable) Bolus: 1-1000ml, 1-9999ml (adjustable) Dimension: 100x190x250 (mm)/weight:3.5kg) Power: Ac110-230v, 50/60hz Or Dc9, 6v, Dc24v (1a) Battery Type: N-cd (standard)/ni-mi+ (option) Operating Time: 4 Hours (at 125ml/h) 1 Unit 2d Echo Bed 19”-38” Height Range Meets The Americans With Disabilities Act (ada) Low Height Requirement Of 17”-19” For Patient Transfer, While Ensuring Ergonomic Standing Posture For Staff • Optional Battery Operation • Dual Rapid Release Drop Sections Provide Unhindered Access To The Patient • 65° Fowler Positioning Increases Comfort Of/for Patients With Shortness Of Breath • +/- 15° Trendelenburg Helps Restore Patient’s Blood Pressure • Improved Features: New Handrail Design, Improved Single Pedal Braking System, Foley Bag Hook, Hand Control Storage, Battery Operation 1 Unit X-ray Tube Varian Rad-14, 0.6-1.2 Focal Spot, Diamond Housing X Ray Tube - 89011n 3 Units Examining Table • Examination And Treatment Table, Hamilton Type, With Drawer And Compartment Door, Upholstered Three Section Top, Provided With Stirrup And Sliding Foot Stool. • Size: 58 Inc. X 20 Inc. X 34 Inc. 3 Units Transfer Stretcher Bed Technical Specifications Frame: Powder Coated Steel Or Better Backraise Inclination: Atleast 0 To 35 Degrees Has Adjustable Height Side Guard: Made Of Abs Plastic Or Better Castor Wheels: Manufacturer's Standard Max Load: At Least 150kg Weight: Manufacturer's Standard Dimensions: L X W X H = 2000mm X 700mm X 700mm, ± 100mm On Each Dimension Accessories: -has Oxygen Cylinder Holder -has Iv Pole Holder Located In 4 Different Positions -with One Iv Pole 1 Unit Vein Scanner Technical Specifications • Type: Light Weight, Mobile • For Obese/bloated, Neonate, Pedia, Elder And Dark Skin Patients • Display: Dlp Display Or Better • Infrared Wavelength: At Least 850nm • Image Resolution: At Least 856*480 Pixels • Visible Vein Size: ≥1 Mm Or Better • Penetration Depth: ≤8 Mm • Optimal Imaging Distance: At Least 15 ~ 25cm • Mode: Basic, Inverse And Enhanced • Imaging Color: Single Color And Mixed Colors • Image Sizes: Has Small, Medium And Large Sizes • Brightness: Adjustable To Low, Medium And High • Power Supply: 220v, 50/60hz • Battery Type: Rechargable Lithium Battery At Least 3000mah • Battery Capacity: At Least 2 Hours Fully Charged • Dimension: Manufacturer's Standard • Net Weight: Manufacturer's Standard • Accessories: - Battery And Charger - Charging Cord - Trolley With 5 Castor Wheels 1 Unit Newborn Hearing Test Machine Specifications: • Display: At Least 42.7mm X 33.4mm Or 1.7 In X 1.3in • Resolution: At Least 160x128 • Dimension: Manufacturer's Standard • Weight: Manufacturer's Standard • Warm-up Time <5s Or Shorter • Boot-up Time: 1min Or Shorter • Mode Of Operation: Continous • Connectors - Oae: Hdmi Connector For Connection To The Micro Probe - Usb: Micro Usb • Data Interface - Pc Connection: Micro Usb - Printing: Wireless Connection • User Feedback - Accoustic: Integrated Speaker - Visual: Color Display Oled - User Interface: Oled Display To Provide User Information And Progress Of Measurement • Battery - Type: Rechargeable Thium-ion Np 120 Or Better - Capacity: 1700 Mah Or Better - Expected Life Time: 3 Years Or Better - Battery Life: 15 Hours On Time • Memory: At Least 500 Test Dpoae • Stimulus - Frequency Range: 1500 Hz To 12 Hz - Frequency Accuracy: <1% - Nominal Frequency: F2 - F2/f1 Ratio: 1.2 - Level Range: 40db Spl To 70db Spl - Level Accuracy: ± 1.5db Or Better - Default Level (l1/l2): 65db / 55db Spl With In Ear Calibration - Transducer: Oae - Recording - Probe Fit Check: Low Frequency Level Loss - Display: Snr Bars Or Line Diagram With Oae And Noise Level Per Frequency - Pass Criteria - Snr Criteria: 6db - Frequency For Pass: 3 Transducer • Oae Probe • Microphone: - 20 Db Spl At 2 Khz (1 Hz Bandwith) • System Noise: - 13 Db Spl At 1 Khz (1 Hz Bandwith) • Cable Length: At Least 110 Cm Or 43in • Connector: Hdmi Or Better Printer • Print Mode: Thermal Dot Matrix Print • Printing Width: At Least 48 Mm (1.9in) • Resolution: 8 Dots/mm (203 Dots Per In (dpi)) • Dots Per Line: At Least 384 Dots Accessories And Inclusions • Battery Pack: 2 - Cell Li-ion Battery Pack 7.4 V -1500 Mah • Eartips: Box Of Eartips • Set Of Probe Tubes Standard Certifications • Device Certification From Nhsrc • Device Certification From Fda 1 Unit Automated External Defibrillator (aed) • Two-button Operation: On/off, Discharge (shock Button) • Voice Prompts: Voice Command That Gives Instruction To The User In Operating The Device • Automatically Evaluates Patient Impedance For Proper Pad Contact. • Automatically Analyses Patient Condition For Shockable Or Non-shockable Rhythms • Patient Ecg Can Be Acquired Through Defibrillator Pads • Energy Output Accuracy: ± 15% • Pulse Shape: Biphasic • Charge Time: Maximum Of 15 Seconds • Battery Capacity: Capable Of Providing At Least 200 Discharges At Maximum Energy • Replaceable Battery • Visible And Audible Indicators: - Low Battery - Pad Skin Contact/disconnection - Aed Status • Defibrillator Pads: Self-adhesive, Disposable And Non-polarized - At Least Ten (10) Pairs For Adult - At Least Ten (10) Pairs For Pedia
Closing Date8 Jan 2025
Tender AmountPHP 30 Million (USD 516.9 K)
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)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Combined Synopsis/solicitation Notice
combined Synopsis/solicitation Notice
page 3 Of 11
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice
page 1 Of 9
description
combined Synopsis/solicitation Notice
combined Synopsis/solicitation Notice
page 11 Of 11
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice
page 1 Of 10
page 1 Of
this Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0159. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation.
this Is A Solicitation For A Smart Mattress, Base Frame, Mattress Cover, Remote And Set-up. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-02 January 3, 2025.
this Solicitation Is An Unrestricted Open Market Solicitation. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 337910, With A Small Business Size Standard Of 1000 Or Fewer Employees, And The Psc Is 6530.
all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Sleep Number As Follows:
quantity
manufacturer Part
description
6
i2p5
sleep Number New P5 360 Queen Smart Mattress 60 X80
6
sleep Number New Flexfit 2 Queen Bed Base
6
424201
sleep Number Total Encasement Mattress Cover For Smart Beds Queen
6
126016
sleep Number New Smart Remote Compatible With Mattress And Frame
1
sleep Number Half Day Delivery Install Set Up
standard Warranty Shall Apply To All Parts Listed. A 15 Year Warranty Is Desired.
must Meet All Required Federal Mandates For Medical Use.
salient Characteristics
queen Smart Mattress:
60 X 80
weight Capacity: Supports Up To 550 Lb.
adjustable Firmness
includes Air Hoses And A Power Supply To In/deflate Mattress
power Supply Compatible With A 100 240 Vac Grounded Wall Socket
must Be Compatible With Adjustable Base
breathable
queen Bed Base:
weight Capacity: Can Support A Working Load Of Mattress, Mattress Cover, System Hardware And An Additional 550 Lb
adjustable To Multiple Positions, Including Supine To Upright Head Position And Varied Levels Of Foot Positions.
designed For And Supports Queen Mattress
includes An Electric Control System, Power Cord Connections And Cables
total Encasement Mattress Cover:
washable, Zippered Cover Fully Encases Mattress And Hose Openings.
waterproof And Will Block Bed Bugs, Dust Mites And Allergens
smart Remote:
hand Control That Adjusts Firmness Of Mattress And The Position Of The Base (hardwired To The Bed Is Desired, But Not Required)
compatible With Smart Frame And Mattress
delivery/install Set-up:
deliver And Assemble Complete Bed Packages To Va Medical Center American Lake Sleep Lab, Set Up Beds In Designated Rooms And Haul Away Packaging, Old Mattresses And Frames
coordinate With Poc At Sleep Lab For Delivery Times
52.211-6â brand Name Or Equal.
as Prescribed Inâ 11.107(a), Insert The Following Provision:
brand Name Or Equalâ (aug 1999)
(a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation.
(b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must-
(1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation;
(2)â clearly Identify The Item By-
(i)â brand Name, If Any; And
(ii)â make Or Model Number;
(3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And
(4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications.
(c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer.
(d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation.
(end Of Provision)
delivery Fob Destination Is Preferred, 30-60 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The Puget Sound Va Medical Center Point Of Contact.
place Of Delivery:
department Of Veterans Affairs
va Puget Sound
american Lake Medical Center
9600 Veterans Dr.
tacoma, Wa 98493 .
the 6 Rooms Within The Sleep Lab Located At The American Lake Campus: Room Numbers Are 301,303,304,305,306,307.
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products
addendum To Far 52.212-1 Instructions To Offerors Commercial
52.204-7
system For Award Management (oct 2018)
52.204-16
commercial And Government Entity Code Reporting (aug 2020)
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.211-6
brand Name Or Equal (aug 1999)
52.212-3
offeror Representations And Certifications-commercial Products And Commercial Services (may 2024)
52.225-2
buy American Certificate (oct 2022)
52.252-1
provisions Incorporated By Reference (feb 1998)
vaar Provisions:
852.239-75
information And Communication Technology Accessibility Notice (feb 2023)
(a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable.
(b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions.
(c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items.
(d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis.
(e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations.
(f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below.
(g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote.
(end Of Addendum To 52.212-1)
far 52.212-2, Evaluation-commercial Items : The Government May Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers:
special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement:
sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation.
price
(a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offeror's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov).
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018)
addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum:
http://www.acquisition.gov/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar)
52.203-17
contractor Employee Whistleblower Rights (nov 2023)
52.204-13
system For Award Management Maintenance (oct 2018)
52.204-18
commercial And Government Entity Code Maintenance (aug 2020)
52.219-6
notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644)
52.225-1
(buy American Supplies)
52.232-40
providing Accelerated Payments To Small Business Subcontractors (dec 2013)
52.233-3
protest After Award (aug 1996) (31 U.s.c. 3553).
52.252-2
clauses Incorporated By Reference (feb 1998)
vaar Clauses:
852.203-70
commercial Advertising (may 2018)
852.212-71
gray Market Items (nov 2018)
852.232-72
electronic Submission Of Payment Requests (nov 2018)
852.239-76
information And Communication Technology Accessibility (feb 2023)
852.242-71
administrative Contracting Officer (oct 2020)
852.246-71
rejected Goods (oct 2018)
852.247-73
packing For Domestic Shipment (oct 2018)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (mar 2023)
the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference:
52.204-10
52.204-27
reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note)
prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328)
52.209-6
protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) (31 U.s.c. 6101 Note)
52.219-6
notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644).
52.219-28
52.219-27
post Award Small Business Program Representation (mar 2023) (15 U.s.c 632(a)(2))
notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022)
52.222-3
52.222-19
convict Labor (jun 2003) (e.o. 11755)
child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126)
52.222-21
prohibition Of Segregated Facilities (apr 2015)
52.222-26
equal Opportunity (sep 2016) (e.o. 11246)
52.222-36
equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793)
52.222-50
combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627)
52.223-18
encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513)
52.225-1
buy American-supplies (oct 2022) (41 U.s.c. Chapter 83)
52.225-13
restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury)
52.226-8
encouraging Contractor Policies To Ban Text Messaging While Drivingâ (mayâ 2024)â
52.232-33
payment By Electronic Funds Transfer System For Award Management (jul 2018) (31 U.s.c. 3332)
52.240-1
prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.)
all Quoters Shall Submit According To The Following:
quotes Must Be Emailed To Rachel.richardson@va.gov And Received No Later Than 3:00 Pm Pst On 01/08/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include, If Not The Manufacturer, An Authorized Distributor Letter, And A Completed Buy American Certificate. Any Offer That Does Not Provide The Supporting Documentation May Be Considered Non-responsive.
Required Supporting Documentation And Information:
authorized Distributor Letter If Not The Manufacturer
completed Buy American Certificate
certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above
delivery Date
warranty Details
the Government Intends To Make Award Without Discussions.
for Information Regarding The Solicitation, Please Contact Rachel Richardson At Rachel.richardson@va.gov.
(end Of Provision)
mandatory Electronic Invoicing
va Published The Final Rule Requiring Vendors To Submit Invoices Electronically To The Financial Services Center (fsc) In The November 27, 2012 Federal Register. The Rule Became Effective December27,2012.the Rule Includes A New Contract Clause To Be Inserted In All Solicitations And Contracts By The Contracting Officer (vaar 852.232-72). Vendors Can Comply With The Rule By Using Either Of The Two Methods Below:
facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below:
va S Electronic Invoice Presentment And Payment System The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website:http://www.tungsten-network.com/us/en/veterans-affairs/to Begin Submitting Electronic Invoices, Free Of Charge.
a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established Bythe Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org).
vendor E-invoice Set-up Information:
please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below:
tungstene-invoicesetupinformation:1-877-489-6135
tungstene-invoiceemail:va.registration@tungsten-network.com
fsce-invoicecontactinformation:1-877-353-9791
fsce-invoiceemail:vafsccshd@va.gov
Closing Date8 Jan 2025
Tender AmountRefer Documents
Brandenburgische Kulturstiftung Cottbus Frankfurt Oder Tender
Others
Germany
Details: Subject: Request for quotation "waltz night 2025" sound Dear Sir or Madam, We request that you submit a quotation by February 10, 2025 for the production below. The components and system technicians offered must be named, a sound system concept and the system technician's references must also be submitted. "Waltz Night 2025 - With the Philharmonic Orchestra of the Cottbus State Theater and Soloists", Altmarkt Cottbus - 03046 Cottbus Job: Provision and maintenance of a cardioid sound system Set-up: July 4th, 2025 Rehearsal: July 5th, 2025, approx. 2 p.m. 1st day of the event: July 5th, 2025, start: 6 p.m. 2nd day of the event: July 6th, 2025 Dismantling: July 7th, 2025 Components to be supplied: 01 - Main sound system: - 01x Cardioid line array sound system (l/r) including subwoofer, with controlled radiation behavior and high rear damping (cardioid), which provides the listening area with sound evenly and at a high volume level (at least 110db over the entire frequency range) - sound depth = 38 Meter - Max. point load per suspension point: 500kg - Incl. electric chain hoists and accessories 02 - Side sound system: - 02x Cardioid line array sound system (2x mono) incl. subwoofer, with controlled radiation behavior and high rear damping (cardioid), which covers the listening area evenly and with a high volume level (min. 110db over the entire frequency range) - Sound depth = 75 meters and 50 meters - Max. point load per hanging point 500kg - Incl. electric chain hoists and accessories 03 - Near field sound system - Left, front, right: - Point sound sources (2 x 10"/8"/1.4" drivers) around the stage, partly on stands, partly on the subs - Number approx. 10 pieces 04 - Stage sound system 04x stage monitor 10" coaxial controlled in four ways 05 - Wiring Foh - stage 04x Cat6 cable, length 100m incl. system amplifiers and complete system wiring, power distribution, assembly, dismantling, commissioning and transport 06 - Personnel - Personnel for complete assembly and dismantling of the hired personnel - 1x experienced system technician in dealing with classical music to set up and look after the sound system during the 1st day of the event - 01x sound technician to look after the sound system on the 2nd day of the event - The travel, accommodation and food costs are to be priced in the offer
Closing Date18 Jan 2025
Tender AmountRefer Documents
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 10- Arts And Crafts Support Service Area: Skills Development) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 597,951.44 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 10- Arts And Crafts Support Service Area: Skills Development) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 1,000.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Sewing Machine Singer,15ch 179 Sewmaster, Automatic Bobbin Winder, Variable Stitch Length Control, Forward And Reverse Function, Numbered Dial Tension, Threadle Or Motor Options, Drop Feed Knob 5 Piece Utility Shelf, 1713s Utility Shelf 2 Pieces Table, Folding Table Ft-02 1200mm L X 400mm D X 750mm Ht., Structure: Melamine 3 Pieces Chairs, Cod Armchair Backrest Wood Horn Chair, 43x48x74, Material: High Quality Iron Wood, Max:150kg 6 Pieces Storage Cabinet, Dimension: 48*30*83cm, Material: Plastic, 3 Pieces Cork Bulletin Board, Wooden Frame, 30x40cm 1 Piece Glue Gun, Mitsushi Mit-gl40 40w, 100-240v, Hot Melt Glue Gun 2 Pieces Acrylic Color, Faber Castell, 12ml, 12 Colors 3 Pieces Scissors, Maped Reflex 3d Vivo Scissors, 16cm 4 Pieces Cutters, Ida Wallpaper Blade Cutter, Length 15cm, Width: 15cm 3 Pieces Watercolors, Prang 16 Watercolor Set 3 Sets Art Paper (multiple Colors), Avia Colors Assorted Colored Paper, 250 Sheets, 80 Gsm, Size: 8.5" X 11" 3 Reams Paint Brushes, Deli 73885 Brush Set 3 Pieces Yarn, Color, Dmc Natura Happy Cotton, 100% Cotton Yarnfor Crochet, Knitting And Yarn Crafts, Thickness: Light (8 Ply), Weight: 20 Grams, Length:43 Meters 10 Pieces Glue, Elmer's Glue, White 225 Grams 5 Pieces Colored Pencils, Staedtler Colored Pencil 136 C36 Luna Permanent 36 Colors 3 Sets Colored Pens, Faber-castell Coloring Pen, 12 Colors 3 Sets Sewing Pins, 40 Pieces 3 Pieces Sewing Needles, 16 Pcs Set Hand Sewing Needle, Size: S: 4cm (8pcs), M:4.5cm (6pcs)* L:5cm (2pcs), Mateial;stainless 10 Pieces Rotary Cutter, 45mm Fabric Rotary Cutter, Length:45m, Material:stainless Steel Blade+abs Handle, Color: Orange. Length: 165mm, Blade Diameter:45mm, Suitable For:leather Fabric Vinl Fiber Paper 2 Pieces Tape Measure, Deli 79650 Measuring Tape 150cm/60 Inches (1.5m*7mm) 10 Pieces Crochet Hooks, 100pcs Crochet Hook Set,perfect Round Point, Material: Plastic+metal, Size:18*13*3cm, Hook Size: 2mm,2.5mm,3.0mm,3.5mm,4.0mm,4.5mm,5.00mm,5.5mm,6.0mm,6.5mm 2 Pieces Knitting Needles, Sizes: 4,5,6 And 8 2 Pieces Crochet Thread, 5 Ply Monaco 100% Mercerized Cotton, Assorted Colors, Length:105 Meters, 50 Grams 20 Pieces Sewing Thread, Apple Spun Polyester Sewing Thread, Assorted Colors, 100 Meters, Polyester Material, 10pcs/box 2 Boxes Convertible Drawing And Drafting Table, Size: 24”x36” ▪color:raw Sienna / Brown ▪weight: 10-11kg 1 Piece Studio/painting Easel, Sizes: 85" - 120" Tall 2 Pieces Table/desk Painting Easel, Could Be An H Or An A Easel Type, For A Easel 38" To 75", For H Easel 84" To 96" 5 Pieces Manual And/or Electric Pencil Sharpener, Pencil Sharpener Hand Crank Manual Mechanical Pencil Sharpener,aluminum Alloy Knife Structure,cutting Outer Diameter Of 6.5-8mm Pencil 4 Pieces Wooden Mannequin, With Stand 11.5/14/21/30cm Wooden Human Mannequin Model Artist Movable Limbs Doll 2 Pieces Transparent Edge T-square, Hardwood Blade Dimensions: 30x13.5x0.2 Inches Weight: 14.4 Ounces Color: Wood Size: 36’’ 2 Pieces Carpentry Tools, Tool Set Includes: 1 – 9” Plastic Torpedo Level 1- Magnetic Bit Holder 1” Cr-v Bits Nut Drivers: 3/16”,1/4”,9/32”,5/16”, 11/32”,3/8” 10ft/3m Tape Measure 150mm Mini Saw 7” Locking Pliers 7-12” Diagonal Cutting Pliers 8” Long Nose Pliers 8” Adjustable Wrench 8” Water Pump Pliers Zinc-alloy Utility Knife Utility Knife Blade Black Cable Ties 160oz Claw Hammer Combination Wrench: ¼”, 5/16”, 3/8”, 7/16”. ½”, 9/16” Precision Screwdrivers:ph1, Ph0, Slotted:1/4, 2.0, 2.4, 3.0mm Metric Hex Keys: 1.5, 2, 2.5, 3, 4,5,5.5, 6mm Sae Hex Keys: 1/16”, 5/65”, 3/32”, 1/8”, 5/32”, 3/16”, 7/32”, ¼” 16” Zipper Tool Bag Item Weight; 8.8 Pounds 17.7x9x9 Inches 2 Sets T50 Staple Gun, Size: 7x9x3 Inches 5/16” Staples 3 Pieces Slop Sink, Size: 30.2x18.4x10.0inch Color: 30”m Style: Single Bowl Material: Stainless Steel Thickness: 3.0-1.2mm 1 Piece Roofing Square Dual Marking Right Angle Picture Framing Carpenter Ruler, Steel 90 Degrees Roofing Square Measuring Size: 20x 30cm/8x12” Rustproof Size: 30x20.5x 20.5 Weight: 0.16kg 3 Pieces Professional Compound Mitre Box & Saw, Adjustable Angle 20x8x9 Inches Miter Box 22 Inches Back Saw 2 Pieces Drawing Lamp, Overall Dimensions: 1.5 “w X 3.5 “d X 29.5 “h Long, Bendable Neck 21” (53 Cm) 28 Led Bulbs Stainless Steel Wattage: 1 Can Be Mounted To Table, Desk Or Easel Usb Plug 2 Pieces Artists Taboret Made Of Beechwood. Measures 35-1/2"h X 17-1/2"w X 14-1/2"d 1 Piece Open Shelves Utility Rack, 72" Height X 48" Width X 18" Depth Five Adjustable Shelves 4,000 Lb. Capacity Steel Frame Particle Board For Shelves Rivet Lock Design With Nuts And Bolts 2 Pieces Chisel Rack For Wood Carving, 3/4″ Thick, And 2 Pieces 3/8″ Tall Plywood Number Of Slots May Vary 2 Pieces Corner Clamp, Maximum Clamping Range 7.5cm, Generally 4 Right-angle Clamp All Together To Use. Material: Aluminum Type: 4 -inch 20.00 X 10.00 X 10.00 8 Pieces Decorative Realistic Artificial Fruits, Assorted Plastic Fruits And/or Eco-friendly Foam Material 2 Sets Geometric Shapes Set, 8-12 Shapes/forms Wood And/or Non-toxic Plastic Shapes Include Sphere, Square, Cylinder, Round Cylinder, Cone, Cube, Hexagonal Prism, Triangular Prism, Square Based Pyramid, Octagonal Prism, Pentagonal Prism, And 1/2 Sphere 2 Sets Geometric Designer Templates, Scale: 0-20 Cm/0-24 Cm Size : 8-1/4" X 5.1" (l*w) Plastic And/or Steel Material 4 Pieces Stack Rack, Dimension: 30 In H X 21 In W X 17 In L At Least 6 Shelves May Be Wooden Or Metal Materials Devised With Rollers To Roll The Rack In Any Location 4 Pieces Picture Frame And Miter Clamp, Weight: 2.5 Pounds Dimensions: 23.9 X 9 X 1.6 Inches Wood Material 4 Pieces Heat Gun, Power: 2,000 Watts Temperature: 50 / 380 / 570 Celcius Steps: 3 Steps Air Flow: 500 / 300 / 500 L/min 4 Pcs Nozzles (air Blast, Reducing, Reflector, Paint Scraper) 1 Pc Scraper 4 Pieces Hot Plate Single Electric Stove, Power:1000w Non-stick Coating Auto-thermostat Various Heat Operations Operating On/off Indicator Light 2 Pieces Tape Dispenser, Weight: 1 Kg Hard Durable Plastic Material 2 Pieces Multi-function Three-hole Puncher, 11.75 X 2.75 X 2.75 Inches High Quality Metal Construction With Clip-in Rings 2 Pieces Metric Scale, 30 Centimeters In Length Scale: 1:1, 1:10, 1:2, 1:20, 1:5, 1:50, 1:100, 1:200, 1:500, 1:1000, 1:1250 And 1:2500 4 Pieces Steel Tape Measure, Tape Rule With First 6 Feet Reinforced With Bladearmor Coating For Maximum Durability 11-inch Tape Standout; 16-inch And 19.2-inch Stud Center Markings Simplify Framing Jobs Mylar Polyester Film Extends The Life Of The Entire Blade Heat-treated Spring Provides Long Life And Smooth Blade Recoil Stanley's Limited Lifetime ; Measures 1-1/4-inch-by-25-feet 3 Pieces Heavy Duty Circular Saw, Corded Or Cordless Adjustable Depth Diameter: 4 1/2 In. With Electric Brake Maximum Cutting Depth At 45 Degrees: 1 In. Maximum Cutting Depth At 90 Degrees: 1-9/16 In. Maximum Speed: 4500 Rpm Spindle Lock 20 Volt 5.5 Lb. 4 Pieces Abrasive Disc Cutter Machine, Electric Powered 18.5” H X 12.2” W X 21.25” D 2200w 14” Blade Diameter 15 Amps Motor (3600 Rpm) Cutting Capacity Of 4.5” At 90˚ And 45˚ 2 Pieces Manual Canvas Pliers, Specifically Designed For Electrical And Mechanical Works 3 Pcs. In 1 Set 1 Combination Plier 6" 1 Cutter Plier 6" 1 Long Nose 6" Offers Comfortable Hand Grip 3 Set Jet-bow Compass Set, Set Includes 6" Speed Compass With Inter-changeable Pen, Pencil, Divider Parts, And Replaceable Needle Points. 4½" Bow Compass With Inter-changeable Pen, Pencil, And Divider Parts. 6" Beam Bar And Slide Coupling For Circles Up To 28" In Diameter And 6" Friction Divider With Self Centering Gear Head And Replaceable Needle Points. Set Also Includes Mechanical Lead Holder, Slip Handle For Spare Ruling Pen, Lead Pointer, Center Tack, And Screwdriver. Packaged In See-through, Hard Plastic Case. 2 Sets Human Head Model, Plastic, Life-size Anatomical Cast With Removable Jaw And 3 Removable Lower Teeth Type: Skull Model Material: Pvc Dimension: App.21x15x19cm/8.27x5.91x7.48in Color: As The Picture Shown Quantity: 1 Set 1 Set Screw Drivers Set, Philips Or Slotted Sl 3/16 In. X 3 In. (x2), 3/16 In. X 6 In., Sl 1/4 In. 1.5 In., Sl 1/4 In. X 4 In. (x2), Sl 1/4 In. X 6 In. Ph1 X 4 In. (x 2), Ph2 X 1.5 In., Ph2 X 4 In. (x2) 2 Offset Screwdrivers 6 Precision Screwdrivers: Ph0, Ph1, Sl 1.4 Mm, Sl 2 Mm, Sl 2.4 Mm, Sl 3 Mm 2 Sets Pliers And Grip Set, 10 Piece Tray Set Includes 1 Each Of The Following: 10r, 10wr, 7wr, 7r, 7cr, 6ln, 9ln, 5wr, 6r, 11r Weight: 11.80 Lb 28.00 X 11.80 X 1.30 Inches 2 Sets Artist Stool With Wheels, Height Adjustable & 360° Swivel Soft Pu Leather Cushion Detachable Design Dimension: Seat Diameter: 16.2" Seat Height: 25.6"-35.8" Full Height: 37.4"-47.6" Max Weight Capacity: 300lbs 6 Pieces Screen Print Squeegee, Material: Natural Rubber, Wood, Stainless Hardness: 70 Durometer Length: 25cm/10" Width: 10cm/3.9" Thickness: 2.3cm/0.9'' 8 Pieces Mixing Paint Palette, Material: Stainless Color: Silver Size: Approx 6.75" X 5.5"compact 12 Pieces Carving Chisels For Wood, Material: 45# Steel And Wood Color: Wood Color + Silver Quantity: 12 Pcs Total Weight : 892 Kg Wooden Handle Length Of Each Chisel: 95mm/3.74” Total Length Pf Each Chisel: 20.5mm / 8.07” Size: 1x V-straight Parting Tool: 14.6mm / 0.57” 1x Round Nose Chisel: 7.8 / 0.31 1x Skew Wood Turning Chisel: 7.8mm / 0.31” 1x Bent Chisel: 7.8mm / 0.31” 1x Wood Chisel: 7.8mm / 0.31” 1x Skew Wood Turning Chisel: 8mm / 0.31” 1x Pointed Wood Chisel: 8mm / 0.31” 2x Straight Chisel: 7.8mm 13.7mm”/ 0.31” 0.54” 3x Straight Gouge: 12.8” 16.1mm 11.7mm/ 0.50” 0.63” 0.46” 2 Sets Files Set For Jeweler, Wood Carving, Craft Metal And Glass Stone, 10 Pcs / Set 5x180mm Stone Precision Needle Files Tool Woodworking Carving The Craft Metal Rasp Wood Hand Tools Material: Metal Color: Gray/ Silver Model: Needle Files Size : 14.5x1x1 Weight: 0.05 Kg 2 Sets Heavy Duty Multi-purpose Bench Vise, Jaw Width: 5", Opening: 4-1/4" Durable Cast Steel Construction Head Swivel 360 Degree Full 360-degree Rotational Jaws Unique "v" Jaws Provide 4 Point Holding Power 2 Pieces Anvil, Weight: 55 Lbs. (sculpture) 9 Lbs. (jewelry Works) Metalsmith, Jewelers Forming Tool, Essential For Jewelry Repair, Shaping, Flattening, Hardening Metals Material: Iron Surface Size: (l X W X H): Approx. 6 X 3.3 X 9cm/2.36 X 1.3 X 3.54inch, Height: Approx. 5.5cm/2.17inch 1 Piece Welding Protective Suite, Made Of High-quality Denim Material, It Can Be Worn Many Times, It Will Not Fade For A Long Time. Unique And Comfortable Design, Wear-resistance And Dirty Resistance. Reinforced And Stitched The Crotch, Cuffs, Pockets To Prevent Accidental Tearing. The Highly Elastic Cuffs Make It Comfortable And Convenient To Wear. Size: 170 Height: 168-173cm Waist: 76-84cm/29.9-33 Inches Weight: 57.5-135kg 5 Pieces Welding Apron, Features: Material: Constructed With Artificial Cow Suede Which Is Not Only Durable But Also Flexible, And The Apron Offer Puncture Resistance, Tear Resistance And Cut Resistance. Size: (approx) (lxw) 90x60cm/35.4x23.6inch, Long Full Coverage Apron Protects You Until The Knee When You Are Working. Friendly: The Straps On The Waist Can Be Adjusted To Fit Your Body Better. They Are Designed To Hang Over The Shoulder Which Means That Weight Is Distributed Evenly Over The Shoulders. Never Suffer Neck And Back Pain Again. Pockets: 6 Pockets For Tools And Work Accessories, Include One Cell Phone Pocket And One Pencil Pocket. You Can Put Everything You Need Close To Hand In It Instead Of Constantly Search For Them. The Cell Phone Pocket Is Deep To Prevent The Phone From Falling Out. Application: Not Only For Woodworking And Welding But Also Useful For Many Other Work And Home Tasks Like Bbq And Gardening, Unique Gift Apron For Men, Women, Mothers, Fathers. Specifications: Material: Artificial Cow Suede Color: Yellow Size: (approx) (lxw) 90x60cm/35.4x23.6inch Package Included: 1 Pc X Apron 5 Pieces Welding Hood Caps, Flame Retardant Cloth Full Protection This Welding Hood Offers An Essential Mix Of Durability, Comfort And Protection. The Hood Features A Mesh Lining To Allow Sweat Vapour To Quickly Evaporate The Presoftened, Lightweight, Air Cushioned Fabric For Maximum Comfort. This Hood Can Protect Your Neck, Face And Head From Welding Fire Flash, Splash Very Well. Wear-resistant, Fire-retardant, Spark-proof, Double Protection Of Personal Safety And Sweat Absorption Specification: - Long :approx. 45cm/ 17.72inch - Shoulder Width: Approx. 43cm/16.93inch(xl) 5 Pieces Welding Gloves 10.5" Welding Leather Gloves Hgvc01 *winland* Product Description • Size: 10.5" • Use For Driver, Machining Operator Etc. • All Applications Which Require A High Level Of Anti-skid And Abrasion-resistant • Applying Universally To The Transporting And Cargo Handling Workers, Recycling Work, And Horticulture Workers, Drivers And Etc. • Cow Split Leather Gloves • Full Palm, Full Lining • Made With Top Quality Material For Industrial And Commercial Use 5 Pieces Welding Protective Visitor Glasses, Protective Visitor Glasses: Anti-fog With Uv Protection Glasses Product Name:safety Eyewear Glasses Color:clear, Dark Grey Feature:protective Glasses Lens Color:clear, Dark Grey Style:work Safety Glasses Package:blister Size: 17*17*7cm 5 Pieces Welding Helmet, Ingco Auto Darkening Welding Helmet Ahm009 Viewing Area:90×35mm Cartridge Size:110×90×10mm Arc Sensor:2 Light State:din 4 Dark State:fixed Shade 10 Shade Control:unadjustable Power On/off:fully Automatic Sensitivity Control:unadjustable,auto Uv/ir Protection:din 16 Power Supply:solar Cells. Re-chargeable Battery .no Battery Change Required Switching Time:1/5000s,from Light To Dark Dark To Light:0.15-0.45s Auto Low Amperage Tig:≥20amps(dc), ≥20amps(ac) Operating Tep:-5°c~+55°c Storing Tep:-20°c~+70°c 5 Pieces Welding Mask, Product Details Of Heavy Duty Welding Mask (108x50x3mm) Movable Glass Impacted Resistant Shell Anti Wear Moveable Type Glass Packing: Polybag With Color Sticker 5 Pieces Hard Hat, Hard Safety Helmet With Chin Strap Color: Blue, Orange, White, Yellow Material: Acrylonitrile Butadiene Styrene (abs) Shell, With Six Point Adjustable Ratchet Suspension For Shock Absorbing And Elastic Chinstrap Tough, Lightweight, Durable With Six Point Adjustable Ratchet Suspension For Shock Absorbing And Elastic Chinstrap. A Hard Hat Is A Type Of Helmet Predominantly Used In Workplace Environments Such As Industrial Or Construction Sites To Protect The Head From Injury Due To Falling Objects, Impact With Other Objects, Debris, Rain, And Electric Shock. Durable, Lightweight And Comfortable 12 Pieces Compact Electric Kilns, Degree F (max): 2300°f Cone: 6 Firebrick: 3" Volt: 240 / 208 Watt: 3,600 Ampere: 15 Recommended Breaker (amp): 20 Receptacle: 6-20 Size Interior (wide X High X Deep): 13.5 X 13.25" Size Exterior Including Stand (wide X High X Deep): 22 X 28 X 25.5" Volume (cu Ft.): 1.22 1 Piece Heat Press Transfer Machine, Electric Powered 21.2 X 20.2 X 19.2 In. 220v 1800w 0-400˚f (0-220˚c) 0-999 Sec. 1 Piece Rubber Mallet, Rubber Hammerhead Fiberglass Handle Packing: Color Label Weight: 32oz 4 Pieces Ball Peen Hammer, Material: Fiberglass Handle & Steel Head Size: 16 Ounce Weight: 3.7 Pound 4 Pieces Cutting Mat, Flexible Cutting Mat A2 Size (24 X 18 Inch) Self-healing 5 Layered Double Sided With Marked Pattern And Grids (green) Material: Polyvinyl Chloride Color: Green Item Dimensions: 15 X 15 X 15 Centimeters Shape: Hexagonal Weight: 200 Grams 6 Pieces Heavy Duty Extension Wire, Heavy Duty Extension Power Strip With Safety Switch Protection Socket 4 Meters, Extension 3 Pieces 36” Smart Led Tv, Width 96.74cm, Gross Weight: 10.8 Kg, Net Weight 7.9kg, Height 57.18, Length 7.99cm, Screen Size: 43-inch, Tv Resolution: Full Hd 2 Piece Laptop Computer, Laptop Screen Size: 15 Inches, Graphics Chipset: Integrated, Storage Capacity:512gb, Storage Type: Ssd, Ports/interface: Usb 2.0, Usb 3.0, Vga, Processor Type: Intel Core I7, Number Of Cores: Dual-core, Os:windows, Weight:3 Kg, Battery Capacity 4910mah, Cpu Frequency: 2.9ghz 1 Piece Photo Printer, Wireless Photo All-in-one With Auto Duplex Printing Print, Scan, Copy Auto Duplex Printing Wireless, Wireless Pictbridge, Mopria, Airprint, Direct Wireless Recommended Monthly Print Volume: 30 - 100 Pages Operating System: Win 8 / Win 7 / Vista / Xp, Mac Os X 10.7.5 And Later Borderless Printing: A4 / Letter / 4 X 6" / 5 X 7" / 8 X 10") Standard Paper Input (front Tray): 100 Sheets (a4/ Ltr) / 20 Sheets ( 4 X 6 “ ) Paper Weight: 64 To 105 G/m2 Up To 300 G/m2 Dimension (w X D X H): 449 X 304 X 152 Mm Weight: 5.4 Kg Interface / Connectivity: Usb 2.0 Hi-speed / Wireless Lan /wireless Pictbridge, Direct Wireless Scanner Type: Flatbed 1 Piece Portable Sound System With Microphone, Led Lights 2 Wireless Microphone Wired Microphone / Guitar / Line In Mic Priority Over Voice On/off Line Out Remote Control Usb / Bluetooth / Nfc / Fm Capabilities Frequency Response: 50hz-20khz Power System: Ac Adaptor / 12vdc In / Internal Rechargeable Battery 100v-240v, 60hz Power Supply Adaptor 1 Set 50” Led Tv, Height: 64.42 Cm, Width:111.68cm, Length:5.99cm, Gross Weight:16kg. Screen Size: 50-inch Led, Net Weight: 11.6kg, Tv Resolution: 4k Ultra Hd, Connectivity: Wireless Lan Built-in (wi-fi), Hdmi Ports: 3, Usb Ports:1 2 Piece Soft Box With Stand, 2 Pcs Studio Lighting Softbox 50*70cm, 2 Pcs 2m Light Stand, 2 Pcs 45w Light Bulb, Photography Kit 100-240v, Maximum Height: 200cm/78", Collapsible Height:65cm/32" 2 Pieces Display Panel Board, Product Weight:8kg, Choose Type:fabric,number Of Panels:4,type: Pole And Panel,graphic Type: Loop Nylon, 900x600mm Or 1000x700mm 6 X 900mm Poles 25 Mm Diameter With Clips Weight Approx 11-14kg 1 Piece Magnetic Whiteboard, Size:4x8 (48x96 Inches) Feet, Aluminum Frame,with Sliding Whiteboard Marker/eraser Tray,protective Plastic Rubber Corners 1 Piece Chalkboard, Length: 60.5", Height: 36.5",unit Weight: 24.00 Lbs Per Unit Color: Black Duro-slate Over ¼”hardboard Backing, Full Length Chalk Tray 1 Piece Offline Mini Compressor, 220v 60hz, Type: Single Cylinder Piston Compressor With Air Tank, Power: 1/6hp, Speed: 1700r.p.m, Air Output Per Min/lit.:20-23l/min, Auto Stop, Start At 3bar (43 Psi) Stop At 4bar (57psi), Working Pressure:0-4 Bar, Air Tank:3.0l, Suitable For Airbrush With Nozzle 0.2mm-1.0mm, Weight: 5kg, Dimension: 31x13x31cm 1 Pieces Styrofoam Cutter, Material:plastic, Size:approx. 190x90mm, Power: 2xc Size Battery (not Included), Feature: Electric Wire Needle Shap, Stainless Steel Wire, Hardness And Diameter Of 0.19mm 1 Piece Potter’s Wheel/electric Potter’s Wheel, Detachable Abs Basin, Advanced High-quality Brushless Motor, Rotary Speed:0-300 Rpm, Pottery Wheel: 25cm, Pottery Forming Machine:350w,electric Pottery Wheel With Foot Pedal And Detachable Basin, Rated Voltage: Ac 110v, Wheel Diameter: 25cm (9.8"), Speed: 0-300r/min, Working Noise:,60 Db, Gross Weight: 14kg (31.1 Lb), Package Dimensions (lxwxh) 53x42x35cm (20.8"x16.53"x13.78") 2 Pieces Weather-proof Safety Box Circuit Breaker, Metal Enclosure Panel Box, Weatherproof, Height:300mm, Depth:150mm, Door: 0.8mm, Body: 0.8mm, Plate: 0.8mm, Metal Body,width:400mm 1 Piece Fire Blanket, 120x99x4cm (l X W X H) Woven Glass Fiber 2 Pieces Exhaust Fan, Size: 12" 9" 6" Rpm: 1350, 1320, 1290 Finish: Power Coated 2 Pieces Medicine Cabinet, Stainless 20x26x5 Inch Single Door Medicine Cabinet 1 Piece Smoke Detector, 120 Volts Ionization Sensor, Clamshell Packaging 1 Piece Disposal Bins, 50 Cubic Movable Bins 2 Pieces Abc = 597,951.44
Closing Date28 Jan 2025
Tender AmountPHP 597.9 K (USD 10.1 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment).
as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required.
1. Contract Information:
these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310.
the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc.
work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract.
three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract.
the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7
in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees.
“any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”.
if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer:
required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions.
approximate Award Date: June 2025
the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414.
2. Project Information:
a-e Services May Include But Not Be Limited To The Following:
general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries.
architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following:
construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings
antarctic/cold Region Construction.
whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems.
architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops.
new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp.
mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems.
topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services.
asbestos And Lead Abatement Services Related To Building Renovation Or Demolition.
perform/conduct Design Charrettes Including Eco-charrettes
prepare Studies (to Include Building, Energy, Life-cycle Studies)
prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation.
site & Infrastructure/seismic Design In Accordance With The Ufc’s
development Of Design Criteria And Basis Of Design
design Work Analysis And Technical Specifications
nepa Documentation And Coordination
historic Architecture And Section 106 Consultation
preparation Of Permit Applications.
preparation Of Design/build Documents
preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions.
preparation Of Designs Including Hemp And Scif Areas.
preparation Final Design Construction Documents
antiterrorism/force Protection Design In Accordance With Applicable Ufc’s
sustainable Design/gbi/net Zero Strategy Development
cost Estimating Using The Latest Version Mii [m2] Software.
value Engineering Studies And Cost Schedule Risk Analysis (csra).
preparation Of Deliverables In Building Information Modeling (bim) Format.
drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd)
demonstrated Construction Phase Services:
design During Construction
preparation Of Operation And Maintenance Manuals
providing Technical Assistance – Responding To Requests For Information (rfis)
design Build Conformance Reviews
shop Drawing Review – Review Of Shop Drawings And Submittals
conduct Site Visits
commissioning/enhanced Commissioning; Fit-up Design Support
project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project.
projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract.
3. Selection Criteria:
primary Selection Criteria:
the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion).
criteria A Through E Are Primary Selection Criteria.
criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms.
the Firm Is Required To Have The Following Specific Design Capabilities:
a. Specialized Experience And Technical Competence In:
submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following:
- Planning And Scheduling Management Of Fast Track Designs,
- Working On Military Installation Projects,
- Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey),
- Preparing Drawings In Autocad And Autocad Revit,
- Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures.
on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes:
projects Demonstrating Experience Working At Military Installations Within Nan Boundaries.
projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits.
projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better.
projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391.
projects Demonstrating Experience With Fast-tracked Designs.
projects Demonstrating Experience Utilizing A Design Quality Control Plan
projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks.
b. Qualified Registered Professional Personnel In The Following Key Disciplines:
project Manager (p.e. Or R.a. Required)
quality Assurance Manager (p.e. Or R.a. Required)
architecture (r.a. Required)
structural Engineering (p.e. Required)
civil Engineering (p.e. Required)
mechanical Engineering (p.e. Required)
electrical Engineering (p.e. Required)
fire Protection Engineering (p.e. Required)
landscape Architect (r.la. Required)
cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength)
geotechnical Engineering (p.e. Required)
certified Industrial Hygienist (cih Required)
licensed Interior Designer (ncid Required)
land Surveyor (p.l.s. Required)
anti-terrorism/force Protection Specialist (p.e. Required)
blast/explosives Safety Engineering (p.e. Required)
industrial Engineering (p.e. Required)
industrial/process Engineer (p.e. Required)
lean-six Sigma Professional
historic Preservationist
environmental Engineering (p.e. Required)
lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp))
certified Value Specialist (cvs Required)
telecommunications Engineering (rccd Required)
master Planner (p.e. Or R.a. Required)
the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330.
senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered.
additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above.
fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions:
i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering.
ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written
examination.
iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation.
the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract.
c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered.
d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team.
e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference.
secondary Selection Criteria:
f. Geographic Proximity In Relation To Ny District Boundaries.
g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts.
4. Submission Requirements:
interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files.
no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process.
the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms
the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board.
supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/
submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day.
for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil
if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions).
interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
firms Must Be Registered In The Following: Https://www.sam.gov/
naics Code’s Are 541330 And 541310.
interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
Closing Date27 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotations:
1. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
2. Solicitation Number 70z04025qzb018 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 3, 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency.
3. This Acquisition Will Be Issued Under Naics 811210.
4. Nsn: 5895-12-395-9484 Control Monitor
oem: Rolls-royce Solutions Gmbh
pn: B00e50207391/s0002
qty: 3 Ea
open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs.
inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair)
firm Fixed Repair Price $___________ Each.
5. These Parts Are Used For The U. S. Coast Guard Patrol Boat Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. It Is The Government’s Belief That Only Rolls-royce Solutions Gmbh And Or Their Authorized Repair Facility Can Obtain The Required Technical And Engineering Data, And Genuine Oem Parts, Required To Successfully Repair These Items. Concerns Having The Expertise And Required Capabilities To Repair These Items Are Invited To Submit Complete Information Discussing The Same With Three (3) Calendar Days From The Day This Notice Is Posted. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Repair Facility And Verifying The Oem Will Supply Only Genuine Oem Parts.
6. Packing And Marking:
each Unit Shall Be Individually Preserved And Wrapped For Protection Against Deterioration For A Period Of 2 Years Minimum. Each Unit Shall Be Packed Individually In It’s Own Wooden Box Which Shall Be Capable Of Providing Adequate Protection To The Item During Multiple Shipments. Mare Each Box In Legible Black Print Lettering With The Following Information.
national Stock Number 5895-12-395-9484
item Name Control-monitor
part Number X00e50204217/s0002
gov’t Order Number 70z08025p29******
coast Guard Sflc Material, Condition Code “a”
7. Delivery:
delivery Is Required 02 Dec 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm.
delivery Shall Be F.o.b. Destination To:
united States Coast Guard (sflc)
receiving Room, Bldg. #88
2401 Hawkins Point Road
baltimore, Md 21226.
estimated Delivery Date: _________________
8. Inspection And Acceptance: F.o.b. Destination
inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment.
the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision:
9. Multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above.
10. Award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable.
the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery.
vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal.
each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions.
11. Offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov.
12. The Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition.
13. Far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (jan 2025)
(a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial 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 Oncontractingfor 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 Oncontractingfor 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 Oncontractingwith Inverted Domestic Corporations(nov 2015).
(5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801).
(6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553).
(7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)).
(b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
[contracting Officercheck As Appropriate.]
x(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655).
__(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.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 Far3.900(a).
__(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note).
__(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).
__(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, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii).
__(11)(i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
__(ii)alternatei(dec 2023)of 52.204–30.
x(12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note).
__(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313).
__(14)[reserved].
__(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a).
__(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a).
__(17)[reserved]
__(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-6.
__(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-7.
__(20)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2)and (3)).
__(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)).
__(ii)alternatei(nov 2016)of52.219-9.
__(iii)alternateii(nov 2016)of52.219-9.
__(iv)alternateiii(jun 2020)of52.219-9.
__(v)alternateiv (sep 2023) Of52.219-9.
__(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)).
__(ii)alternatei(mar 2020)of52.219-13.
__(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s).
__(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)).
__(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f).
__(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15u.s.c.632(a)(2)).
__(ii)alternatei(mar 2020)of52.219-28.
__(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.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) (15u.s.c.637(m)).
__(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)).
__(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)).
x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755).
x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(feb 2024).
x (33)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246).
__(ii)alternatei(feb 1999)of52.222-26.
__(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
__(ii)alternatei(jul 2014)of52.222-35.
x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
__(ii)alternatei(jul 2014)of52.222-36.
__(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212).
__(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496).
__(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627).
__(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627).
x(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.)
__(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(may 2024) (e.o. 13693).
__(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may 2024)(e.o. 13693).
__(49)52.223-20, Aerosols(may 2024)(e.o. 13693).
__(50)52.223-21, Foams (may 2024) (e.o. 13693).
__(51)(i)52.224-3privacy Training(may 2024)(5 U.s.c. 552 A).
__(ii)alternatei(jan 2017)of52.224-3.
__(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83).
__(ii)alternatei(oct 2022)of52.225-1.
x(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)alternatei [reserved].
__(iii)alternateii(jan 2025)of52.225-3.
__(iv)alternateiii(nov 2023)of52.225-3.
__(v)alternateiv (oct 2022) Of52.225-3.
__(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note).
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 Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
__(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150).
__(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150).
__(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021).
__(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
__(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332).
__(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332).
__(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332).
__(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a).
__(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.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. 55305and10u.s.c.2631).
__(ii)alternatei(apr 2003)of52.247-64.
__(iii)alternateii(nov 2021)of52.247-64.
(c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
[contracting Officercheck As Appropriate.]
x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67).
__(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67).
__(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67).
__(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
__(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
__(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
__(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) (42u.s.c.1792).
__(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)).
(d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation.
(1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract.
(2)the Contractorshallmake 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 Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe 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 Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare 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 Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause-
(i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.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 Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91).
(a)definitions. As Used In This Clause—
kaspersky Lab Covered Articlemeans Any Hardware, Software, Or Service That–
(1)is Developed Or Provided By Akaspersky Lab Covered Entity;
(2)includes Any Hardware, Software, Or Service Developed Or Provided In Whole Or In Part By Akaspersky Lab Covered Entity; Or
(3)containscomponentsusing Any Hardware Or Software Developed In Whole Or In Part By Akaspersky Lab Covered Entity.
kaspersky Lab Covered Entitymeans–
(1)kaspersky Lab;
(2)any Successor Entity To Kaspersky Lab, Including Any Change In Name, E.g., “kaspersky”;
(3)any Entity That Controls, Is Controlled By, Or Is Under Common Control With Kaspersky Lab; Or
(4)any Entity Of Which Kaspersky Lab Has A Majority Ownership.
(b)prohibition. Section 1634 Of Division A Of Thenational Defenseauthorization Act For Fiscal Year 2018 (pub. L. 115-91) Prohibits Government Use Of Anykaspersky Lab Covered Article. The Contractor Is Prohibited From—
(1)providing Anykaspersky Lab Covered Articlethat The Government Will Use On Or After October 1, 2018; And
(2)using Anykaspersky Lab Covered Articleon Or After October 1, 2018, In The Development Of Data Or Deliverables First Produced In The Performance Of The Contract.
(c)reporting Requirement.
(1)in The Event The Contractoridentifies Akaspersky Lab Covered Articleprovided To The Government During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or Any Other Source, The Contractorshallreport,in Writing, To Thecontracting Officeror, In The Case Of The Department Of Defense, To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil.
(2)the Contractorshallreport The Following Information Pursuant To Paragraph (c)(1) Of This Clause:
(i)within 3 Business Days From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Brand; Model Number (original Equipment Manufacturer (oem) Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended.
(ii)within 10 Business Days Of Submitting The Report Pursuant To Paragraph (c)(1) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Of Akaspersky Lab Covered Article, Any Reasons That Led To The Use Or Submission Of Thekaspersky Lab Covered Article, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofkaspersky Lab Covered Articles.
(d)subcontracts. The Contractorshallinsert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services.
(v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232.
definitions. As Used In This Clause-
backhaulmeans Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet).
covered Foreign Countrymeans The People’s Republic Of China.
covered Telecommunications Equipment Or Servicesmeans–
(1)telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities);
(2)for The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities);
(3)telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or
(4)telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of Acovered Foreign Country.
critical Technologymeans–
(1)defense Articles Or Defense Services Included On Theunited Statesmunitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations;
(2)items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled-
(i)pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or
(ii)for Reasons Relating To Regional Stability Or Surreptitious Listening;
(3)specially Designed And Prepared Nuclear Equipment, Parts Andcomponents, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities);
(4)nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material);
(5)select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or
(6)emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817).
interconnection Arrangementsmeans Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources.
reasonable Inquirymeans An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Ofcovered Telecommunications Equipment Or Servicesused By The Entity That Excludes The Need To Include An Internal Or Third-party Audit.
roamingmeans Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High.
substantial Or Essential Componentmeans Anycomponentnecessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service.
(b)prohibition. (1)section 889(a)(1)(a) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104.
(2)section 889(a)(1)(b) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104. This Prohibition Applies To The Use Ofcovered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract.
(c)exceptions.this Clause Does Not Prohibit Contractors From Providing—
(1)a Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(2)telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(d)reporting Requirement. (1)in The Event The Contractor Identifiescovered Telecommunications Equipment Or Servicesused As Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractorshallreport The Information In Paragraph (d)(2) Of This Clause To Thecontracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractorshallreport To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil.
(2)the Contractorshallreport The Following Information Pursuant To Paragraph (d)(1) Of This Clause
(i)within One Businessdayfrom The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplierunique Entity Identifier(if Known); Suppliercommercial And Government Entity (cage) Code(if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended.
(ii)within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Ofcovered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofcovered Telecommunications Equipment Or Services.
(e)subcontracts.the Contractorshallinsert The Substance Of This Clause, Including This Paragraph (e) And Excluding Paragraph (b)(2), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services.
(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, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
(b)alternatei(dec 2023)of 52.204–30.
(viii)52.219-8, Utilization Of Small Business Concerns(feb 2024)(15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities.
(ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
(x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246).
(xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
(xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
(xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.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 Clause52.222-40.
(xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
(xvi)
(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627).
(b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.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 (may2014) (41u.s.c.chapter67).
(xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
(xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989).
(xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
(xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
(xxii)
(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a).
(b)alternatei(jan 2017)of52.224-3.
(xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization 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)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6.
(xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40.
(xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64.
(2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
14. Electronic Submission Of Payment Requests
(a) Definitions. As Used In These Instructions -
(1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided.
(b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp.
(c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/.
additional Clauses
hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items.
as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause:
contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012)
the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.]
(a)provisions.
x 3052.247-72 F.o.b. Destination Only.
(end Of Clause)
15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable.
16. Quotes Are Due Not Later Than 22 Jan 2025, By 10:00 Am Eastern Daylight Savings Time (dst).
17. All Questions Regarding This Notice Shall Be Submitted In Writing To Donna Scandaliato No Later Than Jan 22, 2024. Quote Shall Be Emailed To Donna.m.scandaliato@uscg.mil.
Closing Date22 Jan 2025
Tender AmountRefer Documents
7961-7970 of 7980 archived Tenders