Cable Tenders
Cable Tenders
Laguna State Polytechnic University Sta Cruz Campus Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Electrical Led Tube T8 100 Pcs Led Bulb 9w 100 Pcs Led Flood Light 100w 10 Pcs Solderless Connector 150mm 12 Pcs Solderless Connector 250mm 12 Pcs Electric Drill 1 Unit Socket Wrench 1 Set Clamp Meter 1 Unit Masonry Drill Bit 1/4 10 Pcs Allen Wrench 1 Set Screw Driver 1 Set Flier H.d Stanley 2 Pcs Diagonal Cutter H.d Stanley 2 Pcs Long Nose Hd Stanley 2 Pcs Thhn Std Wire #14 2 Boxes Thhn Std Wire #12 2 Boxes Thhn Std Wire #10 2 Boxes Thhn Std Wire #8 2 Boxes Pvc Clamp 1/2 2 Bags Flat Cord #16 2 Rolls Surface Type Outlet 3 Gang 3 Pcs Hd Rubber Plug 30 Pcs 2 Gang Outlet (panasonic) 40 Pcs 2 Gang Switch(panasonic) 40 Pcs 1 Gang Switch (panasonic) 40 Pcs Pvc M-box 50 Pcs Black Screw 1/2 Pointed 100 Pcs Juncton Box W/ Cover 30 Pcs Electrical; Tape Big 20 Pcs Plastic Moulding 3/4 50 Pcs Flexible Hose 1/2 2 Rolls Tox #5 2 Boxes Receptacle 20 Pcs Circuit Breaker 20amp. Koten W/ Case 20 Pcs Circuit Brreaker 30amp. Koten W/ Case 20 Pcs Mica Tube 1/2 10 Mtrs Circuit Breaker 60amp.plug In 10 Pcs Circuit Breaker 20amp.plug In 10 Pcs Circuit Breaker 30amp.plug In 10 Pcs Plumbing Pvc Pipe Blue 1/2 13 Pcs Pvc Elbow W/ Thread Blue 1/2 8 Pcs Pvc Tee Blue 1/2 8 Pcs Pvc Male Adaptor Blue 1/2 8 Pcs Pvc Female Adaptor Blue 1/2 8 Pcs Pvc Male & Fenale Adaptor 1/2 Blue 6 Pcs Neltex Pvc Cement 1/2 Liter 3 Pcs Pvc Coupling Blue 5 Pcs Pvc Pipe Blue 3/4 5 Pcs Pvc Elbow With Thread 3/4 5 Pcs Pvc Tee 3/4 Blue 5 Pcs Pvc Male Adaptor 3/4 Blue 5 Pcs Pvc Male Adaptor 3/4 Blue 5 Pcs Pvc Maler & Female Adaptor 3/4 Blue 6 Pcs Ppr Pipe 1/2 8 Pcs Ppr Elbow 1/2 8 Pcs Ppr Pipe 3/4 8 Pcs Ppr Elbow W/ Thread 3/4 5 Pcs Ppr Male Adaptor 3/4 5 Pcs Ppr Female Adpator 3/4 5 Pcs Ppr Male & Female Adaptor 3/4 3 Pcs Ppr Union Patente 3/4 3 Pcs Ppr Coupling 3/4 5 Pcs Motor Pump 2hp 1 Unit Ppr Plug 3/4 5 Pcs G.i Pipe 3/4 5 Pcs Ppr Pipe 1 5 Pcs Ppr Elbow 1 5 Pcs Ppr Tee 1 5 Pcs Ppr Coupling 1 5 Pcs Ppr Faucet Extractor 1 1 Pcs High Pressaure Toilet Pump 1 Pcs Ppr Straight Elbow 3/4 5 Pcs Bidet 8 Pcs Urinal 3 Pcs Lavatory 3 Pcs Ordinary Faucet 15 Pcs Gooseneck Faucet 5 Pcs Teplon 25 Pcs Toilet Bowl 3 Pcs Cement 3 Bags P-trap 1 5 Pcs Marine Epoxy 1 Ltrs A 1 Cans Marine Epoxy 1 Ltrs B 1 Cans Ppr Union Patente 1 3 Pcs Socket Wrench 1 Set S. Blue 3 Cans Wd40 2 Cans Brake Cleaner 2 Cans Threader Manual 1 Pcs Adjustable Wrench 4 1 Pcs Adjustable Wrench 2 1 Pcs Vise Grip 1 Pcs Pipe Wrench 4 1 Pcs Pipe Wrench 2 1 Pcs Sewer Rod/plehe 50ft. 1 Unit Carpentry Blind Rivets 1/8 X 1/2 1 Box Welding Rod Special 25 Kls Welding Rod Ordinary 13 Kls Drill Bit Metal 1/8 3 Pcs Concrete Drill Bit 1/4 3 Pcs Cutting Disk #14 25 Pcs Grinding Disk #4 25 Pcs Hacksaw Blade 5 Pcs Riveter Stanley 1 Pcs Welding Cable 10 Mtrs Metal Black Screw #1 1 Box Wood Black Screw 1 1 Box Flat Bar 1/4 X 1-1/2 5 Pcs Plywood Marine 3/4 10 Pcs Plywood Marine 1/2 10 Pcs Plywood Marine 1/4 10 Pcs Cwn #3 5 Kls Cwn #2 3 Kls Cwn #1 3 Kls Concrete Nail #3 3 Kls Concrete Nail #2 3 Kls Concrete Nail #1-1/2 3 Kls Stickwell Glue 2 Gals Push Pull Rule 5m 5 Pcs Texscrew #2 500 Pcs G.i Pipe 1/2 5 Pcs Angle Bar 1/4 X 1-1/2 5 Kls Welding Machine (yamato Jr.) 1 Unit Hook & I 2 Pcs Barrel Bolts #2 10 Pcs Gloss Latex White 5 T/c Rain Or Shine Green Salad 5 Gals Rain Or Shine Blue Ocean 5 Gals Rain Or Shinehappy Red 3 Gals Acri Color Raw Sienna 5 Ltrs Baby Roller 13 Pcs Roller #7 13 Pcs Roller Tray 8 Pcs Paint Brush #2 13 Pcs Poly Urathan 3 Gals Sanding Sealer 3 Gals Wood Stane Maple 8 Ltrs Wood Stain Wallnut 3 Ltrs Wood Stain Mahogany 3 Ltrs Chocolate Brown 4 Gals Lacquer Thinner 3 Gals Paint Thinner 10 Gals Weber Thinner Urathan 1 Gals Qde White 3 Pail T/t Color Black 2 Ltrs T/t Color Red 2 Ltrs T/t Color Hanza Yellow 2 Ltrs Gold 2 Boxes Epoxy Primer 6 Gals Body Filler 3 Gals Skim Coat 3 Sack Sand Paper #120 25 Pcs Enamel Black 1 Gals Furring Channel 5mm 13 Pcs Adjustable Base Plate 3 Pcs Allen Wrench 1 Set Angle Grinder 1 Pcs Level Bar 2 Units Circular Saw 1 Set Cordless Drill 1 Set Diamond Cutting Disk 3 Pcs Flat Screw Driver 1 Unit H Frame Flatform 4 Pcs H Frame Flatform W/ Crossbrace 8 Pcs Hacksaw 3 Pcs Hammer Drill 1 Pcs Hole Saw Blade 1-1/2 Dia 1 Pcs Holse Saw Blade 1 Dia 1 Pcs Holse Saw Blade 2 Dia 1 Pcs Holse Saw Blade 3 Dia 1 Pcs Holse Saw Blade 4 Dia 1 Pc Jig Saw 1 Pc Metal Cutting Disc 3 Pcs Snipping Tool 1 Pc Nail Gun 1 Pc Sledge Hammer 5 Kls 1 Unit Square (eskwala) 2 Pcs Steel ,measuring Tape 50m 1 Pc Wood Chisel1 2 Pcs Wood Chisel 1/2 2 Pcs Wood Chisel 2 2 Pcs Wood Fie 1 Pc Hand Saw 2 Units Wood Spautla 33 1 Pc Adjustable Wrench 12 1 Pc Belt Wrench 1 Pc Monkey Wrench 1 Pc Chain Block 1 Unit Silicone Clear 3 Pcs Silicone Brown 3 Pcs Spray Foam 3 Pcs Paint Remover 3 Ltrs Sand Paper 3100 3 Rolls Fiber Glass Tape 6 Rolls Polytuff W/ Hardener 5 Sets Masking Tape 4 3 Pcs Masking Tape 2 3 Pcs Masking Tape 1 3 Pcs Spray Paint White 3 Cans Spray Paint Black 3 Pcs Paint Brush 1 6 Pcs Paint Brush 2 6 Pcs Paint Brush 4 6 Pcs Spatula 3 Pcs Caulking Gun 2 Pcs Oxcygen Tank 1 Pc Vulcaseal 4 Ltrs Black Screw 2 1 Bxs Black Screw 1 1 Bxs Hardiflex1/4 10 Pcs Impact Drill 1 Unit Stickwell 2 Kilo Roofguard Baguio Green 2 T/c Doorklock/ Lockset 25 Pcs Cement 10 Bags Tile Adhessive 5 Bags Roller Tray 4 Pcs Caution Tape Yellow 2 Rolls Safety Gloves 25 Pcs Safety Harnes W/ Carabiner 2 Sets Pacthing Compound 1 Bags Oxygen Acetelyn Tank W/ Acc. 1 Sets
Closing Date31 Jan 2025
Tender AmountPHP 700 K (USD 11.9 K)
National Academy Of Science And Technology Tender
Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Item/s Listed Below: Production Of Customized Gadget Travel Organizer Pouch With Multiple Slots Specifications: Material: Polywash Dimensions: 24 Cm X 18 Cm X 9.5cm Color: Black Process: High Quality Silkscreen Logo Printing Special Feature: Multiple Slots For Usb, Cables, Chargers And Powerbanks Design: To Be Provided By Nast Logo Size: 1 Logo (5cm) Quantity: 200 Pcs Abc: P89,140.00 Sealed Quotation/proposal May Be Sent Or Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 27, 2024 At 12:00 Nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. Sample Design Note: For Sample Purposes Only. Please Follow The Specifications Provided. Thank You. Color: Black List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Tax Clearance 6. Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practi
Closing Date27 Jan 2025
Tender AmountPHP 89.1 K (USD 1.5 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Sources Sought Notice 36c77625q0092 Has Been Replaced With 36c77625q0094
synopsis: Introduction: In Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Lake City Va Medical Center Located At 619 S Marion Ave., Lake City, Fl. 32025. Project Description: The Scope Of This Project Is To Upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With The Va Oehrm Site Infrastructure Requirements And Infrastructure Standard For Telecommunications Spaces V3.1. This Project Is To Replace All Data Infrastructure For The Campus. This Will Include New Data Center Equipment, New Telecom Rooms/equipment And New Data Drops To All Existing Data Outlets. Existing Equipment And Cabling Will Be Removed From Existing Tr Rooms. In Most Cases Existing Rooms Contain Other Systems Not Being Addressed In This Project And Rooms Cannot Be Reused For Other Functions. Procurement Information: The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. This Project Is Planned For Advertising In Early-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. Capability Statement: Respondents Shall Provide A General Capabilities Statement To Include The Following Information: Section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. Section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). Section 3: Provide A Statement Of Interest In The Project. Section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: No More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. Provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. Describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 30, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. The Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. At This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. Contracting Office Address: Vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 Independence, Oh 44131 Primary Point Of Contact: Jason Phillip Contract Specialist Jason.phillip@va.gov Secondary Point Of Contact: Bridget May Contracting Officer Bridget.may@va.gov
Closing Date30 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or Notice Of Contract Actions (noca). It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract In Connect With This Notice. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only - It Does Not Constitute A Request For Proposal Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Us Government To Contract For Any Supply Or Service Whatsoever. Further, The Us Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam.gov). It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement.
the Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (aflcmc/hban) Is Conducting Market Research To Identify Sources Who Can Support A Foreign Military Sales (fms) Procurement For One (1) Very High Frequency Omnidirectional Range Tactical Air Navigation (vortac), And One (1) Instrument Landing System/distance Measuring Equipment (ils/dme), And All Necessary Communications And Electrical Power Infrastructure Extension To Existing Infrastructure On The Airfield, In Support Of A United States (us) Government Foreign Partner, The Albanian Armed Forces (aaf).
any Information Submitted By Respondents To This Request Is Strictly Voluntary. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense. All Submissions Become Government Property And Will Not Be Returned. The Government Requests Interested Parties Submit A Statement Of Their Qualification With Respect To The Criteria Described Herein. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Any Submissions In Response To This Rfi Constitutes Consent For That Submission To Be Reviewed By Government Personnel And Advisory & Assistance Services (a&as) Contractor Employees Supporting Aflcmc/hb.
overview
the Program Is In Support Of Us Government Foreign Partner, The Aaf. The Program Will Provide One (1) Vortac System, One (1) Ils/dme System, And All Necessary Fiber Optic Communications And Electrical Power Infrastructure Extension Cables From Each Equipment Shelter, Up To 30-meters To Aaf-provided Communication And Power Terminations. Fiber Optic Communications Terminations Will Connect To The Air Traffic Control Tower (atct) For The Remote Equipment. Electrical Power Terminations Will Connect To Aaf-selected Power Source(s). The Procurement Effort Includes Contractor Site Survey, Systems Production, Systems Installation Including Civil Works, Factory Acceptance Testing (fat), Site Acceptance Testing (sat), Operator & Maintainer (o&m) Training, Flight Inspection, Spares, Consumables, Special Tools And Items For Maintenance, 2 Years Contractor Logistics Support (cls), 2-years Warranty, And 5-years Repair And Return (r&r).
the Ils/dme, And Vortac, Will Be Provided To Kucova Air Base (ab), Albania. The Ils/dme Is Intended For Runway 14 And The Us Government Is Seeking Information Regarding Price And Support.
additionally, The Us Government May Require A Second Ils/dme System For Runway 32 And Is Seeking Information Regarding Price And Support For This As Well.
the Us Government Is Also Seeking Price And Support Information For A Utility Telephone System Connecting All Equipment Shelters To The Air Traffic Control Tower (atct) Cab, As Well As Price And Support Information For Mobile Or Fixed Atc Radio, For Each Equipment Shelter, Of Necessary Range, For Communications Between Contractor Technicians Or Air Base Systems Maintenance Personnel At Equipment Shelters With The Flight Inspection Aircraft.
requested Information
information Is Being Collected From All Potential Sources At This Time. Firms Responding To This Notice Should Provide The Following Administrative/company Information On Their Cover Page:
company Name/division, Address, Telephone Number, Website Url.
point-of-contact Name, Title, Telephone Number, And E-mail Address.
unique Entity Identifier (uei), Cage Code, And Company Structure (corporation, Llc, Partnership, Joint Venture, Etc.). Please Note That Companies Must Be Registered In The System For Award Management (sam) To Be Considered Potential Sources (https://www.sam.gov).
business Size And Any Socio-economic Status (small Business, 8(a), Small Disadvantaged Business, Woman-owned Business, Hubzone Firm, And Service-disabled Veteran-owned Small Business).
the Facility Clearance Of The Offeror.
based On The Scope Of The Work, Interested Potential Sources Should Identify Their Capabilities And Recent Experience (last 5 Years) In Providing Capabilities Similar To The Systems Listed In This Rfi. Please Describe To The Extent Possible, How You Perform The Activity And/or Service. Responses Should Address:
experience In Training Different Skills Levels In Use And Mastery Of Systems Being Procured Or Similar Systems.
experience In Solutions Successfully Supporting Procurement & Sustainment Efforts Of Systems Being Procured Or Similar Systems.
in Delineating Previous Experience, Identify The Complexity, Scope, Dollar Value, Start And End Dates Of The Effort, Customer Point Of Contact. Relate Scope To The Requirements Identified Above And Describe Breath Of Experience In Delivering Similar Systems.
provide A Rough Order Of Magnitude (rom) For The Identified Solution, Recommended Contracting Strategy, And An Estimated Timeline To Complete The Performance Requirements.
responses
interested Parties Are Requested To Respond To This Rfi With A White Paper In Unclassified Pdf Format No Later Than 31 January 2025, 1600 Est. Response Shall Not Exceed A Cover Page Plus 10 Pages. Please Submit Responses Via E-mail To The Personnel Listed Below.
ms. Lalinda Harrison, Contracting Officer, Email: Lalinda.harrison@us.af.mil
mr. Richard Cincotta, Contract Specialist, Email: Richard.cincotta.1@us.af.mil
mr. Peter Tybinkowski, Program Manager, Email: Peter.tybinkowski@us.af.mil
questions
questions Regarding This Announcement Should Be Submitted To The Contract Specialist And Contracting Officer Via Email. No Telephone Calls Will Be Accepted. Questions Containing Proprietary Information Will Not Be Answered. All Answered Questions Will Be Posted As An Attachment To This Rfi. The Usg Does Not Guarantee That Questions Received After 22 January 2025 Will Be Answered.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
United States
Details: Hannibal 4 Corners Hydraulic System . The U.s. Army Corps Of Engineers, Pittsburgh District, Has A Project That Involves The Replacement Of The Central Hydraulic System For The Main And Auxiliary Lock Chambers At Hannibal Locks And Dam, Ohio River, Ohio. The Contract Will Include A New Modified Four Corner Hydraulic System For Each Lock Chamber Consisting Of Hydraulic Power Units (hpus) For The Miter Gates And Culvert Filling/emptying Valves. The New Hpus Shall Be Located In New Precast Buildings At The Following Locations: ? Two (2) Hpus On The River Wall; One Upstream And One Downstream For Operation Of The Main Chamber Culvert Valves And Miter Gates.? Two (2) Hpus On The Middle Wall; One Upstream And One Downstream For Operation Of Main Chamber Culvert Valves And Miter Gates. In Addition, The Two Hpus On The Middle Wall Are For Operation Of The Auxiliary Chamber Miter Gates. The Modified Four-corner System Reduces The Number Of Hpus On The Middle Wall From Four To Two.? Two (2) Hpus On The Land Wall; One Upstream And One Downstream For Operation Of The Auxiliary Chamber Culvert Valves And Miter Gates. The Contract Specifically Includes: A. Installation Of New Power, Control, And Fiber Optic Cables For The Six (6) Hpus. Includes Modifying The Existing Control Stations In Each Control Shelter For The Addition Of The New Hpus And Miter Gate Controls. B. Furnishing And Installation Of Six (6) Hpus, Fourteen (14) Manifold Blocks, Stainless Steel Hydraulic Piping, And Hydraulic Oil.c. Furnishing And Installation Of Six (6) Precast Buildings Which Includes Raised Concrete Pads, Power Distribution Equipment, Associated Electronics And Hardware, And New Utility Trench Covers In Various Areas Of The Lock.d. Furnishing And Installation Of New Motor Control Center (mcc) Distribution Equipment.e. Demolition And Disposal Of Existing Central Hydraulic System Located In The Middle Wall Operations Building. This Includes All Motors, Pumps, Reservoir, Filters, Associated Piping, And Proper Disposal Of Hydraulic Oil.f. Demolition And Removal Of All Existing Central Hydraulic Oil Lines On The River, Middle, And Land Walls. This Includes All Lines For Pressure And Return To Each Miter Gate And Culvert Valve Cylinder. Removal And Proper Disposal Of Hydraulic Oil And Components Will Be Required. Removal And Proper Disposal Of Electrical Equipment Will Be Required. Ferrous And All Other Construction Waste Material Will Be Disposed Of At Commercially Permitted Facilities Licensed To Accept Waste Or Recyclable Materials As Applicable. Construction Work Will Occur In Close Proximity To Waterway Traffic And Operating Lock And Dam Gates. The Existing Lock Chambers And Dams Are Currently Operated And Staffed By Government Personnel 24 Hours A Day 365 Days Of The Year. Lock Closures For Installation And Testing Of New Equipment Will Be Required To Be Minimal And At The Approval Of Government.the Work Shall Be Completed Within 365 Calendar Days After Written Notice To Proceed. Disclosure Of Magnitude Of Construction (far 36.204 And Dfars 236.204)between $10,000,000.00 To $25,000,000.00the Acquisition Will Be Procured As Full And Open Competition. The Resulting Award Will Be For One (1) Firm-fixed-price (ffp) Contract. All Responsible Bidders Are Encouraged To Participate. The Invitation For Bid (ifb) Will Be Issued On Or About 3 January 2024, Online Through Procurement Integrated Enterprise Environment (piee) Which Posts The Opportunity To Sam.gov; Therefore, Requests For Hardcopies Of The Solicitation Will Not Be Honored.the North American Industrial Classification System (naics) Code For This Acquisition Is 237990 ? Other Heavy And Civil Engineering Constructionthe Small Business Size Standard For This Naics Code Is $45,000,000.00.in Order To Submit A Bid On This Project, Your Company Must-1) be Registered In System For Award Management (sam) And Maintain An Active Registration Status. 2) be Registered In The Procurement Integrated Enterprise Environment (piee) For The Solicitation Module With The Proposal Manager Manger Role. System For Award Management (sam) Registrationregistering In Sam.gov Includes Both Entity Validation And Entity Registration.to Register In Sam:a. navigate To Sam.govb. select Sign-in (top Right)c. select Create An Account Then Follow The Instructions. D. after Account Is Set-up, Select Sign In.e. under The Entity Management Widget, Select Get Started Button. F. select Register Entity. As Part Of Entity Registration, A Unique Entity Id Will Be Assigned.for Additional Information On Samto Register Your Entity (company), Please Visit Https:/www.fsd.gov/gsafsd_sp?id=gsa_index . Here You Will Find The Following, get Started With Your Registration check Registration Status ? Active, Inactive, Pending update Your Registration become An Entity Administrator validate Your Entity *access User Guides *by Selecting This Option, You Can Obtain A Quick Start Guide For Contract Registrations.also, Here You Will Find In Addition To The User Guides - Faqs, Videos, And Definitions.please Noteit Is Mandatory That All Companies Be Registered In Sam In Order To Receive Federal Contracts.there Is No Charge To Register Or Maintain Your Company (entity) Registration.login.gov Manages Usernames And Passwords For Sam.gov. *important* Registration Informationregistration Can Take At Least Ten (10) Business Days To Be Active In Sam.gov.registration Must Be In Active Status Upon Offer Submission And Remain Active During Award Period.registration Must Be Renewed Every 365 Days To Remain Active.the Federal Service Desk (fsd) For Sam Questions, May Be Contacted. Phone Number: 866-606-8220hours Of Operation: Monday-friday 8 A.m. To 8 P.m. Etprocurement Integrated Enterprise Environment (piee) Solicitation Module Registrationto Register For Piee Follow The Below Instructions. Register In Piee:a. Navigate To Https://piee.eb.mil/b. Select Register [top Right]c. Select Vendord. Create A User Id And Password And Follow The Prompts [next]e. Create Security Questions [next]f. Complete Your User Profile Information [next]g. Complete Your Supervisor Or Approving Official Information [next]h. Complete Rolesi. Step 1. Select Sol-solicitationii. Step 2. Select Proposal Manageriii. Step 3. Click Add Rolesiv. Step 4. Fill In Your Location Code (cage Code) [next]i. Provide A Justification For Your Registration [next]j. Follow The Remaining Prompts To Submit Your Registrationthe Procurement Integrated Enterprise Environment (piee) Help Desk May Be Reached By Calling Telephone Number 866-618-5988 For Assistance.
Closing Date2 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Description: Combined Synopsis/solicitation Notice
combined Synopsis/solicitation Notice
page 16 Of 16
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice
page 1 Of 16
subject*
96-well Qpcr | Research
general Information
contracting Office S Zip Code*
80111
solicitation Number*
36c25924q0796
response Date/time/zone
12-26-2024 15:00 Mountain Time, Denver, Usa
archive
30 Days After The Response Date
recovery Act Funds
n
set-aside
sdvosbc
product Service Code*
6630
naics Code*
334516
contracting Office Address
department Of Veterans Affairs
network Contracting Office
nco 19
6162 South Willow Drive, Suite 300
greenwood Village Co 80111
point Of Contact*
contracting Specialist
eric Ayers
eric.ayers@va.gov
801-582-1565 X1808
place Of Performance
address
george E. Wahlen Va Medical Center
bldg 7, Warehouse
attn: Liz Weld
500 Foothill Drive
salt Lake City Utah
postal Code
84148
country
usa
additional Information
agency S Url
url Description
agency Contact S Email Address
email Description
description
request For Quote (rfq) #: 96-well Qpcr System
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Make No Award From This Solicitation.
** The Deadline For All Questions Is 3:00pm Mst, 01/16/2024.
all Questions Must Be Submitted In Writing No Later Than The Question Cut-off Date Marked Above. All Questions Will Be Answered Officially Through An Amendment To The Solicitation.
*** Quotes Are To Be Provided To Eric.ayers@va.gov No Later Than 3:00pm Mst, 01/20/2024.
quotes Shall Not Be Hand Carried. Faxed Quotes Shall Not Be Accepted. Emailed Quotes Are The Only Method Of Submitted Quotes (4mb Email Limit). The Government Reserves The Right To Make Award Solely On Initial Quotes Received. Offerors Bear The Burden Of Ensuring That All Portions Of The Offer (and Any Authorized Amendments) Reach The Designated Office Before The Deadline Specified In The Solicitation. This Rfq Shall Be Completed In Its Entirety, And Signed And Dated, Failure Shall Not Be Considered For Award.
this Is A Request For Quote (rfq) And The Solicitation Number Is 36c25924q0796. The Government Anticipates Awarding A Firm-fixed Price Contract Resulting From This Solicitation.
this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05 Effective April 22, 2024.
the North American Industrial Classification System (naics) Code For This Procurement Is 334516 With A Small Business Size Standard Of 1,000 Employees. This Solicitation Is A 100% Set-aside For Sdvosb Concerns.
list Of Line Items;
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
cfx Opus 96 Real-time Pcr System 96-well, 5-color Fret, Network-connection Real-time Pcr Detection System, Includes Cfx Opus 96 Base Unit, Cables.
1
ea
$
$
0002
cfx Opus Wi-fi Adapter, North America & Others
wi-fi Antenna Enables Wi-fi Connection For Cfs Opus In North America
1
ea
0003
cfx Maestro Software 2.3 For
windows Pc 1 License, Cfx Maestro 2.3, Software For Real-time Pcr Plate Setup, Data Collection, Statistics, And Graphing Of
results; For Windows Pcs
1
ea
0004
cfx Maestro Software, Mac Edition
mac Edition Of Cfx Maestro Software For Real-time Pcr Plate Setup, Data Analysis, Statistics And Graphing Of Results
1
ea
0005
this Service
belongs To
instrument: 12011319
enp Cfx Opus Pcr Mi
cfx Opus, Cfx Opus Dw Or Cfx
opus Dx, 1 Yr Full Mail In
extended Cover Service Plan.
unlimited Repair Inclusive Of Shipping,
parts And Labor. Computer Not Covered. Includes Thermal Cycler And Optical Reaction Module. Pm Not Included.
1
jb
grand Total
$
statement Of Work
Contracting Officer S Representative (cor)
cor Name:
liz Weld
va Name:
660- George E. Wahlen Vamc
va Address:
500 S Foothill Dr., Slc, Ut 84148
e-mail Address:
elizabeth.weld@va.gov
solicitation Class
open Market- Sdvosb
contract Title: Qpcr System
background: The Drakos Lab Requires The 96 Well Real Time Pcr System To Quantitatively Measure The Transcripts Of Multiple Genes At Various Steps Of The Experiments. This Will Aid To Understand The Mechanism And Gene Regulation Mediated By Fibroblast At Different Signaling Processes Of Fibrosis And Cardiac Remodeling Initiated Through Aebp1 Mechanism. The Va Funded Project Number Is I01bx006306-01: Understanding Myocardial Recovery In Diabetes And Heart Failure (cara-003-20s).
the Cfx Opus 96 Dx Real-time Pcr System Provides A Robust And Reliable Open Platform For Development And Performance Of In Vitro Diagnostic Assays. The Enhanced Thermal Performance Ensures Consistent Data From Well To Well. When Used With The Cfx Maestro Dx Se Software For Security And Traceability, The Integrity Of Patient Results Is Ensured.
scope: 96-well Real-time Pcr System With Repair And Maintenance Plan For One Year.
cfx Opus 96 Real-time Pcr System: 96-well, 5-color Plus Fret, Network-connected Real-time Pcr Detection System, Includes Cfx Opus 96 Base Unit And Cables.
cfx Maestro Software 2.3 For Windows Pc: 1 License Of Software For Pcr Plate Setup, Data Collection, Statistics, And Graphing Of Results; For Windows Pcs
cfx Opus Wi-fi Adapter, North America: Wi-fi Antenna Enables Wi-fi Connection For Cfx Opus In North American And Other Specific Countries
cfx Maestro Software, Mac Edition: Mac Edition Of Cfx Maestro Software For Real-time Pcr Plate Setup, Data Analysis, Statistics, And Graphing Of Results.
enp Cfx Opus Pcr Mi Cfx Opus< Cfx Opus Dq Or Cfx Opus Dx, 1 Yr Full Mail In: Extended Service Plan For Unlimited Repair Inclusive Of Shipping, Parts And Labor. Includes Thermal Cycler And Optical Reaction Modules.
view, Sign, Save, And Print An Audit Report With Cfx Maestro Dx Se Software
control Access To Protocols And Run Files On The Instrument With User Management Through Use Of Username And Password.
email Your Completed Run.
save Protocols And Completed Runs In A Network Folder.
create New Real-time Pcr Protocols Or Easily Modify Existing Protocols.
set Up Unique Usernames, With Optional Passwords, To Easily Organize And Find Your Protocols And Experiments.
assists With U.s. Fda 21 Cfr Part 11 Regulations Using Cfx Maestro Dx Se Software Security, Audit, And Electronic Signature Capabilities.
technical Specifications:
contract Type: This Is One-time Buy, Fixed Cost Contract Request For Equipment, Software, And A One-year Service Plan.
period Of Performance: Base Year, Effective The Date Of Award.
place Of Performance:
500 S Foothill Dr.
building 2- Drakos Lab
salt Lake City, Ut 84148
government And Contractor Responsibilities
7.1. Contractor Responsibility
7.1.1. Contractor Shall Furnish Personnel, Supervision, Industry Documentation, Professional Expertise, Tools, Materials, Equipment, And Quality Control To Complete The Mandatory Tasks And Deliverables Of This Sow.
7.1.2. The Items Necessary To Perform Work As Required Under This Contract Shall Be Furnished, Maintained, And Operated By The Contractor And Shall Be Consistent And Fully Compliant With All Applicable Vha, Osha, Asme, Nfpa, Federal, State, County, City Laws, Ordinances, And Regulations.
7.1.3. All Equipment, Tools, And Devices Used As Measuring And Test Equipment Shall Have Traceability For Valid Calibration To An Accredited Standard. Calibration Traceability Documentation Shall Be Provided To The Cor Upon Request.
7.1.4. The Contractor And Contractor Personnel Shall Be Responsible For The Cost Repair Or Replacement Of Any Damage To The Va Medical Center Structure Or Equipment Caused By The Contractor Or Key Personnel.
7.2. Government Responsibility
the Cor Shall Provide Any Relevant Documentation Regarding The Work As Required Under This Sow. Additional Documentation May Be Available At The Request Of The Contractor.
formal Acceptance Or Rejection Of Deliverables
8.1 Contractor Shall Provide Detailed Service Report To Within 10 Business Days
after Performance Of Service. The Va Shall Have 3 Business Days To Review The Report And Provide Comments. The Contractor Shall Have 5 Business Days To Incorporate Comments.
8.2 If Deficiencies Were Discovered Not Covered By This Service Contract, Contractor
shall Provide A Written (email) Detailed Description Of Deficiencies Discovered And A Proposal To Correct The Deficiency, Including A Description Of The Work And Cost. The Va Shall Have 10 Business Days To Review The Proposal Before Accepting Or Declining The Offered Correction. Acceptance Of The Correction Will Be In The Form Of A Modification To This Contract.
Quality Standards For Deliverables - Performance Measures
All Components Shall Be Delivered Free From Defect And Damage.
all Components Delivered Shall Meet The Manufacturer S Requirement As Approved Replacements.
all Parts And Labor Shall Carry A Minimum Of One (1) Year Replacement Warranty.
all Service Trips Are Schedule And Completed Per Requirements Of This Sow.
delivery And Acceptance Shall Be F.o.b Destination (far 52.247-34) At The Veterans Affairs Medical Center, Located:
george E. Wahlen Va Medical Center
building 7 - Warehouse
500 Foothill Blvd
salt Lake City, Ut 84148
52.212-1, Instructions To Offerors--commercial Items Applies To This Acquisition
addendum To Far 52.212-1 Instructions To Offerors Commercial
gray Market Items Are Original Equipment Manufacturer S (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts) For Va Medical Centers.â No Remanufactures Or Gray Market Items Will Be Acceptable.
offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem.â All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions.
the Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract.â Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items.
any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis.
state If Quoted Items Are Available And Priced Through Offerors Existing Government-wide Acquisition Contract (gwac), Gsa Multiple Award Schedule (mas) Contract, Or Va-wide Acquisition Contract.
if The Acquisition Is Set-aside For Sdvosbs/vosbs, Their Socioeconomic Status Must Be Vip Verified And Visible In The Va Vendor Information Pages (vip): Https://www.vip.vetbiz.gov/ At The Time Of Quote Submission And Award, Or Will Be Considered Non-responsive, And Will Not Be Considered For Award.
offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contactors, The Offeror Making Such Contact May Be Excluded From Award Considerations.
all Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below.
all Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote.
submission Of Quote Shall Include The Following Volumes: (i) Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement; (ii) - Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) ; And (iii) Price
volume I - Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement
the Offeror Shall Submit Specifications, Cut Sheets, Or Brochures Confirming The Equal Products, Including Equal Products Of The Brand Name Manufacturer Submitted, Meets Or Exceeds The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation. The Product(s) Quoted Must Be Identified By Brand Name, If Any, And Make Or Model Number.
volume Ii - Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation)
the Offeror Shall Complete The Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) And Submit As Part Of The Quote.
volume Iii Price
price - The Offeror Shall Complete The Pricing Schedule Provided In Section (v) Above: Price/cost Schedule.
(end Of Addendum To 52.212-1)
52.212-2, Evaluation--commercial Items Applies To This Acquisition
addendum To Far 52.212-2 Evaluation Commercial Items:
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government Considering Price And Other Factors.
the Following Factors Shall Be Used To Evaluate Quotations:
factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement
factor 2. Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation)
factor 3. Price
evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2(b)(3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following:
factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation.
factor 2. Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) : The Government Will Evaluate The Responses An Offeror Makes To Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) For Completeness. If An Offeror Fails To Complete Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) Their Quote Will Be Determined Ineligible For Award.
factor 3. Price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices. The Government May Use Various Price Analysis Techniques And Procedures To Make A Price Reasonableness Determination. Offers That Do Not Meet Or Exceed The Technical Capability Or Quality Of The Item Offered To The Government Requirement Shall Not Be Selected Regardless Of Price.
(end Of Addendum To 52.212-2)
52.212-3, Offeror Representations And Certifications Commercial Items, Applies To This Acquisition. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission.
52.212-4, Contract Terms And Conditions--commercial Items Applies To This Acquisition
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (jul 2020) Applies To This Acquisition
far 52.212-5 Applies To This Acquisition With The Following Far Clauses Incorporated By Reference;
far 52.204-10
reporting Executive Compensation & First-tier Subcontract Awards (jun 2020)
far 52.204-16
commercial And Government Entity Code Reporting (aug 2020)
far 52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020)
far 52.209-6
protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jun 2020)
far 52.219-28
post Award Small Business Program Representation (nov 2020)
far 52.219-33
nonmanufacturer Rule (mar 2020)
far 52.222-3
convict Labor (jun 2003)
far 52.222-19
child Labor Cooperation With Authorities And Remedies (jul 2020)
far 52.222-21
prohibition Of Segregated Facilities (apr 2015)
far 52.222-26
equal Opportunity (sep 2016)
far 52.222-35
equal Opportunity For Veterans (jun 2020)
far 52.222-36
equal Opportunity For Workers With Disabilities (jun 2020)
far 52.222-37
employment Reports On Veterans (jun 2020)
far 52.222-40
notification Of Employee Rights Under The National Labor Relations Act (dec 2010)
far 52.222-50
combating Trafficking In Persons (oct 2020)
far 52.223-18
encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020)
far 52.225-1
buy American Supplies (jan 2021)
far 52.225-13
restrictions On Certain Foreign Purchases (jun 2008)
far 52.229-12
tax On Certain Foreign Procurements (jun 2020)
far 52.232-33
payment By Electronic Funds Transfer System For Award Management (oct 2018)
additional Contract Requirements Or Terms And Conditions:
52.217-6 Option For Increased Quantity (mar 1989)
the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Office May Exercise The Option By Written Notice To The Contractor Prior To Receipt Of All Items. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract Unless The Parties Otherwise Agree.
52.219-14 Limitations On Subcontracting
(a)â this Clause Does Not Apply To The Unrestricted Portion Of A Partial Set-aside.
(b)â definition.â similarly Situated Entity, As Used In This Clause, Means A First-tier Subcontractor, Including An Independent Contractor, That
(1)â has The Same Small Business Program Status As That Which Qualified The Prime Contractor For The Award (e.g., For A Small Business Set-aside Contract, Any Small Business Concern, Without Regard To Its Socioeconomic Status); And
(2)â is Considered Small For The Size Standard Under The North American Industry Classification System (naics) Code The Prime Contractor Assigned To The Subcontract.
(c)â applicability.â this Clause Applies Only To
(1)â contracts That Have Been Set Aside For Any Of The Small Business Concerns Identified Inâ 19.000(a)(3);
(2)â part Or Parts Of Aâ multiple-award Contractâ that Have Been Set Aside For Any Of The Small Business Concerns Identified Inâ 19.000(a)(3);
(3)â contracts That Have Been Awarded On A Sole-source Basis In Accordance With Subpartsâ 19.8,â 19.13,â 19.14, Andâ 19.15;
(4)â orders Expected To Exceed Theâ simplified Acquisition Thresholdâ and That Are
(i)â set Aside For Small Business Concerns Underâ multiple-award Contracts, As Described Inâ 8.405-5â andâ 16.505(b)(2)(i)(f); Or
(ii)â issued Directly To Small Business Concerns Underâ multiple-award Contractsâ as Described Inâ 19.504(c)(1)(ii);
(5)â orders, Regardless Of Dollar Value, That Are
(i)â set Aside In Accordance With Subpartsâ 19.8,â 19.13,â 19.14, Orâ 19.15â underâ multiple-award Contracts, As Described Inâ 8.405-5â andâ 16.505(b)(2)(i)(f); Or
(ii)â issued Directly To Concerns That Qualify For The Programs Described In Subpartsâ 19.8,â 19.13,â 19.14, Orâ 19.15â underâ multiple-award Contracts, As Described Inâ 19.504(c)(1)(ii); And
(6)â contracts Using Theâ hubzoneâ price Evaluation Preference To Award To Aâ hubzoneâ small Business Concern Unless The Concern Waived The Evaluation Preference.
(d)â independent Contractors.â an Independent Contractorâ shallâ be Considered A Subcontractor.
(e)â limitations On Subcontracting.â by Submission Of Anâ offerâ and Execution Of A Contract, The Contractor Agrees That In Performance Of A Contract Assigned A North American Industry Classification System (naics) Code For
(1)â services (exceptâ construction), It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50 Percent Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services Andâ supplies, The 50 Percent Limitationâ shallâ apply Only To The Service Portion Of The Contract;
(2)â suppliesâ (other Thanâ procurementâ from A Nonmanufacturer Of Suchâ supplies), It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50 Percent Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Bothâ suppliesâ and Services, The 50 Percent Limitationâ shallâ apply Only To The Supply Portion Of The Contract;
(3)â generalâ construction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 85 Percent Subcontract Amount That Cannot Be Exceeded; Or
(4)â constructionâ by Special Trade Contractors, It Will Not Pay More Than 75 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 75 Percent Subcontract Amount That Cannot Be Exceeded.
(f)â the Contractorâ shallâ comply With The Limitations On Subcontracting As Follows:
(1)â for Contracts, In Accordance With Paragraphs (c)(1), (2), (3) And (6) Of This Clause
_â by The End Of The Base Term Of The Contract And Then By The End Of Each Subsequentâ optionâ period; Or
Xâ by The End Of The Performance Period For Each Order Issued Under The Contract.
(2)â for Orders, In Accordance With Paragraphs (c)(4) And (5) Of This Clause, By The End Of The Performance Period For The Order.
(g)â a Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (e) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(1)â in A Joint Venture Comprised Of A Small Business Protã©gã© And Its Mentor Approved By The Small Business Administration, The Small Business Protã©gã©â shallâ perform At Least 40 Percent Of The Work Performed By The Joint Venture. Work Performed By The Small Business Protã©gã© In The Joint Ventureâ mustâ be More Than Administrative Functions.
(2)â in An 8(a) Joint Venture, The 8(a) Participant(s)â shallâ perform At Least 40 Percent Of The Work Performed By The Joint Venture. Work Performed By The 8(a) Participants In The Joint Ventureâ mustâ be More Than Administrative Functions.
(end Of Clause)
52.225-2 Buy American Certificate (oct 2022)
(1) The Offeror Certifies That Each End Product, Except Those Listed In Paragraph (b) Of This Provision, Is A Domestic End Product And That Each Domestic End Product Listed In Paragraph (c) Of This Provision Contains A Critical Component.
(2) The Offeror Shall List As Foreign End Products Those End Products Manufactured In The United States That Do Not Qualify As Domestic End Products. For Those Foreign End Products That Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, The Offeror Shall Also Indicate Whether These Foreign End Products Exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No .
(3) The Offeror Shall Separately List The Line Item Numbers Of Domestic End Products That Contain A Critical Component (see Far 25.105).
(4) The Terms Commercially Available Off-the-shelf (cots) Item, Critical Component, Domestic End Product, End Product, And Foreign End Product Are Defined In The Clause Of This Solicitation Entitled Buy American Supplies.
Foreign End Products:
line Item No.
country Of Origin
exceeds 55% Domestic Content (yes/no)
[list As Necessary]
(b) Domestic End Products Containing A Critical Component:
line Item No.
[list As Necessary]
(c) The Government Will Evaluate Offers In Accordance With The Policies And Procedures Of Part 25 Of The Federal Acquisition Regulation.
(end Of Provision)
852.212-70, Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020)
vaar 852.203-70
commercial Advertising (may 2018)
vaar 852.219-10
va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside (dec 2009)
vaar 852.232-72
electronic Submission Of Payment Requests (nov 2018)
vaar 852.233-70
protest Content/alternative Dispute Resolution (sep 2018)
vaar 852.233-71
alternate Protest Procedure (sep 2018)
vaar 852.246-71
rejected Goods (oct 2018)
852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
the Following Provisions Or Clauses Incorporated By Reference In This Solicitation Must Be Completed By The Offeror Or Prospective Contractor And Submitted With The Quotation Or Offer. Copies Of These Provisions Or Clauses Are Available On The Internet At The Web Sites Provided In The Provision At Far 52.252-1, Solicitation Provisions Incorporated By Reference, Or The Clause At Far 52.252-2, Clauses Incorporated By Reference. Copies May Also Be Obtained From The Contracting Officer.
http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar
the Following Far Provisions Are To Be Incorporated By Reference:
far 52.204-7
system For Award Management (oct 2018)
far 52.204-16
commercial And Government Entity Code Reporting (aug 2020)
far 52.211-6
brand Name Or Equal (aug 1999)
far 52.229-11
tax On Certain Foreign Procurements Notice And Representation (jun 2020)
the Following Far Clauses Are Incorporated By Reference:
far 52.203-17
contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020)
far 52.204-13
system For Award Management Maintenance (oct 2018)
far 52.204-18
commercial And Government Entity Code Maintenance (aug 2020)
far 52.232-40
providing Accelerated Payments To Small Business Subcontractors (nov 2021)
the Following Vaar Clauses Are To Be Incorporated By Reference:
vaar 852.212-71
gray Market Items (apr 2020)
the Defense Priorities And Allocations System (dpas) Does Not Apply.
date And Time Offers Are Due To Eric.ayers@va.gov By 3:00pm Mst, 01/20/2024, 3:00 Pm Mdt.
name And Email Of The Individual To Contact For Information Regarding The Solicitation:
eric Ayers
eric.ayers@va.gov
Closing Date20 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project #676-336 Fire Station Design-tomah Va Medical Center. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By Late March 2025. The Anticipated Period Of Performance For Completion Of Design Is 160 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $5,000,000 And $10,000,000. Please Note That The 160-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria: Professional Qualifications: Professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. Disciplines Requiring A Florida License Include Civil/structural And Hazardous Material Abatement/industrial Hygiene. A Resume For Each Of These Key Positions Must Be Provided In Section E Of The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: Architect (leed Certification/us Green Build Council Certification) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I, [signatory Authority], Of [company Name], Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database In Compliance With Vaar 852.219-73. The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. Specialized Experience And Technical Competence: Specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include Upgrading Large Scale (multi-building With Multiple Generational Oit Systems) Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations/expansion/relocations, Data Centers/server Rooms Reconfiguration, And Physical Security Upgrades, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope, And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Include The Following For Each Submitted Project: Project Title And Location Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror And Its Role In The Project (i.e., Prime Contractor, Teaming Partner, Or Subcontractor) Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract/task Order. Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Ae Cost Estimate Vs. Actual Construction Cost Contract Number Associated With The Project. The Information Provided In Section F Of The Sf 330 Will Be Used To Evaluate Relevant Specialized Experience And Technical Competence. Any Projects Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. The Information Provided In Section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Offeror Must Include Narratives Of How The Firm Addresses Each Of The Following Topics In Section H. Simply Restating This List In Section H Will Not Be Sufficient. The Management Approaches. The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages, And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Proposed Team/personnel Provided In The Sf 330. Past Performance: Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Reporting System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. For Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Completed Ppq Requested From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. The Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Must Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330. Ppqs Should Not Be Submitted To Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitation For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. Knowledge Of Locality: Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features The Information For This Factor Must Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. Experience In Construction Period Services: Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period. Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations, And Making Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Tomah Va Medical Center 500 E Veterans Street, Tomah, Wi. 54660. . Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Johnna Mcgraw At Johnna.mcgraw@va.gov . This Must Include Parts I And Ii And Any Applicable Attachments. The Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). The Sf 330 Submission Is Due By January 10th 2025 At 1pm Est. The Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. The Subject Line Of The Email Must Read: Sf 330 Submission Fire Station Design- Tomah Wi. The Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number. All Questions Must Be Submitted To Johnna Mcgraw With The Subject Line Sf 330 Questions Fire Station Design-tomah Wi. The Cutoff For Question Submission Is 1:00 Pm Est On December 16th, 2024. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
Closing Date10 Jan 2025
Tender AmountRefer Documents
City Of Tanjay, Negros Oriental Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Item Number Description Qty Unit Estimated Budget 1 (hand Held) Portable Ultrasound Unit 2 Units 1,800,000.00 General Specification Probe Characteristics • 128 Physical Channel Beamforming • Black-and-white Mode For Displaying Anatomy In Real-time • Color-coded Overlay For Real-time Blood Flow Imaging • Harmonic Imaging For Increased Signal-to-noise Ratio And Reduced Artifacts From Side Lobes, Grating Lobes And Reverberations, Resulting In Superior Tissue Definition And Reduced Speckle Artifacts. With The Greater Penetration Of Lower Ultrasound Frequencies, High-quality Harmonic Imaging At Greater Depth Can Be Performed. • Selectable Centerline Marker • Selectable Focal Zone Marker • Selectable Tgc Control With 6 Depth-dependent Gain Controls • Total Scan Time Of 50 Minutes With Fully Charged Battery (with 80% Black And White, 20% Color Imaging) • Any Qi-compliant Wireless Charger Can Be Used To Charge Probe • Recharge Battery In 75 Minutes From 10% To 90% Battery Capacity • Dimensions: 131 X 64 X 31 Mm • Weight: 205 +/- 3 Grams • Ip67 Rated Curved Array Transducer For Deep Scanning • Specific Clinical Applications And Exam Types Include: Abdominal, Fetal/obstetrics, Gynecological, Urology, Thoracic/lung, Cardiac (adult And Pediatric, 40 Kg And Above), Vascular/peripheral Vascular, Musculoskeletal (conventional), Pediatrics, Interventional Guidance (includes Free Hand Needle/catheter Placement, Fluid Drainage, Nerve Block And Biopsy) • Broad-bandwidth Curved Array: From 2 - 5 Mhz With Center Frequency Of 3.3 Mhz • Number Of Elements: 128 • Footprint: 64 Mm X 16 Mm (lens) • Viewing Angle: 60° • Depth: Up To 24 Cm Linear Array Transducer For Shallow Scanning • Specific Clinical Applications And Exam Types Include: User Interface The Device Offers Ultrasound Imaging With A Minimized Number Of Keys And Intuitive Thumb-controllable Touchscreen User Interface. The Device App Supports Portrait As Well As Landscape Mode To Optimize Image Size And Ergonomics For Different Use Scenarios. • Single Key/gesture To Control Freeze/unfreeze, Store, Color On/off, Gain And Depth Control • 2 Steps To Change Preset With Appropriate Transducer • 2 Steps To Start Reviewing Images From An Exam • Presets With Optimized Settings For Imaging Different Organs. User- Selectable Default Preset For Immediate Use After Starting The App. • Measurements: Distance, Ellipse • Device Configuration And Management Tools In Easy Reach Through Swiping In Menu: • Enablement Of Tgc Controls, Preview Mode, Storage Of Binary Images •setting Auto Freeze Time, Video Duration • Configuration Of Probe Button Function (freeze Or Store) • Download User Manual In Selectable Language To Device App •diagnostics In Device App With Ability To Upload Lg Files To Manufacturer Server • Direct Access To Customer Support Information •link To Cloud-based Educational Materials • Information About Software Status Of Probe And App With Ability To Un- And Re-register Data Storage Patient Data Identification: • Manual Data Entry Of Patient Information For An Exam • Select From Dicom Modality Worklist On Request. Such Worklist Supports Consistent Labeling Of Images, Video Clips And Exams Before Export To Dicom Pacs. Exam Data On Device • Data For Up To 500 Exams Can Be Stored On Mobile Device • Data Is Stored In Generic Formats: Jpg For Still Frames, Mpg For Videos • Complementing Storage Of Binary Image Data Can Be Selected. Such Data Could Be Useful For Further Image Analytics In Collaboration With Manufacturer. • Data Is Organized As Individual Examinations With Collection Of Images And Can Be Linked With Patient Identification • All Stored Data Can Be Recalled For Review Data Export • Anonymized Images And Videos Can Be Shared With Other Apps Available On Smart Device • Images, Video Clips Or Exams With Or Without Patient Information Can Be Wirelessly Exported In Generic Formats (jpg, Mp4) To Shared Network Folders • Images, Video Clips Or Exams With Patient Information Can Be Wirelessly Exported In Dicom Format To Dicom Pacs Supported Dicom Services • Verify • Modality Worklist • Store • Storage Commitment • Secure Dicom (tls) Data Security • Secured Data At Rest: O Device App Starts Only After Confirmation Of Mobile Device Protection With User Authentication • Images And Other Patient Information Data Are Stored In Private Space Of Device With No Access From Other Apps On Mobile Device • Images Are Stored On Device Without Embedded Patient Identification And Linked With Encrypted Patient Database • Fips 140-2 Compliant Database Encryption (aes-256 Bit Encryption) • User Selectable, Additional Pin Protected Access To Patient Data On Device App • Wiping Off Exam Data After 10 Attempts With Incorrect Pin • Secured Data On The Move: • Images Are Anonymized Before Being Shared With Other Apps On The Mobile Device • Support Of Enterprise-grade Wireless Encryption Standards Including Eap And Wpa2 (psk) • Tls Encryption With Optional Peer Authentication To Support Secure Dicom Transfer • Configurable Time Period For Image Removal On The Device After Export To A Dicom Pacs Server Standard Configuration The Following Items Are Included In The Standard • Device Offering: • Device Cl Probe • Device App (device For Ios And Device For Android) • Protective Carrying Case • Hardcopy Quick Start Guide • Electronic Instruction Use Guide • Wireless Charger Pad Including Micro-usb • Cable Country-specific Ac Adapter Available Accessories • Hardcopy User Manual In Different Languages • Additional Protective Carrying Case • Additional Wireless Charger Pad • International Ac Adapters Supported Mobile Platforms Operating System Options • Android Phones And Tablets With Os Version 9, 10 Or 11, Device With 0x64 Arm Based Cpu Architecture And 64-bit Kernel, Android Open Gl Es 3.0, And Compatibility With Google Play Store Or Its Equivalent • Ipad And Iphone Devices With Ios 13 Or 14 Or Its Equivalent Screen Requirements • Size: From 5 To 20 Inches • 960 X 640 (or 640 X 960) Pixel Or More Internal Memory Requirements • 8gb Or More Connectivity Requirements • Ieee 802.11n • Peer-to-peer Connectivity • Bluetooth Ble 4.0 Security Requirements • Wpa2 • Data On Device Must Be Encrypted And Authentication Enabled User Support Tools Device Family Web Portal • Online Services To Enhance The Device Experience By Providing Resources, From Product Information To Clinical And Service Support • Additional Educational Resources Will Be Posted On The Device Web Portal, Including Webinars, Thought Leadership, Further Online Programs And Training Opportunities Ultrasound Education Solutions To Help Users Get Familiar With Common Point-of-care Applications And Improve Ultrasound Skills And Knowledge, Two Digital Education Solutions Are Available Via Our Partners. Point Of Care Ultrasound Focusclass By 123 Sonography • This Course Includes Access To Five Hours Of High-quality Video Content, Easy-to-follow Hands-on Demos, Practical Clinical Examples And Proven Didactive Principles To Help Increase Competence And Confidence. This Program Is Designed For Primary Care Covering A Variety Of Ultrasound Exam Types Including Cardiac, Ob, Abdominal, Lung And Joints • Provides Convenient Ultrasound Education Through Integrated Didactic Instruction, Hands-on Training, And Knowledge Assessment. A Portable, Virtual Ultrasound Training Experience Utilizing Real Patient Cases With A Broad Spectrum Of Normal And Pathologic Conditions. This Offering Includes A Sonosim Probe, Sonosim Drive, And Your Choice Of Five Modules Immediately Accessible Online – Choose From A Wide Selection Of Modules Including Anatomy, Physiology, And Clinical Procedures. Safety Conformance Safety Classification • Device Cl Probe Is Classified As Internally Powered Medical Electrical Equipment With Type Bf Applied Parts According To Iec 60601-1v • Device Cl Probe Is Ce-marked According To Mdd (93/43/eec), Red (2014/53/eu), Rohs (2011/65/eu), And Is Compliant To 2012/19/eu (weee) • Device For Android And Device For Ios Are Ce-marked According To Mdd (93/42/eec) Device Conforms To Applicable Clauses Of The Following Safety Standards: • Iec 60601-1 Medical Electrical Equipment – Part 1: General Requirements For Basic Safety And Essential Performance • Iec 60601-1-2 Medical Electrical Equipment – Part 1-2: General Requirements For Basic Safety And Essential Performance – Collateral Standard: Electromagnetic Disturbances – Requirements And Tests (group One, Class B Per Cispr 11 / En 55011) • Iec 60601-2-37 Medical Electrical Equipment – Part 2-37: Particular Requirements For The Basic Safety And Essential Performance Of Ultrasonic Medical Diagnostic And Monitoring Equipment Iec 60601-1-11 Medical Electrical Equipment – Part 1-11: General Requirements For Basic Safety And Essential Performance – Collateral Standard: Requirements For Medical Electrical Equipment And Medical Electrical Systems Used In The Home Healthcare Environment Iec 60601-1-12 Medical Electrical Equipment Part 1-12: General Requirements For Basic Safety And Essential Performance – Collateral Standard: Requirements For Medical Electrical Equipment And Medical Electrical Systems Intended For Use In The Emergency Medical Services Environment En 13718-1 Medical Vehicles And Their Equipment –air Ambulances Part 1: Requirements For Medical Devices Used In Air Ambulances En 1789 Medical Vehicles And Their Equipment –road Ambulances Iso 10993-1 Biological Evaluation Of Medical Devices Part 1: Evaluation And Testing Within A Risk Management Process Iec62304 Medical Device Software – Software Life Cycle Processes. Iec62366-1 Medical Devices – Part 1: Application Of Usability Engineering To Medical Devices - 1 Gallon Ultrasound Gel Tablet General Specification Processor • A14 Bionic •6-core Cpu •4-core Graphics •16-core Neural Engine Storage & Ram •64gb/256gb • 4 Gb Lpddr4x Sdram Display • Liquid Retina Display • Led Backlit Multi‑touch Display With Ips Technology • 2360-by-1640-pixel Resolution At 264 Pixels Per Inch (ppi) • True Tone • 500 Nits Brightness • Fingerprint-resistant Oleophobic Coating • Supports Apple Pencil • (usb-c) • Supports Apple Pencil • (1st Generation) Battery & Charging • Usb-c Port •7,606 Mah Li-ion/•built‐in 28.6‐watt‐hour Connectivity •wi-fi 6 (802.11ax) With 2x2 Mimo •simultaneous Dual Band •bluetooth 5.2 Landscape Stereo Speakers •dual Microphones For Calls, Video Recording, And Audio Recording •umts/hspa/hspa+/dc‑hsdpa •5g (sub-6 Ghz)3 •gigabit Lte (up To 32 Bands)3 •gps/gnss •data Only8 •wi-fi Calling3 -certificate Of Good Standing From 2 Institutions Using This Ultrasound Unit -training And Certification Of Health Personnel To Use The Ultrasound Unit Xxxxxxx Total: 1,800,000.00
Closing Date13 Jan 2025
Tender AmountPHP 1.8 Million (USD 30.8 K)
George County Tender
Telecommunication Services
Corrigendum : Closing Date Modified
United States
Details: Request For Proposals (rfp) For 911 Dispatch Radio System Notice Is Hereby Given That Board Of Supervisors Of George County, Mississippi, Will Receive Electronic And Sealed Proposals In The Board Room, George County Administrative Building, 329 Ratliff Street, Lucedale, Ms, 39452, Until 10:00 A.m. On Monday, The 9th Of December, 2024, For The Following: P25 Digital Trucked Radio System To Improve George County’s 911 Dispatch & Emergency Communication Center. Proposals Are Invited For All Materials, Labor, Tolls, And Services Necessary To Construct, Install, And Connect: P25 700/800 Mhz Digital Trucked Radio System 911 Dispatch Consoles For A P25 System With Video Displays, Furniture, And Cabling Radio Equipment For Portable, Mobiles, Control Stations The Entire 151 Pages Rfp, Including Contract Terms, Drawings And Specifications, Are On File At The George County Administrative Office At 329 Ratliff Street, Lucedale, Ms 39452, (601) 947-7506 During Regular Business Hours. The Official Request For Proposals (rfp) And Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. All Electronic Rfp Responses, Including The Point-by-point Response And Associated Attachments, Should All Be Submitted Via The Responsive.io Website. All Printed And Sealed Rfp Proposals, Including Point-by-point Responses And Attachments, Should Be Mailed Or Delivered To The Chancery Clerk At 355 Cox Street, Lucedale, Ms 39452. All Bid Envelopes Should Contain The Bidder’s Name And Mailing Address On The Outside Of The Envelope And Reference To This Rfp. A Mandatory Pre-proposal Conference And Site Visit For All Interested Vendors Will Be Held Wednesday, Nov. 06, 2024 At 10 A.m. Starting In The County Administration Building (329 Ratliff Street, Lucedale, Ms). The Rfp Response Shall Be Divided Into Two Sections: 1) Technical And 2) Pricing. All Rfp Responses Including The Point-by-point Response And Associated Attachments Should All Be Submitted Via The Responsive.io/george County, Ms Radio System Rfp. To Keep The Technical Proposals And Pricing Proposals Separate, Vendors Must Submit These Section Responses Separately To The Corresponding Rfp. The Technical Portion Of The Rfp Is Available At Responsive.io/george County, Ms Radio System Rfp/technical. The Pricing Portion Of The Rfp Is Available At Responsive.io/george County, Ms Radio System Rfp/pricing. Do Not Put Your Price In The Technical Proposal Or The Entire Proposal Will Be Disqualified. Computer Aided Dispatch (cad) Software Will Not Be Included In This Rfp. To Access The Rfp Technical Section This Link Should Be Used. Http://app.rfpio.com/survey/public/651c47e1fde9cd7d7785f835_668c4c5c0c28c5215a41ba78/george-county-mississippi-technical-sectionhttp://app.rfpio.com/survey/public/651c47e1fde9cd7d7785f835_668c4c5c0c28c5215a41ba78/george-county-mississippi-technical-section To Access The Separate Pricing Section This Link Should Be Used. Http://app.rfpio.com/survey/public/651c47e1fde9cd7d7785f835_670d5ea4f0f5cd5c4ee215d6/george-county-mississippi-pricing The Rfp Opening Of The Pricing Proposal Will Be Public. The County Will Discuss And Accept Proposal Recommendations At The Next Regular Scheduled Board Meeting. All Submitting Vendors Will Be Notified Of The Results. All Rfp Responses Become Property Of The County. For Any Questions Relating To The Electronic Process, Please Email Bos@georgecountyms.us. The Project’s Anticipated Time Of Completion Of Procurement For Phase 1 Through 3 In No Greater Than Six (6) Months Following The County’s Written Order To Commence (notice To Proceed). The Maximum Time Allowable For Completion Of Phase 1 Through Phase 3 Is Three Hundred Sixty-five (365) Calendar Days Following The County's Written Order To Commence. The Project’s Anticipated Time For Completion Of Procurement For Phase 4 Is Not Greater Than Eighteen (18) Months From Notice To Proceed. The Project Will Not Be Deemed Completed Until All Radio Equipment Has Been Installed; All Training Has Been Completed; Receipt Of Configuration Documentation Has Occurred; And A Certificate Of Substantial Completion Has Been Issued By The Consultant For Any Remaining Punch List Items. Proposals Must Be Accompanied By A “proposal Guarantee” Consisting Of A Bid Bond, Cashier’s Check Or Certified Check In The Amount Of 5 Percent Of The Amount Of The Bid. The Successful Bidder Will Be Required To Furnish A “payment And Performance Bond” If The Bid Equals Or Exceeds $25,000. On Bids Which Equal Or Exceed $75,000; A “certificate Of Responsibility” Classification Issued By The Mississippi State Board Of Contractors Will Be Stated In The Electronic Response Under Vendor Info Or Vendor Certifications Or Written On The Outside Of The Sealed Envelope Containing The Responses. The Ability To Obtain Any Insurance Required By The Contract Documents Which Does Not Require Proof Of Coverage To Be Contained In The Submitted Bid (such As Bid Bonds), Must Be Demonstrated In The Bid By The Means Specified In The Contract Documents. Proof Of Actual Insurance Coverage Must Be Submitted Within Five (5) Business Days From The Bid Acceptance. In Compliance With The Laws Of The State Of Mississippi, In Choosing Materials For The Project, The Successful Bidder Will Be Given Preference To Materials Grown, Produced, Prepared, Made Or Manufactured Within The State Of Mississippi. The Foregoing Notwithstanding, No Preference Will Be Given To Materials Grown, Produced, Prepared, Made Or Manufactured In The State Of Mississippi When Other Materials Of Like Quality Produced Outside The State Of Mississippi May Be Purchased Or Secured At Less Cost, Or Any Other Materials Of Better Quality Produced Outside The State Of Mississippi Can Be Secured At A Reasonable Cost. Bids May Be Held By George County, Mississippi, For A Period Not To Exceed Sixty (60) Days From The Date Of The Opening Of Bids For The Purpose Of Reviewing The Bids And Investigating The Qualifications Of Bidders, Prior To Awarding Of The Contract. The County Reserves The Right To Reject Any And All Bids And To Waive Any Informality In The Proposal Accepted. All Persons Having A Contract With George County Must Adhere To The County's Policy Concerning Non?discrimination Without Regard To Race, Creed, Color, Age, Sex, National Origin, Or Handicap. The George County Board Of Supervisors Approved This Rfp For Public Publication And Posting On 7th Day Of October, 2024 During A Regularly Schedule Boarding Meeting. Publish Dates: Oct. 17, 2024 And Oct. 24, 2024
Closing Date24 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 595-22-700, Construct Ehrm Infrastructure Upgrades At The Lebanon Va Medical Center (vamc) Located In Lebanon, Pennsylvania.
project Description:
the Lebanon Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades – Lebanon, Pa At The Lebanon Va Medical Center, In Accordance With The Drawings And Specifications. The Project Will Include De-construction, Demolition, And Construction To Exterior Walls, Floors, Lights, Ceilings, Alarm Systems, Fire Suppression, Plumbing, Security, Electrical/information Technology Cabling, System Controls, Doors, Signage, Heating Ventilation Air Conditioning (hvac), Piping Systems, Concrete, And Associated Structural Components As Shown On Drawings And Specifications.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 548 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15).
section 4: Provide The Prime Contractor’s Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company’s Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 1-31-2025 At 4:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
benjamin Niznik
contract Specialist
benjamin.niznik@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
see Attached Document: P01 - Sow.
Closing Date31 Jan 2025
Tender AmountRefer Documents
8111-8120 of 8168 archived Tenders