Cable Tenders
Cable Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice Medical Waste Sterilizing Autoclave
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
response Instructions:
do Not Provide More Than 8 Pages, Including Cover Letter Page.
submit Your Response Via Email To: Barron.long@va.gov
submit Your Response Nlt 14:00 (mst) On Friday February 7th
mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive.
va Has Identified The Appropriate North American Industry Classification System (naics) Code 332420 - Autoclaves, Industrial-type, Heavy Gauge Metal, Manufacturing With A Small Business Size Of 750 Employees. Please Identify And Explain Any Naics Codes Your Company Believes Would Better Represent The Predominated Work Included In The Attached Statement Of Work Draft / Salient Characteristics List; information Requested From Industry: in Response To The Sources Sought, Interested Contractors Shall Submit The Following Information And Any Capabilities/qualifications Statement To Include But Not Limited To An Overview Of Proposed Solution(s) And A Description Of The Product Your Company Possesses Accordance With The Statement Of Work Draft / Salient Characteristics List. vendor Name: sam Uei #: name Of Manufacturer: manufacturer Address: estimated Delivery Time: sac Fss Contract Number vendor Point Of Contract (poc) Name poc Phone Number: poc Email Address: statement Of Work introduction:
the Autoclave Shall Be Delivered Within 120 Calendar Days After The Effective Date Of The Contract. Delivery Dates Specified May Be Adjusted By The Co To Coincide With The Date The Tcpf Will Be Ready To Receive Installation. The Co Will Advise The Contractor Of The New Delivery Date At Least 45 Days Prior To The Original Or Adjusted Delivery Date(s). Deliveries, Cranes, Or Haulage Will Be Arranged With The Contracting Officer Representative (cor), As To Not Interfere With Day-to-day Ancillary Va Medical Services Such As Nutrition/food Service, Laundry Delivery, Maintenance Routes, Etc. the Autoclave Shall Be Delivered Within 120 Days After The Effective Award Date. Installation Of The Autoclave Shall Take Place No More Than 30 Days After The Delivery Date. The 2 Days Onsite Shakedown And 1-day Onsite Training Are Included In The Installation Timeframe. Training Shall Consist Of Both Operator And Maintenance Personnel At A Minimum.â trainingsâ shall Not To Be Conducted Concurrently. The Total Contract Duration Is 150 Days. note: Installation Shall Be Continuous, Without Interruption, Monday Through Friday, Excluding Federal Holidays, Until All Installation And Testing Work Has Been Completed. Installation May Take Place On The Weekends If Pre-approval Is Given By The Cor. site Specific Project Requirements
the Contractor Shall Furnish The Supervision, Labor, Equipment, Tools, Safety, Rigging, Hoisting, Supplies And Installation Services Necessary To Meet The Terms And Conditions In Accordance With The Statement Of Work (sow). this Sow Includes Removal Of Trade-in Equipment, Delivery, Installation, And Training Of The New Laundry Equipment Installed. The Equipment And Installation Shall Be Conducted In Conformance With The Sow And Technical Specifications Provided Herein. All Items Provided By The Contractor Shall Be New. The Contractor Shall Not Utilize Any Refurbished Equipment, Machinery, Or Parts. the Autoclave Is To Be Located Within Building 154, Near The Waste Removal Area. within The New Design Layout Of The Autoclave Area, The Contractor Shall Relocate Existing Lighting Fixtures, And Provide New Energy-efficient, Light-emitting Diode (led) Lighting For Any New Workstation Or Storage Area. New Lighting Shall Comply With Va Lighting Design Guide, January 2022; And Shall Be 50 Foot-candles (minimum) Measured 30-inches Above Floor For Workstation Task Areas, And 35 Foot-candles (minimum) For Storage Areas. all Valves Within The Layout Of The Autoclave And Equipment Shall Be Ball Valves With The Appropriate Ratings And That Are Part Of The Scope Of Work Within This Rfq. all Old Piping, Drain Piping, Ductwork, Vents, Hangers, And Water Piping Associated With Equipment Shall Be Removed. all Piping, Water, Steam, Condensate, And Air Will Be New And Originate From The Nearest Header Within 35 Of The New Autoclave And Electrical For The New Equipment Will Originate From The Electrical Panel Identified By The Station. All Piping, Water, Conduit, Steam, Condensate, And Air Lines Within This Rfq Shall Be New. waste Material Sorting/recycling
the Contractor Shall Divert Discarded Items And Other Wastes To Recycling Trash Disposal Scheduled Regularly. Items Which Need To Be Sent For Recycling Or Resale Unless Not Feasible Include Pallets, Metals (iron, Copper, Brass, Etc.) Cardboard, Mercury Items, Used Oil, Electronic, Rechargeable Batteries, Wood Products And Debris. the Contractor Shall Not Store Waste Materials And Items Held For Recycling. Waste Materials Shall Be Stored Prior To Pick Up In A Manner That Does Not Allow The Items To Become A Fire, Health, Environmental Or Safety Hazard Or Provide Harborage For Pests And Consistent With Federal, State And Va (listed In Order Of Preference) Laws And Regulations Governing Storage Of Waste Materials. Actions Include Using Drip Drains Pans, Storing Liquid Wastes Or Items That Rot In Closed Containers, Removing Freon From Junked Air Conditioning, Observing Occupational Safety And Health Administration (osha) And National Fire Protection Association (nfpa) Limits On Sizes Of Piles Of Lumber Or Wood Products. Dumpsters Larger Than One And One-half (1 ½) Cubic Yards In Size Must Be Located At Least Ten (10) Feet From Exterior Walls Of Buildings. painted Or Treated Lumber, Paint Chips, A Potential Asbestos Containing, Or Asbestos Contaminated Items Should Not Be Recycled But Shall Be Disposed Of Properly. No Waste Material Disposal Is Allowed On Government Property. the Cor Designated Contractor Staging Area (tbd After Award) Will Be Fully Enclosed Completely With Fencing And Fence Covering Provided By The Contractor. The Fencing Height Shall Be A Minimum Of Six (6) Feet High, With Covering, Signage And Sandbags Or Plastic Temporary Fence Weights. external Equipment/motor Protection Filters Are To Be Provided For All Air Intakes To Include But Not Limited To Washer Extractors, Electronic Boxes, Mechanical Equipment, Etc., Wherever Air Intakes Are Located. These Are Used As A Primary Pre-filtration Defense To Help Prevent Damage And Extensive Maintenance That Large Volumes Of Lint/debris Can Cause. They Are To Fit All Air Intakes, Motors Etc. And Be Made Of Three-dimensional Electrostatic Media And Encased In A 1/8"-3/8" Rigid Magnetic Galvanized Steel Frame And Contain 2 Layers Of Polypropylene Media. The Media Will Not Shed Fibers, Absorb Moisture, Or Promote Bacterial Growth; The Filter Should Be Designed For Uv Protected, And Stands Up To Extreme Outdoor Or Indoor Exposure, Corrosive Chemicals, High Velocity Air Flow, As Well As Industrial Cleaning And Maintenance Handling. the Contractor Shall Supply Lock-out/tag-out Devices For Each Piece Of Equipment. All Lock-out/tag-out And Confined Space (cs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Cs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Air Lines, Hydraulic, Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Lines Etc. the Contractor Shall Supply One (1) Lock-out And Tag-out Kit With The Lock-out/tag-out Devices For Each Piece Of Equipment. The Kits Shall Turned Over To The Cor. All Lock-out / Tag-out And Permit Required Confined Space (prcs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Prcs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Steam, Condensate, Air Lines, Hydraulic Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Etc. number And Nomenclature Will Separately Identify All Equipment With No Less Than Two (2) Inch Numbers And Letters. Each Piece Of Equipment Will Be Separately Identified And Labeled. Example: Hot Water Heater 1, Hot Water Storage Tank Etc. The Equipment Shall Be Made Compatible To Meet Production Requirements Specified In The Technical Specifications. contractor Bears All Responsibility For All New Utility Connections. All New Utility Piping That Has Been Added Shall Be Leak Tested (air, Water, Steam And Condensate). connections To Va Supplied Utilities Shall Be Within 35 Of New Equipment Supplied And Electrical Panel Identified. Penetrations In Floors, Walls And Ceilings Not Utilized Will Be Filled With Existing Floor, Wall, And Ceiling Like Material. All Braces, Pipes (air, Gas, Water, Steam, Condensate, Electrical), Conduit And Duct Work That Will Not Be Utilized Shall Be Removed Back To The Source That Pertains To The Equipment Directly Associated With This Rfq. the Contractor Shall Not Damage Equipment Frame, Door Panels, Cylinder, Cylinder Panels, Control Box On The Government Installation. If The Contractor Causes Damages To Any Government Property, The Contractor Shall Replace Or Repair The Damage At No Expense To The Government As The Co Directs. If The Contractor Fails Or Refuses To Make Such Repair(s) Or Replacement(s), The Contractor Shall Be Liable For The Cost, Which May Be Deducted From The Contract Price. existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment. utility Shutdowns And Hot Work Permits contractor Shall Provide Ten (10) Calendar Days Advance Notice For Any Planned Utility Shutdowns And Should Be Indicated On The Project Schedule.
contractor Shall Follow Stations Protocol On Notice Of Any Hot Work Permits Needed. the Tcpf Will Be Open During The Project. The Contractor Will Have Access To The Tcpf Seven Days A Week From 7:00 Am Through 3:30pm. On The Weekends There Will Be A Staff Member On Station To Allow Entrance And Will Monitor The Contractor While They Are On Station. note: With Cor Approval The Contractor May Work Evenings And/or Weekends To Accomplish The Work Required. badge Requirements the Contractor S Personnel (including Subcontractors) Anticipated To Be On Site For More Than Two (2) Days Will Need To Obtain A Piv Badge Through The Va Cor. [note: Piv Badges Require At Least 30 Days To Secure So It Would Be Beneficial For The Contractor To Start This Process Immediately.] site Visit the Contractor Has The Responsibility Of Visiting The Site And Examine The The Installation Area. Failure On The Part Of The Contractor To Accomplish A Site Visit And Become Thoroughly Familiar With All Conditions That May Affect Their Quote Will Be At The Contractor S Risk. the Ft. Harrison Tcpf Will Accommodate Site Visits As They Are Requested. The Site Visits May Be On Different Dates Or All On The Same Date, Depending On If/when Requests Are Made By The Contractor. The Contractor Must Request A Scheduled Date To Visit The Ft. Harrison Tcpf And The Cor Will Determine If The Requested Date Is Available. Site Visit Requests Shall Be Made By Contacting. exemption Certificate
the Cor Will Provide A Valid Certificate Of Exemption For The State Of Montana Sales And Use Tax To The Contractor. general Installation Requirements
existing Utilities Shall Be Utilized To Meet The Performance Requirements Of The Technical Specifications. Connection Points For All Equipment Shall Be Within 35 Of New Equipment. When Existing Service Lines Require Demolition, They Shall Be Removed Back To The Source. the Contractor Shall Ensure Maximum Utilization Of Existing Equipment Space To Prevent Additional Plumbing, Electrical Or Other Utilities. should Additional Utilities Be Required For The Equipment, These Utilities Shall Be The Responsibility Of The Contractor. Utilities Are Electric, Water, Steam, Condensate And Air Lines. all Exposed Utility/ductwork/piping Systems, Control Boxes And Motors That Are Exposed To Floor Traffic Shall Be Appropriately Guarded And Protected. equipment And Materials Shall Be Suitable For Installation In Available Space, Arranged For Safe, Efficient, And Convenient Operation And Maintenance, And If Applicable With Referenced Specifications To Include A Summary Of Routine Preventative Maintenance For Each Piece Of Equipment. the Contractor Shall Furnish All Labor And Materials Necessary For Storage And Installation Of New Equipment. Installation Shall Include, But Is Not Limited To:
all Mounting Holes Shall Be Utilized For Anchoring Equipment. Secure Mounts Shall Be Laid Out In Advance For Review And Approval By The Cor. any And All Penetrations Of Walls, Ceilings And Floors For The Installation Or Removal Of Electrical Conduit, Pipes, Ductwork, Liquid Supply Lines, Communication Wiring, Etc. Shall Be Sealed With An Approved Fire-retardant Material (not Foam) And Shall Match Existing Materials On Both Sides Of The Penetration. contractor Is To Supply New Utility Connections (i.e., Wall/ceiling Mounts, Junction Boxes, Raceways, And Conduits). the Contractor Shall Be Responsible For All Control Wiring Including Disconnects Interconnections, And Conduit. Interconnecting Consists Of All Control Wiring, All Ductwork, Interconnecting Pieces Of Equipment And Outside Vents, All Airlines, And All Connections From Va Supplied Utilities. all Installation And/or Modifications Of Utilities And Structures, Shall Match Existing Materials. No Wooden Platforms Allowed. all Pipes, Vents, Drains, Electrical Boxes, Ductwork, And Conduit Shall Be New. all Pipes And Ductwork Shall Be Insulated. All Conduits And Air Pipes Shall Not Be Painted. All Vents And Drains Shall Be Painted, (refer To The Table Below For Colors). All Insulation Shall Be Wrapped With White Pvc Plastic As Indicated Below. Pvc Covering Shall Be A Minimum .030 Thickness. Flow Markings And Identification Of All Pipes, Vents, Ductwork, And Airlines To Equipment Shall Be Appropriately Marked With A Minimum Of Two (2) Inch Letters. Pre-made Adhesives Are Acceptable, Spray-painting Stencils Are Not Acceptable. air Piping:
(only Identification/flow Markings)
air Intake Ductwork:
safety White Pvc (identification And Flow Markings)
large Dryer Air Exhaust Ductwork: safety White Pvc Textured Aluminum (identification & Flow Markings)
small Dryer Air Exhaust Ductwork:
safety White Pvc (identification & Flow Markings)
vent Pipe:
painted Flat Black (identification And Flow Markings)
drain Line:
painted Flat Black (identification And Flow Markings)
domestic Water:
safety White Pvc (identification And Flow Markings)
fire Suppression Piping:
painted Bright Red (identification And Flow Markings)
outside Exposed Ductwork:
sealed Watertight And Weather-proofed To Protect From The Environment
all Conduits:
not Painted
installation Of Piping, Sleeves, Inserts, Hangers, And Equipment Shall Be In Accordance With The Installation Design Drawing And Shall Be Sealed By A Licensed Professional Architect And Engineer, Which Were Previously Approved By The Cor. In The Installation Design Drawings, The Contractor Shall Locate Drains, Piping, Sleeves, Inserts, Hangers, And Equipment Out Of The Way Of Windows, Doors, Openings, Light Outlets And Other Services And Utilities. All Piping Shall Be Installed To Comply With Accepted National And Local Plumbing Practices. Mechanical Or Grooved Fittings On Mechanical Piping Are Acceptable. if Necessary To Drill Through Structural Sections, The Contractor Shall Notify The Cor Immediately. The Cor Shall Work With A Structural Engineer To Determine Proper Location. The Cor Shall Instruct Contractor On Structural Location To Continue Work. install Gauges, Thermometers, Valves, And Other Mechanical And Electrical Devices For Ease Of Reading, Operating, And Maintaining. Servicing Shall Not Require Dismantling Of Adjacent Equipment, Electric Or Pipe Work. valve Tags - Furnish And Install Valve Tags On All Compressed Air, Gas, Steam, Condensate And Water Valves On Equipment And Connection Points. Tags Shall Be Engraved With Identification (gas, Air Etc.), Black Filled Identification, Numbers, And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2-inch Round Brass Disc; Tags Shall Be Attached With Brass Hooks Or Brass Chain. trap Tags: Furnish And Install All Steam Trap Tags On Equipment And Connection Points Of The Textile Care Processing Equipment. Tags Shall E Engraved, Black Filled Numbers And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2 Inch Round Brass Disc, Tags Shall Be Attached With Brass Hooks Or Brass Chain. the Contractor Shall Provide Two (2) Valve Lists And Two (2) Steam Trap Lists On Typed Plastic-coated Cards, Sized 8-1/2-inch X 11 Inch Showing Tag Number, Valve Type, Valve Function And Location Area Of Valve For Each Service Or System To The Cor. equipment, Motors, Piping, Ductwork And Any Other Components Or Materials Shall Be Protected Against Physical Damage From Carts With Guardrails Supplied By The Contractor. belts, Chains, Pulleys, Couplings, Motor Shafts, Gears Or Other Moving Parts Shall Be Fully Guarded In Accordance With Osha 1910.219. Guard Parts Shall Be Rigid And Suitably Secured And Be Readily Removable Without Disassembling The Guarded Unit.
a Minimum Clearance Of 36 Inches Between Moving Parts And Fixed Objects And 24 Inches Between Non-moving Parts And Fixed Objects Is Required In Accordance With Osha 1910.219. All Conveyor Rollers Shall Have Roll Caps Installed And Guards Will Be Provided Under All Conveyors. plumbing Requirements plumbing
grooved Or Mechanical Fittings Are Allowed On Piping. the Contractor Shall Not Use Cast Iron Fittings, And Components Or Malleable/ductile Fittings Anywhere In The High-pressure And Medium Pressure Steam System (15 Psi Or Above). The Contractor Shall Only Use Cast Steel Or Forged Steel Fittings And Components, In Accordance With Applicable Va Master Specifications Found At Https://www.cfm.va.gov/til/spec.asp traps
the Contractor Shall Provide Traps On All Sanitary Branch Waste connections From Fixtures Or Equipment Not Provided With Traps. Exposed Brass Shall Be Polished Brass Chromium Plated With Nipple And Set Screw Escutcheons. Concealed Traps May Be Rough Cast Brass. Slip Joints Are Not Permitted On Sewer Side Of Trap. Traps Shall Correspond To Fittings On Cast Iron Soil Pipe Or Steel Pipe Respectively, And Size Shall Be As Required By Connected Service Or Fixture. plumbing Installation
in Accordance With The National Standard Plumbing Code, 2021 Edition.
pipe Saddles Shall Be Installed On The Outside Of All Insulation And Pvc Coverings. escutcheons Shall Be Installed At All Floors, Wall And Ceiling Locations That Pipe, Conduits, Vents And Ductwork Penetrate. pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Pipe, Except For Plastic And Glass, Shall Be Reamed To Full Size After Cutting. all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work. install Valves With Stem In Horizontal Position Whenever Possible. All Valves Shall Be Easily Accessible. piping Shall Conform To The Following: waste, Storm Water Drain And Vent: Drain To Main Stack As Follows: pipe Size Minimum Pitch
3 Inch And Smaller 1/4 Inch To The Foot
4 Inch And Larger 1/8 Inch To The Foot exhaust Vent
extend Exhaust Vents Separately Through Roof. Sanitary Vents Shall Not Connect To Exhaust Vents. insulation Requirements
unless Specified In Other Sections Of The Technical Specifications, Cellular Glass Insulation Is Required For Hot Water Piping. A Minimum 1.5 Inches Thick For Hot Water Is Required. All Insulation On Piping And Equipment Shall Be Terminated Square At Items Not To Be Insulated, Access Openings And Nameplates. Cover All Exposed Raw Insulation With Sealer Or Jacket Material That Does Match The Color Of The Insulation.
water Piping
interior Domestic Water Piping Shall Be Copper Tube, Type L Drawn Per Astm B88. Fittings For Copper Tube Must Be Wrought Copper Or Bronze Castings Conforming To Ansi B16.18 And B16.22. Unions Shall Be Bronze In Accordance With Federal Specification Ww-u-516 With Solder Or Braze Joints Including Adapters For Joining Screwed Pipe To Copper Tubing.
air Piping interior To The Building And Outdoor External Air Piping Shall Be Copper Tube. all Piping Shall Be Installed Parallel To Walls And Column Centerlines. Pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Except For Plastic And Glass, Pipe Shall Be Reamed To Full Size After Cutting. Copper Piping Work Shall Be Performed In Accordance With Best Practices Requiring Accurately Cut Clean Joints And Soldering In Accordance With The Recommended Practices For The Material And Solder Employed. all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work. install Ball Valves In Horizontal Position. All Valves Shall Be Easily Accessible. pipe Saddles Shall Be On The Outside Of All Insulation And Pvc Coverings. pipe Escutcheons Will Be Used For All Pipe Penetrations Through Walls, Floors, And Ceilings. electrical Requirements electrical
electrical Installation
conduits, Fittings, And Electrical Wire all Electrical Installations Shall Conform To Requirements Of The National Electrical Code (nec). install A New Power Disconnect Box For Each Piece Of Equipment. all Electrical Wire Shall Be Copper, Heat Resistant Grade, Thermoplastic Insulated. Control Wiring Shall Be (stranded) Thermoplastic High Heat Nylon (thhn)/thermoplastic Heat And Water-resistant Nylon (thwn) Or Equal. Intermediate Wall Conduit Is Required. Provide Conduit Trapeze Hangers. all Power Wiring Shall Have A Minimum Conduit Size Of 3/4-inch In Diameter. Color Coding Of All Wiring Shall Be In Accordance With Established Nfpa 70. all Low Voltage Communication Wire Used For Data Management Systems, Liquid Supply Systems And Intercoms Shall Be Installed In Minimum 3/4-inch Diameter Protective Conduit. Wire Nuts Shall Not Be Used For Any Connections.
electrical Wiring Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
wiring Shall Not Be Cut, Abraded, Nor Have Excessive Insulation Stripped, And Shall Be Properly And Tightly Joined At Terminals. wire Nuts Shall Not Be Used, And Solderless Connectors Shall Have Insulation Grip. Wiring Shall Have Adequate Slack To Provide Strain Relief. Wire Nuts Are Only Acceptable For Electrical Installation Of Motors And Terminal Boxes. wiring Shall Be Provided Between Motors, Controllers, Timers, Pushbuttons, Starters, And Limit Switches Installed On Or Within The Equipment And Shall Be Done With Materials As Applicable, Except Liquid Tight Flexible Conduit Shall Be Used Where Required For Belt Adjustment By Moving A Motor Or For Vibration Isolation. all Wiring Shall Terminate In Connection Boxes With Provisions For Connections Beyond The Machine; Each Conductor Shall Be Identified By A Different Color. the Line Voltage Side Of The Work Is A Single Point Demo And Termination To A Prewired Control Cabinet.
electrical Identification Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition: install Nameplates - Center On Device, Cover Plate, Or Enclosure.
use Power Source Designations Defined In The Technical Specifications. Indicate Electrical Power Loads Served Using Designations From Electrical Schedules And Designations From The Appropriate Trade Furnishing The Equipment Served. lettering Shall Include Name Of Equipment, The Specific Unit Number, And Any Reference To On/off Or Other Instructions That Are Applicable. all Labeling Shall Be On Laminated Phenolic Nameplates And Shall Be Placed On Equipment. nameplates Shall Be Laminated Phenolic With A Blue Surface (480 Volts)/black Surface (208 Volts) And White Core. Use 1/16-inch Thick Material For Plates Up To 2 Inch X 4 Inch. For Larger Sizes, Use 1/8-inch Thick Material. the Contractor Shall Mark All 4-plex Outlets And Boxes With The Electrical Panel, Circuit, And Branch Identification. electrical Protection
the Contractor Shall Provide Any Protective Methodology Or Devices Necessary To Protect The Equipment From:
damage Due To Electrical Power Problems, Including Brownouts, Emergency Power Interruptions, Electrical Surges, Sags, And Electrical Storms. any Equipment Located Outside The Building Or On The Roof Shall Have Lightning Protection Installed. data Loss Due To Electrical Power Problems. All Equipment Electronics Shall Be Protected With A Power Monitor Hook-up Point And Power Monitor.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
uninterrupted Power Supply (ups) Shall Be Installed For All Equipment Supplied. (minimum 2-hour Back-up).
electrical Receptacles And Outlets receptacles Shall Be Underwriters Laboratories Certified. mounting Screws, Mounting Strap And Terminal Screws Shall Be Brass Or A Copper Alloy Metal.
receptacles Shall Have Provisions For Back Wiring From Four (minimum) Separate Wiring Holes And Side Wiring From Four Captivity Held Binding Screws. ground Fault Interrupter (gfi) Four-plex Receptacles Shall Be Single Phase, 20 Ampere, 120 Volts, 2-pole, 3-wire, Us National Electrical Manufacturers Association (nema) 5-2or. the Duplex Type Receptacles Shall Have Break-off Feature For Two Circuit Operation. The Ungrounded Pole Of Each Receptacle Shall Be Provided With A Separate Terminal. the Receptacle Bodies Shall Be White In Color. four-plex Receptacles With Gfi Shall Be An Integral Unit Suitable For Mounting In A Standard Outlet Box. gfi Shall Consist Of A Differential Current Transformer, Solid State Sensing Circuitry And A Circuit Interrupter Switch And Shall Be Rated For Operation On A 160 Hz, 120-volt, 20 Ampere Branch Circuit. The Device Shall Have Nominal Sensitivity To Ground Leakage Current Of Five (5) Milliamperes And Shall Function To Interrupt The Current Supply For Any Value Of Ground Leakage Current Above Five (5) Milliamperes On The Load Side Of The Device. The Device Shall Have A Minimum Nominal Tripping Time Of 1/30th Of A Second. receptacles 20, 30 And 50 Ampere, 250 Volt: Shall Be Complete With Appropriate Cord Grip Plug.
weatherproof Receptacles
shall Consist Of A Duplex Receptacle, Mounted In Box With Gasket, Weatherproof, Cast Metal Cover Plate And Cap Over Each Receptacle Opening. The Cap Shall Be Permanently Attached To The Cover Plate By A Spring Hinged Flap. The Weatherproof Integrity Shall Not Be Affected When Heavy Duty Specification Or Hospital Grade Attachment Plug Caps Are Inserted. Cover Plates On Outlet Boxes Mounted Flush In The Wall Shall Be Gasket To The Wall In A Watertight Manner. wall Plates
wall Plates For Switches And Receptacles Shall Be As Specified By The Cor. Oversize Plates Will Not Be Acceptable.
wall Plate Color Shall Be White. standard Nema Design, So That Products Of Different Manufacturers Must Be Interchangeable. for Receptacles Or Switches Mounted Adjacent To Each Other, Wall Plates Shall Be Common For Each Group Of Receptacles Or Switches. the Contractor Shall Provide 4-plex Receptacle At Each Equipment Location For Mechanic S Use. marking Pen Labeling
use For All Junction And Outlet Boxes Or Portions Of Junction Boxes With Power Wiring, Communication Systems, Pull And Junction Boxes, And Conduit Installed For Future Use. For All Boxes With Power Wiring, Indicate Appropriate Panel And Circuit Number(s) Where Applicable, Etc. Label Inside Covers In Finished Areas And Outside Covers In Unfinished Areas. Labeling Shall Be Completed Using Permanent, Waterproof, Quick Drying Marking Pen. label Tapes
label Each Conductor At Origin And Destination Points And At All Junction Boxes Where Two Or More Feeder Or Control Circuits Are Present. Identify With Branch Circuit Or Feeder Number For Power And Lighting Circuits, And With Control Conductors, Number As Indicated On Schematic And Interconnection Diagrams Or Equipment Manufacturer's Drawings For Control Wiring. Using Cloth, Plastic, Split Sleeve Or Tubing Type Wire And Cable Label Markers. dielectric Fittings
provide Dielectric Couplings Or Unions Between Ferrous And Non-ferrous Pipe. In Addition, Provide Threaded Dielectric Unions For Pipe Sizes 2 Inches And Under. For 2-1/2 Inches And Above, Provide Copper And Steel Flanges Electrically Isolated At Gasket And By Sleeves At Bolts. Fittings On Cold Water And Soft Water Lines Shall Be Rated For 100 Psi, 80 Degrees F. Fittings On Other Services Shall Be Rated For The Maximum Pressure And Temperature Conditions Of The Service. Where Copper Piping Is Connected To Steel Piping, Provide Dielectric Connections. prefabricated Roof Curbs
galvanized Steel Or Extruded Aluminum 12 Inches Overall Height, Continuous Welded Corner Seams, Treated Wood Nailer, 1-1/2 Inch Thick, 3-pound Density Rigid Mineral Fiberboard Insulation With Metal Liner, And Built-in Curved Cantilever Strip. Provide Raised Cantilever Strip (recessed Mounting Flange) To Start At The Upper Surface Of The Insulation. Curbs Shall Be Constructed For Pitched Roof Or Ridge Mounting As Required To Keep Top Of Curb Level. installation Requirements
approval For The Contractor To Proceed With Installation Shall Be Contingent Upon The Acceptance Of The Design Submittals And Written Notification To Proceed With Installation From The Cor. the Contractor Shall Be Responsible For The Determination Of, And Compliance With, Federal, State, And Local Code Requirements, Design Data, And Other Factors Necessary To Design And Install The System. the Contractor Shall Verify The Location Of Extant Utilities. Contractor Shall Connect To Designated Utilities In A Manner Conforming To A Nationally Recognized Code And At A Time Satisfactory To Minimize Or Preclude Disruption To Existing Functions Or Clinical Services. the Contractor Shall Be Responsible For Installation, Which Consists Of Assembling, Positioning, And Mounting Of All Equipment And Connections Of All Cables. The Contractor Is Responsible For Furnishing And Pulling All Interconnecting Wiring And Cabling, Including Wiring, And Cabling To Be Pulled Through Conduit And Raceways. It Is The Responsibility Of The Contractor To Supply And Install Junction Boxes; Wall/ceiling Mounts And Support Structures. the Contractor Shall Provide Certified Field Engineers Or Technicians To Conduct All Necessary Tests During Installation. Contractor Shall Provide Copies Of The Certifications Upon Government Request. the Contractor Shall Inform The Co And Cor Of Any Problems As They Occur In Connection With Installation, Or Issues Which Will Affect Optimum Performance Shall Be Reported Prior To The Start Of Installation. Installation Shall Not Proceed Under Such Circumstances Until Authorized By The Co.
availability Of Parts And Service
the Quoter Shall Guarantee The Contractor Availability Of Servicing And Replacement Parts For A Period Of Ten (10) Years To The Government For The Laundry Equipment Being Procured Under This Rfq. incorporation Of Documents
the Following Documents Are Hereby Incorporated By Reference And Made A Part Of This Rfq.
the Equipment And Installation Supplies Shall Conform To The Following Standards:
air Moving And Conditioning Association, Inc. (amca) Standards, 2009 Edition.
american National Standards Institute (ansi), 2021 Edition. Z8.1-2006 Safety Requirements For Commercial Laundry And Dry Cleaning Operations.
femp: Federal Energy Management Program (energy Efficient Product Rating).
hvac Duct Construction Standards-metal & Flexible.
national Electrical Manufacturers Association (nema), 2021 Edition.
national Fire Protection Association (nfpa), 2021 Edition. All Nfpa Standards And Codes. National Electrical Code (nec), 2020 Edition.
national Standard Plumbing Code, 2021 Edition.
occupational Safety And Health Administration (osha) 29 Cfr 1910. sheet Metal And Air Conditioning Contractors National Association (smacna), 2021 Edition.
sheet Metal Contractors National Association Inc. Publication, 2019 Edition.
underwriters Laboratories Standards, 2022 Edition. city, County, State, Federal, Va And National Environmental, Fire And Safety Regulations/standards.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
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
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
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.
City Of San Carlos Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 134.5 K (USD 2.3 K)
Details: Description The Office Of The City Cooperative Livelihood Entrepreneurship Development Officer Is In Need Of The Following: 1 Unit Camera 1 Model Body + 16–50 Mm Power Zoom Lens Zv-e10l Colour White Black Summary Price Starting At P 42,999.00 1 What's In The Box Selp1650, Rechargeable Battery Np-fw50, Ac Adaptor, Shoulder Strap, Usb-a To Usb-c Cable (usb 2.0), Wind Screen, Wind Screen Adaptor, Lens Cap, Power Code Lens Lens Mount E-mount Image Sensor Aspect Ratio 3:02 Number Of Pixels (effective) Approx. 24.2 Megapixels Number Of Pixels (total) Approx. 25.0 Megapixels Sensor Type Aps-c Type (23.5 X 15.6 Mm), Exmor Cmos Sensor Anti-dust System - Recording System (still Image) Recording Format Jpeg (dcf Ver. 2.0, Exif Ver. 2.32, Mpf Baseline Compliant), Raw (sony Arw 2.3 Format) Image Size (pixels) [3:2] L: 6,000 X 4,000 (24 M), M: 4,240 X 2,832 (12 M), S: 3,008 X 2,000 (6.0 M) Image Quality Modes Raw, Raw And Jpeg, Jpeg (extra Fine / Fine / Standard) Recording System (movie) Video Compression Xavc S: Mpeg-4 Avc/h.264 Audio Recording Format Xavc S: Lpcm 2ch Recording System Location Information Link From Smartphone Yes Media Memory Stick Pro Duo, Memory Stick Pro-hg Duo, Memory Stick Micro (m2), Sd Memory Card, Sdhc Memory Card (uhs-i Compliant), Sdxc Memory Card (uhs-i Compliant), Microsd Memory Card, Microsdhc Memory Card, Microsdxc Memory Card Memory Card Slot Multi Slot For Memory Stick Duo / Sd Memory Card Noise Reduction Noise Reduction Long Exposure Nr: On/off, Available At Shutter Speeds Longer Than 1 S, High Iso Nr: Normal / Low / Off White Balance White Balance Modes Auto / Daylight / Shade / Cloudy / Incandescent / Fluorescent / Flash / Underwater / Color Temperature (2,500 To 9,900 K) And Color Filter / Custom Shutter Awb Lock - Focus Focus Type Fast Hybrid Af (phase-detection Af / Contrast-detection Af) Focus Sensor Exmor® Cmos Sensor Focus Point 425 Points (phase-detection Af) / 425 Points (contrast-detection Af) Focus Sensitivity Range Ev-3 To Ev20 (iso100 Equivalent With F2.0 Lens Attached) Focus Mode Af-a (automatic Af), Af-s (single-shot Af), Af-c (continuous Af), Dmf (direct Manual Focus), Manual Focus Focus Area Wide / Zone / Center / Flexible Spot / Expanded Flexible Spot / Tracking Eye Af / Subject Recognition Af [still Images] Human (right/left Eye Select) / Animal, [movie] Human (right/left Eye Select) / Animal Other Features Af Micro Adjustment, (sold Separately) With La-ea2 Or La-ea4, Predictive Control, Focus Lock, Af Transition Speed (movie), Af Subj. Shift Sensitivity (movie) Af Illuminator - Focus Type With La-ea3 (sold Separately) Phase-detection Exposure Metering Type 1200-zone Evaluative Metering Viewfinder Viewfinder Type - Lcd Screen Monitor Type 7.5 Cm (3.0-type) Type Tft Touch Panel Yes (touch Focus / Touch Tracking / Touch Shutter) Number Of Dots 921,600 Dots Brightness Control Manual (5 Steps Between -2 And +2), Sunny Weather Mode Adjustable Angle Opening Angle: Approx. 176 °, Rotation Angle: Approx. 270 ° Focus Magnifier Yes, Focus Magnifier (5.9x / 11.7x) Top Panel Top Panel - Other Features Vlog Features Product Showcase Set, Background Defocus Playmemories Camera Apps™ - Clear Image Zoom [still Images] Approx. 2x, [movies] Approx. 1.5x (4k), Approx. 2x (hd) Digital Zoom Smart Zoom (still Images): M: Approx. 1.4x, S: Approx. 2x, Digital Zoom (still Images): L: Approx 4x, M: Approx. 5.7x, S: Approx. 8x, Digital Zoom (movie): Approx. 4x Face Detection Face/eye Priority In Af, Face Priority In Multi Metering, Regist. Faces Priority Self-portrait Self-timer Yes Others Interval Recording, Self-portrait Self-timer, Bright Monitoring, Help Guide Shutter Type Electronically-controlled, Vertical-traverse, Focal-plane Type Shutter Type Mechanical Shutter / Electronic Shutter Shutter Speed [still Images] 1/4000 To 30 S, Bulb, [movies] 1/4000 To 1/4 (1/3 Steps), Up To 1/60 In Auto Mode (up To 1/30 In Auto Slow Shutter Mode) Flash Sync. Speed 1/160 S2 Electronic Front Curtain Shutter Yes (on/off) Silent Shooting Yes (on/off) Image Stabilization Type [still Images] Image Stabilization Supported On Lens, [movie] Image Stabilization Supported On Lens (standard Mode) / Electronic (active Mode) Compensation Effect - Drive Drive Modes Single Shooting, Continuous Shooting (hi+/hi/mid/lo Selectable), Self-timer, Self-timer (cont.), Bracket: Single, Bracket: Cont., White Balance Bracket, Dro Bracket Continuous Drive Speed (approx. Max.) Continuous Shooting: Hi+: 11 Fps, Hi: 8 Fps, Mid: 6 Fps, Lo: 3fps3 No. Of Recordable Frames (approx.) Jpeg Extra Fine L: 99 Frames3, Jpeg Fine L: 116 Frames3, Jpeg Standard L: 137 Frames3, Raw: 46 Frames3, Raw And Jpg: 45 Frames3 Self-timer 10 S Delay / 5 S Delay / 2 S Delay / Continuous Self-time / Bracketing Self-timer Pixel Shift Multi Shooting - Playback Photo Capture Yes Modes Single (with Or Without Shooting Information Y Rgb Histogram And Highlight / Shadow Warning), Index View, Enlarged Display Mode (l: 18.8x, M: 13.3x, S: 9.4x, Panorama (standard): 25.6x, Panorama (wide): 38.8x), Auto Review, Image Orientation, Slideshow, Panorama Scrolling, Folder Selection (date / Still / Xavc S Hd / Xavc S 4k), Protect, Rating, Display As Group Print Compatible Standards Exif Print, Print Image Matching Iii, Dpof Setting Custom Function Type Custom Key Settings, Programmable Setting (body 1 Set / Memory Card 4 Sets), My Menu Lens Compensation Setting Peripheral Shading, Chromatic Aberration, Distortion Interface Pc Interface Mass-storage / Mtp Multi/micro Usb Terminal -4 Sync Terminal - Bluetooth® Yes (bluetooth Standard Ver. 4.1 (2.4 Ghz Band)) Multi Interface Shoe Yes (with Digital Audio Interface)5 Vertical Grip Connector - Mic Terminal Yes (3.5 Mm Stereo Minijack) Headphone Terminal Yes (3.5 Mm Stereo Minijack) Lan Terminal - Functions View On Smartphone, Remote Control Via Smartphone, Pc Remote, Bravia Sync (control For Hdmi), Phototv Hd Audio Microphone Built-in, Stereo Speaker Built-in, Monaural Power Supplied Battery One Rechargeable Battery Pack Np-fw50 Battery Life (still Images) Approx. 440 Shots (lcd Monitor) (cipa Standard)6 Battery Life (movie, Actual Recording) Approx. 80 Min (lcd Monitor) (cipa Standard)7 Battery Life (movie, Continuous Recording) Approx. 125 Min (lcd Monitor) (cipa Standard) Internal Battery Charge Yes External Power Ac Adapter Ac-pw20 (sold Separately) Power Consumption With Lcd Screen [still Images] Approx. 2.0 W (with E Pz 16–50 Mm F3.5–5.6 Oss Lens Attached), [movies] Approx. 3.5 W (with E Pz 16–50 Mm F3.5–5.6 Oss Lens Attached) Usb Power Supply Yes Others Operating Temperature 0–40 ℃ (32–104 °f) Size And Weight Weight (with Battery And Memory Card Included) Approx. 343 G (approx. 12.1 Oz) Dimensions (w X H X D) Approx. 115.2 X 64.2 X 44.8 Mm (from Grip To Monitor) (approx. 4.54 X 2.53 X 1.76 Inches (from Grip To Monitor)) Standard View Footnotes 1 Prices Indicated Refer To Suggested Retail Price Which Includes 12% Vat For Cash Purchase And May Change From Time To Time Without Prior Notice. 2 With Compatible Sony External Flash 3 Varies According To Shooting Conditions Or Memory Card Used 4 Supports Micro Usb Compatible Device. 5 Sony Accessories For The Accessory Shoe Can Be Attached. 6 The Lcd Screen Is Turned On, Shot Once Every 30 Seconds, Operate Zoom Alternately Between W And T Ends, Flash Strobe Once Every Two Times, Turn Power Off And On Once Every Ten Times. 7 Indication Recording Time, Which Is Defined By Repeating The Cycle: Power On, Start Recording, Zoom, Stand-by And Power Off. * Actual Color And Dimension May Differ From The Screen Image. * Colours & Features Of The Product Shown May Differ By Model And Country. * 4k: 3,840 X 2,160 Pixels. * Services Availability Depends On Region. A Part Or Whole Of Software/services Installed Into Or Accessible Through The Product May Be Changed, Discontinued, Removed, Suspended, Or Terminated Without Notice. * Features And Specifications Are Subject To Change Without Prior Notice. * The Bluetooth® Word Mark And Logos Are Registered Trademarks Owned By Bluetooth Sig, Inc. And Any Use Of Such Marks By Sony Group Corporation And Its Subsidiaries Is Under License. 1 Unit Rechargeable Battery 1 Unit Mount Lens(full Size Mirrorless) 1 Pc External Hard Drive 1 Pc Screen Protector 0.33mm 9h Hardness Tempered Glass Film Cover Anti-scratch, Anti-fingerprint, Anti-bubble, 2*hot Shoe Cover 1 Pc 128 Gb Extreme Pro Sdxc Card 1 Pc Tripod 66"/168cm Carbon Fiber Wit 360 Panorama Ball Head 1/4" Arca Qr Plate, Portable Bag, Compact Travel For Dslr Video Camcorder Maxload Of 26.6lb/12kg, N55c 1 Pc Camera Video Microphone 1 Pc Camera Battery Charger
City Of Tanjay, Negros Oriental Tender
Healthcare and Medicine
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 1.8 Million (USD 30.8 K)
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
City Of Bayawan Tender
Others...+2Civil And Construction, Civil Works Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 64.1 K (USD 1 K)
Details: Description Request For Quotation Rfq No. Svp 25-b-0018 Date January 21, 2025 Pr Reference 100-25-01-061 Philgeps Reference No. End-user Comelec Closing Date February 4, 2025 February 6, 2025 Bid Opening 1. Bac Office, Cabcabon, Bayawan City Designated Places Of Submission (bid Box Designated Locations) 2. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 4 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Basis Of Evaluation For This Rfq: 8 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0018 Total Abc: Php 64,145.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Delivery Of Supplies And Materials For Office Expenses. Lot. Ii Cleaning Equipment And Supplies 1 Air Freshener, Aerosol Type, ≥280ml, Assorted Scent 7 Can 220.00 [ ] [ ] 2 Bathsoap, Regular Size, Germicidal/antibacterial 5 Piece 35.00 [ ] [ ] 3 Floor Cleaner, Floor (500ml/bot) 5 Bottle 200.00 [ ] [ ] 4 Glass Cleaner, Spray, 500ml/bot 5 Bottle 180.00 [ ] [ ] 5 Dishwashing Liquid, Concentrate, 250ml 10 Piece 110.00 [ ] [ ] 6 Dishwashing Paste, 400grams 10 Piece 45.00 [ ] [ ] 7 Dishwashing Sponge, Super Absorbent 5 Piece 40.00 [ ] [ ] 8 Disinfectant Concentrate, 1000ml 2 Liter 500.00 [ ] [ ] 9 Disinfectant Spray, Aerosol Type, 340grams 2 Can 400.00 [ ] [ ] 10 Feather Duster, Authentic Feathers, Dowel Handle, Good Quality 2 Piece 120.00 [ ] [ ] 11 Fabric Conditioner, Antibac, 1000ml 2 Liter 300.00 [ ] [ ] 12 Floor Mat, Rubberized 2 Roll 200.00 [ ] [ ] 13 Muriatic Acid, Pure, 3.785 Liters 2 Gallon 350.00 [ ] [ ] 14 Stain Remover/bleach, 900ml 5 Liter 70.00 [ ] [ ] 15 Toilet Deodorant Cake, 99%, 50gms 10 Piece 45.00 [ ] [ ] Lot. Iii Common Office Supplies 16 Refill Ink, For G-tec C4 Sign Pen 14 Piece 55.00 [ ] [ ] 7 Black And 7 Blue 17 Sign Pen, Fine Point G-tec, Tip 0.4mm, Blue 10 Piece 85.00 [ ] [ ] 18 Sign Pen, Fine Point G-tec, Tip 0.3mm, Black 10 Piece 85.00 [ ] [ ] 19 Sign Pen, Liquid/gel, 0.7mm, Black 10 Piece 80.00 [ ] [ ] 20 Glue, Padding, 1 Kilo/jar, Red 1 Jar 250.00 [ ] [ ] 21 Clipboard, Plastic, Long, With Side Pockets, Hardbound, Good Quality 2 Piece 200.00 [ ] [ ] 22 Glue Gun, 20 Watts With On/off Switch (suitable Glue Stick Size 7.5mm), Big, Heavy Duty 1 Piece 250.00 [ ] [ ] 23 Laminating Film, 125 Microns, 100pcs/pack 1 Pack 550.00 [ ] [ ] 24 Laminating Film, 250 Microns, 12inches X 50 Meters 1 Roll 1,500.00 [ ] [ ] 25 Binder Clip, Paper, 32mm, 12s 2 Box 40.00 [ ] [ ] 26 Binder Clip, Paper, 41mm, 12s 2 Box 45.00 [ ] [ ] 27 Scissors, Symmetrical, Blade Length: 65mm Min, Good Quality 3 Piece 150.00 [ ] [ ] 28 Bond Paper, Multi-purpose, Short, 70gsm, 500 Sheets Per Ream 5 Ream 200.00 [ ] [ ] 29 Photo Paper, Glossy, A4, 180gsm, 20s/pack 10 Pack 120.00 [ ] [ ] 30 Sticker Paper, Glossy, Long, (10s/pack), White 5 Pack 90.00 [ ] [ ] Lot. Iv Furniture And Furnishings 31 Computer Chair, 360 Degree Rotation Function Adjustable Height 300mm Five-star 280 Pp Caster 100 Kg Maximum Load Durable And Comfortable Five-star Chrome Base Backrest And Armrests Are Made Of Pp Plastic 1 Unit 3,500.00 [ ] [ ] 32 Executive Chair, With Lumbar Support Arm Rest, Mid Back, Rollng Swivel Adjustable 1 Unit 5,000.00 [ ] [ ] 33 Chairs, High Stool Bar Material: Hard Pvc Width: 330mm Chrome Glass Lift And 385mm Chrome Based Color: Black 2 Unit 3,500.00 [ ] [ ] Lot. V Information And Communication Technology Equipment 34 External Hard Drive, Itb, 2.5"hdd, Usb 3.0, Product Info Capacity: 1tb Dimensions: L X W X D: 4.52 In X 3.07 In X 0.46in Weight: 148 G/0.326 Lb What’s Included • Usb 3.0 Cable 1 Piece 3,500.00 [ ] [ ] Lot. Vi Information And Communication Technology Equipment, Devices And Accessories 35 Signature Pad, Lcd Signature Pad Display Type: F-stn Positive Reflective Lcd Cover Plate Surface: Tempered Glass Native Resolutions: 320x200 Pixels Coordinate Res: 2540 Lpi Coordinate Accuracy: +0.02 Inch (+0.5 Mm) Center Reading Technology: Electromagnetic Resonance (emr) Pen Port Rate: 200 Points Per Second Pen Pressure Levels: 1024 Warranty: One Year! 1 Unit 17,000.00 [ ] [ ] (good Quality And Heavy Duty) Lot. Vii Office Equipment And Accessories 36 Cork Board, 3ft X 2ft, With Aluminum Frame, 3/4inch Thick 1 Piece 1,000.00 [ ] [ ] 37 Board, For Illustration, 30" X 40" 5 Piece 50.00 [ ] [ ] 38 Paper Shredder, Cutting Width: 3mm-4mm (entry Level) 1 Piece 7,500.00 [ ] [ ] ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
University Of The Philippines Tender
Laboratory Equipment and Services
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 2.7 Million (USD 47.8 K)
Details: Description Supply Of Various Laboratory Equipment For Chemistry Laboratory Use Pr No. 27827 Item Specifications Lab Refrigerator (budget: 420,000 Pesos) With Glass Door 320 L Minimum Capacity Temperature Of 3-7c With Key Lock With Avr Delivery: Within 12 Weeks After Receipt Of Approved Purchase Order. Installation, Equipment Demo And Trainings Are Included Price Is Vat Inclusive With One Year Warranty On Parts And Services After Installation Lab Oven (budget: 150,000 Pesos X 3 Units = 450,000 Pesos) 60 L Minimum Capacity Up To 250 Degrees Celsius Working Temperature Delivery: Within 12 Weeks After Receipt Of Approved Purchase Order Installation, Equipment Demo And Trainings Are Included Price Is Vat Inclusive With One Year Warranty On Parts And Services After Installation Terms And Conditions 1. Delivery And Installation Should Be Done Within Ninety (90) Calendar Days Commencing On The Date Of Receipt Of An Approved Purchase Order And Notice To Proceed. Notification By Email And Acknowledged By The Supplier Constitutes A Date Of Acceptance. The Equipment Must Be Delivered Ready To Use, Cables, Connectors, Adapters And Accessories Even Not Specified But Are. Essential For The Unit To Function Must Be Provided Free By The Winning Bidder/supplier; 2. Warranty Should Be At Least One (1) Years For Service And One (1) Year On Parts. 3. Indicate Brand, Model And Country Of Origin Being Offered. 4. Notarized Certificate That The Product It Brands New, Not Reconditioned/refurbished Including Parts And Accessories, 5. Certification From At Least Three (3) Government And /or Private Agencies Within Metro Manila Or The Philippines That They Have Been Supplied With The Same Brand Being Offered 6. Undertaking To Provide Product Orientation And Operations Training For End-user And Troubleshooting Training For Technician’s/research Staff. 7. Warranty Period Shall Commence From The Date Of Acceptance By The End-user·, Testing And Commissioning. 8. Provide Regular Quarterly Preventive Maintenance And Calibration During The Warranty Period. 9. A Notarized Certification From The Manufacturer That The Bidder Is An Authorized Distributor Of The Equipment. 10. Notarized Certification From The Manufacturer And Local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 11. Notarized Certification That The Local Distributor And The Manufacturer Have Been In The Business Of Providing The Said Equipment For At Least Five (5) Years. 12. Notarized Certification Accompanied With Proof That The Bidder Is In The Business Of Supplying The Unit/item For The Last Five (5) Years. 13. Guarantee Letter Or Certificate From The Manufacturer And Local Distributor To Ensure The Availability Of Parts, Supplies And Accessories And Will Not Be Discontinued For The Next Five (5) Years. 14. Provide Separate Quotation For Maintenance, Repair And Replacement Of Parts After Warranty Period. 15. Provide Operator's & Service Manual (in English Language) Upon Delivery. 16. The Bidder Must Submit Certification That They Have A Capability For Corrective And Preventive Maintenance Of The Unit Or Have A Service Tender Within Metro Manila 17. Must Guarantee That Diagnostic Technician Will Be Able To Assess The Unit Within 24 Hours Of Notification (if Applicable). 18. Automatic Provision Of A Functioning Service Unit (same Model Or Higher) In Case Of Repair Of More Than 3 Days/pull Out Of The Purchased Unit During The Warranty Period. 19. The Winning Bidder/supplier Will Be Responsible For All Fees For Performance Testing, Delivery, Installation And Commissioning The Unit (if Applicable). 20. Specific Place Of Delivery: Dpsm, Cas, Up Manila. In Case A Large Equipment, The End-user Should Issue A Certification, Noted By The Dean/director, That The Identified Space Is Available. 21. Terms Of Payment: Payment Must Only Be Made After The Appropriate Inspection And Acceptance Procedures, As Mandated By Existing Government Rules And Regulations, Have Been Complied With By The Procuring Entity. Pr No. 26853 Uv-visible Spectrophotometer • Double Beam • Wavelength Range: 190-110nm (uv To Nir) • Delivery: Ninety (90) Calendar Days After Receipt Of Approved Purchase Request. • Installation And Equipment Demo Are Included. • Price Is Vat Inclusive • With One Year Warranty Hot Plate With Magnetic Stirrer • Stirring Up To 1500 Rpm • Heating Up 400 Degrees Celsius • Delivery: Ninety (90) Calendar Days After Receipt Of Approved Purchase Request. • Installation And Equipment Demo Are Included • Price Is Vat Inclusive • With One Year Warranty Conductivity Meter • Measuring Range: 0.01 Μs/cm – 200 Ms/cm • Resolution: 0.01 – 1 • Delivery: Ninety (90) Calendar Days After Receipt Of Approved Purchase Request. • Installation And Equipment Demo Are Included • Price Is Vat Inclusive • With One Year Warranty Pr No. 26135 Tabletop Centrifuge • Max Speed = 21,000 Rpm • Angel Rotor: 6 X 100 Ml • Dimensions: Within 45 X 45 X 45 Cm • With Double Lid-lock System • Delivery: Ninety (90) Calendar Days After Receipt Of Approved Purchase Request. • Installation And Equipment Demo Are Included • Provide Operator’s And Service Manuals (in English Language) Upon Delivery • Price Is Vat Inclusive • With One Year Warranty • The Equipment Should Demonstrate High Effectiveness In Its Intended Use, For Teaching And Research. • The Equipment Should Be Constructed From High-quality Materials Designed For Long-term Use, With Resistance To Wear, Corrosion And Other Environmental Factors. • Availability Of Spare Parts And Technical Support For A Minimum Of Three Years’ Post-purchase Must Be Guarantee To Ensure Continued Operation. Analytical Balance • Capacity: 220 G • Readability: 0.0001 G / 0.1 Mg • Lcd Display • Platform Size Diameter: Within 90 Mm • Delivery: Ninety (90) Calendar Days After Receipt Of Approved Purchase Request. • Installation And Equipment Demo Are Included • Provide Operator’s And Service Manuals (in English Language) Upon Delivery • Price Is Vat Inclusive • With One Year Warranty • The Equipment Should Demonstrate High Effectiveness In Its Intended Use, For Teaching And Research. • The Equipment Should Be Constructed From High-quality Materials Designed For Long-term Use, With Resistance To Wear, Corrosion And Other Environmental Factors. • Availability Of Spare Parts And Technical Support For A Minimum Of Three Years Post-purchase Must Be Guarantee To Ensure Continued Operation. Ph Meter • Benchtop • Accuracy: +/- 0.01ph • Resolution: 0.1 / 0.01ph • Temperature Range: Up To 11 0 Degrees C • Delivery: Ninety (90) Calendar Days After Receipt Of Approved Purchase Request. • Installation And Equipment Demo Are Included • Provide Operator’s And Service Manuals (in English Language) Upon Delivery • Price Is Vat Inclusive • With One Year Warranty • The Equipment Should Demonstrate High Effectiveness In Its Intended Use, For Teaching And Research. • The Equipment Should Be Constructed From High-quality Materials Designed For Long-term Use, With Resistance To Wear, Corrosion And Other Environmental Factors. • Availability Of Spare Parts And Technical Support For A Minimum Of Three Years Post-purchase Must Be Guarantee To Ensure Continued Operation.
George County Tender
Telecommunication Services
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
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
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (may 2024)|13|335312|1250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
solicitation Notes: Pricing For Request For Quotation Is Valid 90 Days After The Closing Date Of The Request For Quotation Unless Otherwise Specified. Please Specify (if Other Than 90 Days) _____________________ Days. If You Are Submitting Your Quote Via Email Or
neco, Specify The Number Of Days That Pricing Is Valid.
all Contractual Documents (ie: Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitues Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein.
\
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents; There Are No Technical Documents; Such As, Drawings, Technical Data, Etc. Associated To This Solicitation/award, The Part Number/catalog Number Cited In The Requirements Section Is Fully Descriptive.
3. Requirements
3.1 Manufacture And Design - The Motor Controller Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In The Ordering Data Listed Herein And Throughout The Contract/purchase Order.
(1). Design, Material And Dimensions To Be In Accordance With:
a. Manufacturer: ;olympus Controls Corp (cage 1qzr2); .
b. Drawing: ;; .
c. Piece Number: ;; . Revision: ;; .
d. Part Number: ;sa0116828 Um=kt(kit) Consists Of Mcfa-lid,mc-cmp,mc-cmr,mc-xtl-power Cable, 232pds-com,mc-232pds, Mc-fa, Pelican 1550; .
e. Catalog Number ;; .
(2). The Following Requirements Apply:
a. Exclusion Of Mercury Requirements Are Cited In The Additional Technical Documentation Located Within Section "c" Of The Contract/purchase Order.
b. ;; .
3.2 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order.
block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. date Of First Submission=eoc
submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock
number And Item Nomenclature Specified In The Schedule Of Supply/services.
di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control
number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
9841-9850 of 9905 archived Tenders