Chair Tenders
Chair Tenders
DEPT OF THE AIR FORCE USA Tender
Furnitures and Fixtures
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Details: The Contractor Shall Provide All Tools, Materials, Equipment And Personnel Necessary To Provide Modular Furniture Reconfiguration, Disassemble, Remove, Receive, Deliver, And Install New Furniture, Parts And Installation In The Delta 8/10 Sops Operations Center,
building 375, Naval Base Ventura County, Point Mugu, California. the Contractor Shall Design, Deliver, And Install 10 Modular Consoles, 4 Filing Cabinets, And 4 Bookshelves And Disassemble And Remove Existing Consoles And Replace Existing Operator Consoles And Technical Furniture With 9 Consoles, 4 Filing Cabinets, And 4 Bookshelves. solution Shall Maximize Operator Ergonomics, Be A Cohesive Configuration Designed For 24/7 Mission Critical Operation Addressing Existing Needs And Sustainable For Future Operator And Equipment Modifications And Provide A More Efficient Work Environment With A Return On Investment That Will Ensure A Future Forward Solution For Many Years To Come. Furniture Shall Be Cohesive In Materials To
ensure Maximum Longevity. please See Attachments For Additional Information And Instructions For Base Access For Scheduled Site Visit On 15 January 2025. amendment 1 the Purpose Of This Amendment Is To Extend The Offers Due Date To 3 February 2025 1:00 Pm Pst. Also, Incorporate The New Pws Dated 27 January 2025, And Incorporate Attachment 5 - Site Visit Qna. Small Changes To The Pws Include Removal Of All Monitor Arms Requirements And Clarification On Furniture Surface Material. amendment 2 the Purpose Of This Amendment Is To Extend The Offers Due Date To 7 February 2025 1:00 Pm Pst. Also, Incorporate The New Pws Dated 30 January 2025, And Incorporate Attachment 5 - Site Visit Qna Revision 2, And Small Changes To The Pws Include The Addition Of 1 Work Chair From 36 To 37, Clarification On Console Surfaces, Clarification On Monitor Arms Being Allowed For A Horizontal Track System, And Removal Of The Pencil Stop.
Irrigation And Flood Control Department Tender
Furnitures and Fixtures
Eprocure
India
Closing Soon11 Feb 2025
Tender AmountINR 99.9 K (USD 1.1 K)
Description: Supply Of Fifty (50) Nos. P.v.c. Chairs And Twenty Five (25) Nos P.v.c. Tables At Golf View Apartment Library Saket And Sector D-7 Vasant Kunj Library In Mehrauli Assembly Constituency Ac-45.
South East Central Railway - SECR Tender
Scraps
Ireps
India
Closing Date28 Feb 2025
Tender AmountRefer Documents
Description: "mixed Ferrous Melting Scrap Amalgamating Various Type Consisting Of Melting Scrap Class Mf/10, Pl/8, Pl/4, Mp/3, B/9, B/14, Cs/1, Cs/2, Hf/1, B/10, B/11, Mp/6, J/4, Db/1,p/4, Mp/1, Mp/4, Sp/3 And St/2 (small Qty. In Mixed Condition), Mp/5, Gi Nuts And Bolts,iron Chair And Small Parts, Cbc Component With Or Without Rubber Attachement, Twin Pack Draft Gear F-325 G Gi Rods ,brake Beam And Air Reservoir Tank, Pipe, Including Up To 5 Kgs. Cast Iron With Ms Attachments. As Available As In The Lot. Nb - Cutting Not Allowed .
South Central Railway - SCR Tender
Scraps
Ireps
India
Closing Date28 Feb 2025
Tender AmountRefer Documents
Description: Mixed Scrap : Actual Lot No. 03122501 0516. Pl No.98050047 (15) (hsn Code 72044900-gst18% On Fcm Basis) Scrap Of Cond. & Unserviceable Mixed Scrap Of Ms, Cs, Ci, Gi, Ss Contains Pipes End Body Pcs. Horizontal Levers Hand Brake Wheels Angle And Channel Pcs, Rod Pcs Stands Valves Levers Bolts And Nuts Rivets Washers Pins Foot Steps Cut Bits Side Barer Housings Pipe Pcs Straps Liners Sheets Pipe Pcs Pins Throwers Locks Races Collars Axle Box Covers, Air Brake Pipes, Guard Seats, Ms End Body Pcs, Ms Sheets, Ms Cut Bits, Ms Rod Pcs, Sab Parts, Gi Wire, Ms Ladders, Ms Channels, Door Hangers, Tool Box, Ms Meshes, Bp Fp Hose Pipes, Knuckles, Crushed Paint Drums, Grease Seals, Yoke Support Plates, Yoke Pins, Sheet Strips, Ms Pipes And Pcs, Rubber Pads, Chairs, Roof Sheets, Grease Drum, Auxiliary Reservoirs, Cone Bearing, Hoop Iron. Wedges Hyd. Hoses Fabricating Scrap And Other Misc Items Of Wagons Sorts & Sizes Full Or Broken With Or Without Attachments Location: Road No.3 (single Cut Permitted For Loading Purpose Only) (note: 1. If Any Ss/ Corten Steel & Non-ferrous Items Found During Loading / Delivery Shall Be Return To The Railways By The Purchaser 2. In Case Of Clubbed Lots, Purchaser Has To Clear The Lots In The Sequence As Mentioned In The Lot Description And No Deviation Is Accepted. 3. No Picking And Choosing Of Material Is Permitted While Taking Delivery )
NUCLEAR REGULATORY COMMISSION USA Tender
Food Products
United States
Closing Date2 Dec 2025
Tender AmountRefer Documents
Details: Catering Services For The Nrc Chair’s International Reception At The Ric To Be Held On March 12, 2025
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date5 Nov 2025
Tender AmountRefer Documents
Details: U.s. Army Requires A Hotel With Conference Facilities And Lodging To Host A Reception For Up To 650 Attendees. This Requirement Will Require 1 Main Conference Room To Support The 650 Conference Attendees And 20 To 30 Small Classrooms Or Breakout Rooms. This Requirement Will Also Require 650 Hotel Rooms Within Or Around (within Walking Distance Of The Conference Center. The Conference Rooms And Breakout Rooms Require Audio And Visual Equipment For Presentations And Panel Discussions Along With Tables And Chairs. The Location Of This Event Shall Be Within The Leesburg, Va Area. interested Parties Are Requested To Respond To This Rfi Via Email To The Pocs With A Capability Document (not More Than 3-pages) That Describes The Service The Vendor Can Provide To Meet All Aspects Of This Requirement. pocs: Deric.k.harris.civ@health.mil And Delbert.d.spriggs2.civ@health.mil this Rfi Is For Market Research And Planning Purposes Only. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government To Award A Contract From Responses To This Announcement. Any Information Submitted By Interested Parties Is Strictly Voluntary And No Monetary Compensation Will Be Provided For Response Preparation.
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Soon13 Feb 2025
Tender AmountRefer Documents
Details: Rfp No: W912dw25r0015 rfp Title: P97462 Supply Storage Activity Warehouse, Joint Base Lewis Mccord (jblm), Wa, Joint Base Lewis-mccord, Washington rfp Posted Date: On Or About 13 January 2025 offeror Response Due Date: On Or About 12 Febuary 2025 magnitude Of Construction: Is Between $25,000,000 And $100,000,000. psc Code: Y1jz Construction Of Miscellaneous Buildings naics Code: 236220 Commercial And Industrial Building Construction classification Code: Y - Construction Of Structures And Facilities set Aside: 8 (a) Set-aside ================================================================ for Information Only: This Synopsis Is Only A Notification A Request For Proposal (rfp) Is Anticipated And Forthcoming. All Questions Regarding This Synopsis Should Be Submitted In Writing Via Email To The Contract Specialist As Noted Below. the United States Army Corps Of Engineers (usace) Seattle District Anticipates Solicitation And Award Of A Firm-fixed Price Contract Resulting From Rfp W912dw25r0015. This Requirement Is A Design-build Project To Design And Construct A Supply Storage Activity Warehouse At Joint Base Lewis-mccord, Washington. the Request For Proposal (rfp) Will Be Available To All Business Firms With An Active Sam Registration. The North American Industry Classification System (naics) Code Is 236220 Commercial And Industrial Building Construction With A $45m Size Standard. in Accordance With Department Of Defense Federal Acquisition Regulation Supplement (dfars) 236.204, The Estimated Magnitude Of Construction Is Between $25,000,000 And $100,000,000. 100 Percent (%) Payment And Performance Bonds Will Be Required. project Description: project Consists Of Construction Of A New One-story 21,500 Sf Supply Storage Warehousebuilding, Two Stand-alone Canopies, Hardstand Areas, Paved Drives, And Parking Areas, Newlylandscaped Areas, Fencing, And Associated Walks, Site Drainage And All Associated Utilities On An Approximate 7-acre Site Of Lewis-main. (jblm) the Contractor Shall Furnish Separate Space For The Exclusive Use Of The Government. The Officespace Shall Include Approximately 700 Square Feet For The Exclusive Use Of The Government(minimum Two Offices, One Conference Room, One Restroom, And One Kitchenette Area) Withpower, Water, Appropriate Office Furniture, Heat And Air-conditioning, And Perform Any Necessary Maintenance. Each Office Shall Have A Minimum Of One Window With Operable Window Blinds. Electrical And Communications Outlets Shall Be Provided For Each Office Area And The Conferenceroom. Each Single Occupancy Office Area Shall Be Furnished With One 3-foot By 5-foot Desk Andone 3-foot By 5-foot Plans Table. The Desks Shall Each Have Side Drawers And A Lockable Centerdrawer, For A Minimum Of Five Drawers. The Plans Tables Shall Each Have One Central Drawer.each Double Occupancy Office Area Shall Be Furnished With Two Desks And Two Plans Tables Of The Same Type As The Single Occupancy Office Areas. Provide One Five-wheeled, Padded, Ergonomic Desk Chair For Each Desk. Each Single Office Shall Have A Four-legged, Padded "guest Chair" Similar To The Ergonomic Swivel Chairs And Roller Mat. Double Occupancy Offices Shall Have Two Four-legged, Padded "guest Chairs" Similar To The Ergonomic Swivel Chairs And Roller Mat. Each Single Office Area Shall Be Furnished With A 12-inch By 18-inch By 6-foot Metal Locker With A Shelf, Coat Hanger Rod, And Three Clothes Hooks. Double Occupancy Offices Shall Have Two 12-inch By 18-inch By 6-foot Metal Lockers With A Shelf, Coat Hanger Rod, And Three Clothes Hooks. Provide One Minimum 3-foot By 4-foot Whiteboard For Each Single Occupancy Office And Two Minimum 3-foot By 4-foot Whiteboards In Each Double Occupancy Office. Provide Two Mobile Plan Stands With Twelve Hanging Clamps Each. The Conference Room Shall Be Furnished With A 3.5-foot By 8-foot Conference Table, Six Padded Chairs Similar To The Ergonomic Swivel Chair And One 4-foot By 8-foot Whiteboard. Provide One Walk-off Mat At Each Building Entrance. Provide Two Ten-pound, Multi-purpose, Dry Chemical Fire. offerors: Please Be Advised Of On-line Registration Requirement In The System For Award Management (sam) Database Http://www.sam.gov/ And Directed Solicitation Provisions Concerning Electronic Annual On-line Representations And Certifications. Representations And Certifications Are Required To Be Updated Annually As A Minimum To Keep Information Current, Accurate And Complete. on Or About, 13 Jan 2025, [nsfcuc(1]the Rfp Documents For This Project Will Be Available Via The Website Https://sam.gov/ Under Contract Opportunities W912dw25r0015. Your Firm Must Be Registered With Https://sam.gov/ To Download The Rfp Documents. No Cd’s Or Hard Copies Will Be Made Available. Downloads Are Available Only Through Https://sam.gov/. Offerors Are Responsible For Checking Https://sam.gov/ Frequently For Any Update(s) To This Notice. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Document(s) At The Referenced Website. To Obtain Automatic Notifications Of Updates To This Rfp, You Must Log In To Https://sam.gov/ And Add The Rfp To Your “watchlist.” If You Would Like To List Your Firm So Others Can See You Are An Interested Vendor, You Must Click The “add Me To Interested Vendors” Button In The Listing For This Rfp. Your Firm’s Proposal Shall Be Submitted Electronically Through The Procurement Integrated Enterprise Environment (piee) Solicitation Module At Https://piee.eb.mil/. to View The Rfp When Posted, Vendors Must Have An Active Registration In Sam.gov. for Piee Registration, Training, And Instructions For Posting An Offer, Refer To The Following Links: piee Registration: Https://piee.eb.mil/ note: There Are Two Vendor Roles (proposal Manager, Proposal View Only) For Piee Solicitation Module. The Proposal Manager Role Is Required To Submit An Offer To A Solicitation. Please Be Advised That When Using The Piee Solicitation Module, The User’s Email Address In Piee Must Match The Email Address On File In Sam.gov. piee Solicitation Module: training And Instructions Are Accessible Through Piee – Web Based Training (wbt) At Https://pieetraining.eb.mil/wbt/ (for Instructions Specific To Posting An Offer, Select; Solicitation Module è Proposals (offers) è Posting Offer) for Frequently Asked Questions (faqs) And Additional Training, Go To The Dod Procurement Toolbox – Solicitation Module At Https://dodprocurementtoolbox.com/site-pages/solicitation-module point-of-contact: the Point-of-contact For Administrative Or Contractual Questions Is Linda O’brien At Email: Linda.s.obrien@usace.army.mil. Once The Rfp Has Been Issued, All Questions Must Be Submitted In Accordance With The Rfp Instructions. [nsfcuc(1]i Think The Date Is About Right But Can We Maybe Push It Back To April 17? That Way If The Peer Review Comes Back Early Ready To Issue, Then We Don't Have To Sit Around Waiting.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Soon13 Feb 2025
Tender AmountRefer Documents
Details: Page 1 Of 5 page 1 Of 13 page 1 Of 5 pre-solicitation Notice For A Service Disabled Veteran Owned Small Business (sdvosb) Contractor To Provide A Firm Fixed Price Indefinite Delivery/indefinite Quantity (idiq) Contract With A Five-year Ordering Period For Pre-arranged Non-emergent Wheelchair Transportation Services For The Va Maine Healthcare System. Below Is The Proposed Performance Work Statement. the Full Solicitation Will Be Posted On The System For Award Management (sam) Located At Https://www.sam.gov On Or About March 6th, 2025, As A Sdvosb Set-aside. The Applicable Naics Code Is 485991 With A Size Standard Of 19 Million. The Psc Is V212. All Interested Parties Should Register Via The Sam Portal At Https://sam.gov To Be Eligible For Participation In The Solicitation. It Is The Responsibility Of The Offeror To Monitor And Download Amendments From Sam Which May Be Issued To This Solicitation. Prospective Firms Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award. **funding Has Not Yet Been Secured** performance Work Statement i. General Overview:
the Va Maine Healthcare System Requires A Contractor To Furnish Wheelchair (wheelchair) Van Transportation Services To Its Beneficiaries. The Contractor Must Provide All Equipment, Personnel, Supervision, And Support To Provide These Transportation Services. This Contract Shall Have A Five Year Ordering Period. The Government Seeks One Primary Contractor (or Transportation Broker) That Will Handle These Services And The Logistics Of Establishing Subcontracting Networks (if Necessary) To Perform The Work Outlined Herein. The Primary Intent Of This Contract Is For Prearranged Non-emergency Transportation. All Services Will Be Provided In Accordance With The Terms And Conditions Of This Contract And Industry Accepted Quality Standards Highlighted In This Sow. The Intent Is To Establish An All Inclusive Price To The Greatest Extent Possible By Establishing A Fixed Price Per Trip For Routine Transports. the Maine Healthcare System Includes The Togus Va Medical Center Located At 1 Va Center In Augusta, Me And The Following Community Based Outpatient Clinics (cboc S): Bangor, Lewiston, Portland, Rumford, Lincoln, Presque Isle And Calais Addresses Listed. Services Include Transportation To And From Togus Va, Cboc S Or Va Authorized Appointments In The Community. Bangor Va Clinic Lincoln Va Clinic
35 State Hospital Drive, Bangor, Me 99 River Road, Lincoln, Me Portland Va Clinic Rumford Va Clinic
141 West Commercial St. Portland, Me 10 Railroad St. Rumford, Me lewiston Va Clinic Calais Va Clinic
15 Challenger Drive, Lewiston, Me 50 Union St, Calais, Me Presque Isle Va Clinic
732 Main St, Presque Isle, Me ii. Tasking/specifications: general: Contractor Will Furnish Monday-friday (7:00am 6:00pm) Wheelchair Van Transportation Service For The Beneficiaries Of The Va Maine Healthcare System. Service To Include Transport To And From Togus Va Medical Center (vamc), Va Maine Hcs Community Based Outpatient Clinics, And Any Healthcare Appointment Locations Located In The Community. number Of Patients: It Is Understood And Agreed That 1 Or 2 Patients Can Be Transported Together (combined Trip) By The Request Of Va Maine As Long As Vendor S Vehicle Can Appropriately & Safely Accommodate Patients Including Their Wheelchairs. An Authorized Official Of Va Maine May, In The Interest Of The Patient, Allow A Relative Or Aide To Accompany Him/her At No Extra Charge To The Government. The Contractor Must Ensure That The Pick-ups And Drop-offs Are Scheduled So That The Total Distance Traveled Will Result In The Most Economical Charge To The Government. waiting Time: For Time Waiting At Either End Or Both Ends Of A Trip Due To Causes Beyond The Contractor S Control (e.g. Patient Not Ready For Pick Up) The Contractor Will Be Reimbursed At The Wait Time Rate Quoted In Their Bid For Each Full Quarter Hour In Excess Of One-quarter Hour From The Time Contractor Reports To The Pickup Point. Contractor Shall Arrive To Pickup Point Within 15 Minutes Of Scheduled Pickup Time. For Round Trips, A Scheduled Pick Up Time Will Be Given For The Contracted Driver To Return To Pick Up Patient. There Is No Waiting Time Reimbursement While Patient Is Attending Appointments. If The Pickup Is Other Than At The Va Maine, The Contractor Will Call The Mobility Manager (mm) Or Administrator On Duty (aod) After Hours As Soon As They Anticipate That A Delay May Develop For Which They Expect To Claim Reimbursement. This Call Is Only For The Purpose Of Verifying Arrival Time At The Pickup Point And Is Not Necessary If The Contractor Anticipates No Delay For Which They Will Claim Reimbursement. completed Trip: When Wheelchair Van Service Under The Terms Of This Contract Involves Pick-up Of A Patient Who Is To Be Brought To Togus Vamc, A Cboc Or To A Va Community Care Appointment, The Trip Will Be Considered Complete When The Patient Is Delivered By Driver To The Requested Destination. non-pickup Of Patient: When Wheelchair Van Service Involves A Trip To Or From Togus Vamc Or Transfer From Community Hospital Or Patient S Residence And Patient Refuses Transport Or Due To Unforeseen Circumstances Or The Patient Unstable For Pick-up, The Contractor Will Collect For The Trip At The Base Rate Applicable Under The Schedule Portion Of This Contract. rates: Rates Will Apply Monday-friday Normal Business Hours (7:00am 6:00pm). Payment For Mileage Traveled Beyond A Base Trip (25 Miles) Will Be Limited To One Way Only For The Distance Over Which The Patient Is Transported. The Contractor Shall Receive The Base Rate Quoted In The Schedule For All One-way Trips Ordered. The Base Rate Shall Constitute Full Compensation For One-way Trips Which Do Not Exceed The Mileage Threshold As Defined Herein. The Contractor Will Only Receive Additional Mileage Payment For Mileage Exceeding 25 Miles For A One-way Base Trip. toll Charges: It Is Agreed And Understood That The Prices Quoted In The Schedule Do Not Include Any Ferry, Bridge, Tunnel Or Road Toll Charges. Any Such Legitimate Toll Charges Incurred Shall Be Limited To One-way Only And Shall Be Listed Separately On Contractor's Invoice. problems In Transport: Any Adverse Events Incurred During The Transport Of Our Patients Will Be Recorded And Reported To The Mobility Manager At The Togus Va And Recorded In The Incident Reporting System Within 2 Hours Of Incident. patient Welfare And Abuse: The Contractor Shall Be Held Responsible For Patient Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Government Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches Or Personal Belongings Will Be Replaced By The Contractor At No Additional Cost To The Government Or Beneficiary. The Government Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. Any Abuse Of Patients Will Be Grounds For Default Action Or Termination Of The Contract. In The Event A Patient's Develops A Medical Condition During Transport, The Contractor Shall Transport The Patient To The Closest Facility Appropriate For The Required Care. no Idle Policy: At No Time Will The Contractor Leave Vehicles On Va Premises Unless A Pick-up Or Delivery Is In Process. Once A Patient Has Been Removed From Vehicle And The Running Vehicle Will Be Removed From The Drop Off Point. If Driver Is Waiting For Patient, He Is To Remain With Vehicle (not Idling) Until Patient Arrives For Return Ride. iii. Ordering Procedures: requests For Services Will Be Recorded On The Daily Travel Manifest And Furnished To The Contractor Via Telephone. These Requests Will Be Communicated By The Travel Dept., No Later Than 4:00 P.m. Prior To The Day The Transportation Is Required. Poc Mobility Manager Or Transportation Coordinator (623-8411, Ext 5693, 2262 Or 4910). The Following Information Shall Be Provided By The Va To The Contractor: beneficiary Name (first And Last Name)
social Security Number/date Of Birth
pick Up Point (include Address, Telephone #, City, State, Bldg. And/or Room Number If Applicable)
destination
time Of Pick Up
support Required Or Items To Accompany, (escort, Other Items)
additional Information As Needed (whether There Are Papers, Medications Or Other Items To Be Transported With The Beneficiary And Location Of Those Items)
including Any Specific Physician Instructions a Listing Of Va Personnel Authorized To Communicate The Arrangement Of Wheel Chair Van Services Will Be Forwarded To The Contractor After Award Of Contract. Updated Listings Shall Be Provided To The Contractor When Required During The Term Of The Contract. in The Event That A Beneficiary Misses His/her Scheduled Appointment Due To Pick Up Delay, The Va Shall Reschedule The Trip. If Additional Charges Are Incurred By The Va For The Rescheduled Trip Said Additional Charges Shall Be The Responsibility Of The Contractor. The Va Shall Notify The Contractor When These Cases Are Identified. when Veterans Call For Service, The Contractor Is Not To Transport Patients Who Call Them For Transport Unless Authorized For Payment By The Mobility Manager Or Transportation Coordinator.
patient Pick-up And Delivery From/to Va Maine: The Mobility Manager Or Transportation Coordinator Will Specify Location To Pick Up Patient. Primarily It Will Be From The Lobby Of Bldg. 200 For All Trips Made To The Togus Vamc.
in Case Of Inclement Weather, The Decision As To Whether Or Not A Va Beneficiary Shall Be Transported Shall Be Made Mutually By The Mm Or Tc And The Contractor. when More Than 1 (one) Beneficiary Is Transported, In A Single Vehicle, The Longest Distance Transported May Be Claimed In Addition To The Base Rate For One Beneficiary Plus The Established Rider Rates For The Remaining Beneficiaries. Trip Mileage Shall Be Determined In Accordance With The Current Bing Map Internet Version. The Contractor Shall Ensure That Pickups And Drop-offs Are Made So That The Total Distance Traveled Shall Result In The Most Economical Charge To The Government. When More Than One Beneficiary Is Transported Within The 25-mile Radius In A Single Vehicle To Close Destinations, A Base Rate May Be Charged For One Beneficiary And Rate For Additional Beneficiary For The Remaining Beneficiaries. ordering Officers Will Be Authorized To Place Orders Against This Contract. The Contracting Officer Will Furnish The Contractor With The Names Of Individuals Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. When Ordering Officers Are Added After Award, The Contracting Officer Will Furnish The Contractor With The Names Of Individuals Authorized As Ordering Officers, By Memorandum Upon Ordering Officer Appointment. Ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. iv. Contractor S Quality Control Program (qcp) the Contractor Shall Establish And Maintain Quality Control Program To Ensure All Contract Requirements Are Met. The Contractor S Qcp Shall Include The Following Or Have Incorporated Into During Performance Of The Contract, At A Minimum:
an Inspection Plan Covering All Services Required By This Contract. The Inspection Plan Shall Specify The Areas To Be Inspected On Either A Scheduled Or Unscheduled Basis And How Often Inspections Shall Be Accomplished And Documented, And The Title Of The Individual(s) Who Shall Perform The Inspections. on-site Records Of All Inspections Conducted By The Contractor Noting Necessary Corrective Action Taken. The Government Reserves The Right To Request Copies Of Any And/or Each Inspection. The Methods For Identifying And Preventing Deficiencies In The Quality Of Service Performed, Before The Level Of Performance Becomes Unacceptable And Organizational Functions Noting Intermediate Supervisory Responsibilities And Overall Management Responsibilities For Ensuring Total Acceptable Performance. The Contractor Shall Maintain On-site Records Of All Vehicle Maintenance And Repairs Performed On Vehicles Used In The Performance Of This Contract. The Contractor Shall Institute Methods To Identify And Prevent Vehicle Breakdowns, With Detailed Procedure For Alternative Transportation Of Beneficiaries In The Event Of Mechanical Breakdown Of Vehicle. the Contractor Shall Maintain On-site Records Identifying The Character, Physical Capabilities, Certifications And Ongoing Training Of Each Employee Performing Services Under This Contract. The Contractor Shall Have Methods Of Identifying And Preventing Radio Communication Breakdowns And Provide A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown. the Contractor Shall Maintain On-site Records Of Any Complaints Or Problems With Procedures Taken To Allow For Corrections And/or Elimination Before Effects Caused Interruption Of Contract Performance. The Contractor Shall Participate In Quarterly Scheduled And/or Unscheduled Conference Calls With The Va Representatives To Provide A Report Of On-going Operational Issues. the Contractor Shall Have A System That Verifies The Licenses And Driving Records Of Individuals Operating The Vehicles. The Contractor Shall Make This Information Available For Review By The Va Upon Request. v. Performance Standard: 1.general: Contractor Shall Maintain A 98% Satisfaction Rate Per 100 Trips To Be Considered As Providing Acceptable Performance. Acceptable Performance Is Considered As Having No More Than Two (2) Valid Complaints Per 100 Trips. Validity Of Complaint Is To Be Determined By The Cor. the Contractor Shall Maintain At A Minimum, A 95% Compliance Rate On Response To Pick-up Or Deliver During The Contract Year. If The Contractor Fails To Provide Service Within The Time Frames Specified Herein, The Government Reserves The Option Of Either Obtaining Service From An Alternate Source And Charging The Contractor With Any Excess Costs Accrued Or Assessing A Fee For Each Late Pick -up. 2.vehicle And Regulatory Standards: Successful Offeror Shall Meet All Requirements Of Federal, State, Or City Codes Regarding Operations Of This Type Of Service. Further, All Vehicles Must Be Equipped With All Items Specified By Federal 49 Cfr Parts 27, 37, And 38, Transportation For Individuals With Disabilities (most Current Volume), State And Local Laws, Ordinances, Codes, Rules, And Regulations. A Minimum Acceptable List Is Detailed In The Evaluation Criteria Under The Proposal Preparation Instructions, Volume Ii (technical). 3.mileage: To Determine What Is Considered Reasonable Mileage, Va Will Utilize Bing Maps Internet Version (internet Address: Http://www.bingmaps.com ) Quickest Route Computations. Unless Specifically Approved By Travel For Extenuating Circumstances, Requests For Payment Of Mileage Determined Not Reasonable By The Va Will Not Be Paid. Contractor Must Ensure That Pickups And Drop-offs Are Scheduled So That The Total Distance Traveled Will Result In The Most Economical Charges To The Government. 4.inspection Of Contractor Facilities/vehicles: The Government Reserves The Right To Thoroughly Inspect And Investigate The Facilities, Vehicles, And Business References, Of Any Offeror And To Reject Any Proposal, Irrespective Of Price, That Shall Be Administratively Determined To Be Lacking In Any Of The Essentials Necessary To Ensure Acceptable Standards Of Performance. 5. Passenger Transportation:
contractor Shall Provide Wheelchair Van Transportation Services Five (5) Days Per Week, During Normal Business Hours, 7:00am To 6:00pm. If A Beneficiary Being Transported Declines To Be Properly Belted; He/she Will Not
be Transported. The Cor Or Designee Will Be Notified Promptly. If The Beneficiary Removes The Securing Devices During The Trip, The Driver Will Notify The Cor Or Designee Of This Upon Arrival At Destination. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. Contractor Drivers Shall Ensure Proper Loading/unloading Techniques Are Followed At All Times. Beneficiaries In Wheelchairs Shall Be Loaded Onto Lifts, Ensuring All Safety Systems Are Working Properly, E.g. Roll Back Stops, And The Driver Must Ride The Lift With The Beneficiary During Loading/unloading. Beneficiaries In Motorized Scooters Must Transport To A Vehicle Seat. No Beneficiary Shall Be Allowed To Ride A Motorized Cart (scooter) On The Vehicle Lift At Any Time. The Contractor Shall Ensure That Drivers Receive Appropriate Safety Training On Loading/unloading Techniques And Such Training Shall Be Documented And Made Available To The Cor Or Designee Annually And/or Prior To Contract Submission Or Renewal. Contractor Shall Provide Through The Door Assisted Service For All Beneficiaries To And From Their Designated Appointments If The Beneficiaries Can Beneficiaries Shall Be Picked Up On The Ward, In Their Homes, In The Clinics, Or At Other Areas Designated By The Va And Taken To The Authorized Destination Or Appointment. All Beneficiaries Shall Be Attended By An Authorized Responsible Party At All Times. Assistance In Maneuvering Stairs And Other Barriers Shall Be Provided By The Driver And/or Authorized Attendant When Necessary. These Services May Need To Be Provided Within Or Outside The Home (i.e., From The Door To The Vehicle. When The Beneficiary Is Delivered To A Destination (i.e., A Clinic Or Other Appointment), An Authorized Care Giver Or Medical Staff At The Destination Must Be Informed Of The Beneficiary S Arrival By The Contractor S Driver Or Authorized Attendant. the Contractor S Driver (or Authorized Attendant) Shall Observe The Beneficiary During Transport. Any Indication Of A Significant Change In The Beneficiary S Condition (i.e., Sudden Onset Of Rapid Or Labored Respiration, Complaints Or Chest Pains, Etc.) Shall Be Communicated Immediately To The Togus Travel Office 623-8411, Mobility Manager (mm) Ext. 4910 Or Transportation Coordinator (tc) Ext. 5693 Or 2261. After Hours, Aod Ex. 5523. If Necessary Driver May Need To Divert To The Nearest Healthcare Facility. contractor S Driver Shall Notify The Mm Or Designee, Of Any Unusual Events, Including But Not Limited To Accidents, Safety Problems, Beneficiaries Unfastening Themselves And Other Such Incidents That Occur, Which Involve Any Va Beneficiary Being Transported Under This Contract. The Cor Or Designee Shall Be Notified Within One (1) Hour Of The Occurrence Of The Incident(s) By Telephone And, If Requested By The Cor And/or Contracting Officer, A Written Report Of The Incident(s) Will Be Delivered To The Cor Or His/her Designee By Close Of Business The Next Working Day. Restrictions: The Contractor May Not Transport Non-va Contract Beneficiaries Or Private-pay Beneficiaries With Va Beneficiaries Under This Contract. No Beneficiary En-route In Any Transport Shall Be Transferred From The Original Vehicle To Another Vehicle At A Location Other Than The Destination Address Supplied By The Travel Office, Unless Extraordinary, Urgent Need Situations Arise. All Such Events Shall Be Reported To The Travel Office. Drivers Shall Not Make Non-emergent Stops For Any Reason, During Any Beneficiary Transport Under This Contract. While Transporting Va Beneficiaries Under This Contract, Only Authorized Drivers Or Attendants, Or Beneficiary S Family Member Or Representative, Shall Be Allowed In The Vehicle. The Number Of Riders In Any Vehicle Shall Not Exceed The Number Of Approved Safety Restraints Available In The Vehicle. The Contractor Shall Have A Contingency/backup Plan In The Event The Contractor Is Unable To Perform Services Or Have Services Performed As Required. The Contractor Shall Immediately Notify The Va Travel Section And Provide Justification For Non-performance And Initiate The Contingency/backup Plan. Non-emergency Attendant/drivers Must Be Capable To Administer Oxygen And Have Successfully Completed The Standard Or Advanced First Aid Courses Of The American Red Cross Or U.s. Bureau Of Mines Or Equivalent. Proof In The Form Of A Current Certificate That Such First Aid Training Has Been Successfully Completed Must Be Submitted With Offeror S Proposal And Available Upon Request. All Contractor Personnel Performing Contract Services Shall Meet The Qualifications And Be Licensed As Specified In The Contract, As Well As Any Qualifications Required By Federal, State, County And Local Government Entities From The Place In Which They Operate. The Qualifications Of Such Personnel Shall Also Be Subject To Review By The Va Chief Of Staff And Approval By The Va Facility Director. the Contractor Shall Be Responsible For Protecting The Personnel Furnishing Services Under This Contract. To Carry Out This Responsibility, The Contractor Shall Provide The Following For These Personnel:
- Workers Compensation - Professional Liability Insurance - Health Examinations - Income Tax Withholding - Social Security Payments the Parties Agree That Such Personnel Shall Be Considered Employees Of The Contractor And Shall Not Be Considered Va Employees For Any Purpose. drivers And Authorized Attendants All Contractor S Drivers Shall Be Required To Wear, In A Readily Observable Area On The Employee, A Contractor Supplied Photo Identification Badge Containing The Name Of The Driver Or Attendant, And The Contractor S Business Name, Or Company Uniform, That Is Acceptable To The Contracting Officer, Which Identifies The Drivers While Performing Any Aspect Of Service Prescribed In This Contract. Contractor Shall Be Responsible For Appropriate Driver Screening And Selection Criteria When Employing Drivers. Such Screening Shall Include But Not Limited To Testing Drivers For Prohibited Drug Use And Alcohol Misuse, And A Criminal Background Check To The Maximum Extent Permitted By Law. all Contractor S Drivers Shall Have Passed The American Red Cross First Aid Course And Have On File A Current Certificate (renewable Every Three Years) To Be Made Available To The Contracting Officer Upon Request all Contractor S Drivers Shall Have Passed The American Red Cross Adult Cpr Course And Have On File A Current Certificate (renewed Annually) To Be Made Available To The Contracting Officer Upon Request. All Contractor S Drivers Shall Perform Such Duties That Require The Use Of The Above Training And Certification; I.e. Transferring Beneficiaries, Helping Transfer Beneficiaries, As Needed. All Contractor S Drivers Shall Have The Physical Capabilities To Provide Special Assistance To The Beneficiaries When Transporting Beneficiaries To The Medical Center, Private Residence, Nursing Homes, Etc. The Contracting Officer/cor Reserves The Right To Prohibit Specific Drivers From Participating In The Loading, Transporting, And Unloading Of Beneficiaries Should It Be Determined The Driver Has Engaged In Unsafe Practices. The Contractor Shall Promptly Replace Any Personnel Removed From The Performance Of Services. This Determination Will Be At The Sole Discretion Of The Contracting Officer/cor And Will Be Based Upon Documented Evidence. All Contractor S Drivers Shall Maintain A Valid Operator Or Chauffeur S License, Required To Operate The Type Of Vehicle Necessary To Perform The Service, As Required By The State Of Maine. Contractor Shall Provide, Upon Request Of The Contracting Officer, A Copy Of The Valid License Of All Drivers Performing Under This Contract. Drivers At A Minimum Are Required To Have A Background Check Prior To Transporting Veterans Which Shall Include But Not Limited To A Finger Check Run Through An Fbi Data Base With Favorable Determination, And Each Of The Drivers Shall Prior Have A Desk Review Of Their Driving Records And Active Licenses. the Cor, Or Designee, May Require An Attendant Other Than The Driver To Accompany A Beneficiary For Wheelchair Van Transports. Rate Charges For Attendant Needed To Transport Beneficiary With Prior Authorization By The Va Applies. while The Vehicle Engine Is In Operation, Operator Telephone, Radio, Or Wireless Communications Shall Occur Only Via Hands Free Headset, Microphone, Or Other Hands Free Apparatus. contractor Conduct: The Va Places The Highest Priority On The Treatment Of Its Beneficiaries. The Contractor, Contractor S Employees, And Contractor S Representatives Shall Treat Each Beneficiary With Respect, Concern And A Professional Approach To Beneficiary S Dignity As An Individual And As A Beneficiary. All Communication Both Verbal And Non-verbal By The Contractor S Personnel, With And In The Presence Of The Beneficiary, Shall Be Conducted In A Professional Manner. The Contractor S Personnel Shall Conduct Themselves In A Professional Manner While Performing Any Aspect Of Service Related To This Contract At Or On The Grounds Of The Va Medical Center. All Va Medical Center Rules And Regulations Shall Be Adhered To By The Contractor Or Contractor S Personnel While Said Persons Are At Or On The Grounds Of The Medical Center. Beneficiary Privacy And Confidentiality: Contractor Shall Maintain The Confidentiality Of All Beneficiary Information And Records Associated With The Performance Of This Contract. Awarded Contractor Shall Be Required To Sign Business Associate Agreement (baa) As Mandated By The Health Insurance Portability And Accountability Act Of 1996 (hipaa). vi. Training Requirements: 1. To Be Eligible To Perform Under This Contract, Each Contract Employee Must Meet The Minimum Training Required Outline Below And Minimum Contractor Furnished Training Outlined In Paragraph (2) (c), (1) Through (8). 2. Contractor Furnished Training. a) The Contractor Shall Submit To The Contracting Officer Written Certification That Each Contract Employee Has Been Trained In The Subject Areas Outlined In Paragraph C Prior To Assignment Under This Contract. For Replacement Or New Employees Documentation Of Prior Training Must Be Submitted Or The Individual Contract Employee Must Complete The Required Training Before Being Employed In Support Of This Contract. b) All Formal Training Required Shall Be Administered (i.e., Taught, Presented) By Persons Who Are Certified As Being Qualified To Instruct Or Teach, The Specific Subjects Or Topics Required. Certification To Instruct The Specific Subject Shall Be In The Form Of A Certificate Issued By An Accredited Institution Of Learning (school, College, University), A Governmental (federal, State, County, Etc.) Educational Certification Body (agency, Board, Commission), Or By Documentation That The Person Instructing Has Sufficient Experience In/with The Subject To Be Able To Instruct The Subject In An Authoritative, Practical And Current Manner. c) In Addition To The Formal Training, The Contractor Shall Provide 16 Hours Of Orientation Training For Each Employee Fourteen (14) Days After His Or Her Initial Assignment To Duty. This Orientation May Be Accomplished While The Employees Are On Duty. The Contractor Shall Certify To The Cor As To The Completion Of The Orientation For Each Employee Within 45 Days Following Assignment To Duty. The Follow-up Orientation Should Include The Following Subjects And Instructional Time Periods As Well As Other Subjects As May Be Required: (1) Accident And Incident Reporting (2 Hours) (2) Safe Operation Of Emergency Vehicles (2 Hours) (3) Quality Assurance (2 Hours) (4) Fire And Emergency Preparedness Planning (2 Hours) (5) Handling Patient Complaints (1 Hour) (6) Infection Control (2 Hours) (7) Universal Precautions (policy And Procedure) (2 Hours) (8) Safety And Occupational Health Procedures (3 Hours) 3. Contractor Furnished Training - The Contractor Shall Submit To The Contracting Officer Written Certification Of The Follow-up Orientation. the Wheelchair Van Driver Must Be Enrolled In 'refresher" Continuing Education, Or Advanced Training Programs As Required By The Local Or State Government Entity In Which The Service Is Rendered To Veterans Or, A Yearly Basis. Such "refresher" Training Must Be Equivalent To That Developed By The Department Of Transportation Or National Highway Safety Administration. Evidence Of Successful Completion For "refresher" Training Must Be Provided To The Contracting Officer For Inspection. number Of Beneficiaries: It Is Understood And Agreed That No Vehicle Shall Transport More Individuals Than The Number Of Approved Safety Restraint Devices Installed In That Vehicle. When More Than One Beneficiary Is Transported On A Trip, Whether It Is To The Same Destination Or To Separate Destinations, Payment Shall Be Made In Accordance With The Terms Listed In Section E. Orders. vii. Contract Definitions And Acronyms: administrative Officer Of The Day (aod) Va Official That Works In The Admissions Area During Evenings, And Monitors Hospital Activities During Other Than Normal Business Hours. This Person Acts As Hospital Administrator During Off-hours.
base Rate The Base Rate Shall Constitute Full Compensation For One-way Trips Which Do Not Exceed The Mileage Threshold As Shown In Price/schedule Section Of Order.
beneficiary Veterans And Other Members Determined To Be Eligible For Benefits By The Va.
contracting Officer (co) Va Official With The Authority To Enter Into, Administer And/or Terminate Contracts And Make Related Determinations And Findings.
contracting Officer S Representative (cor) Va Official Responsible For Providing Contract Oversight And Technical Guidance To The Contracting Officer. Responsibilities Include Certification Of Invoices, Placing Orders For Service, Providing Technical Guidance, Overseeing Technical Aspects Of The Contract. All Administrative Functions Remain With The Contracting Officer.
contractor The Term Contractor As Used Herein Refers To Both The Prime Contractor And His/her Employees, And Any Subcontractors And Their Employees. The Contractor Shall Be Responsible For Assuring.
gender - For The Purpose Of Equal Rights, Wherever The Masculine Or Feminine Gender Is Used In This Solicitation, And The Resulting Contract, It Shall Be Considered To Include Both Masculine And Feminine Genders.
joint Commission A National Organization Dedicated To Improving The Care, Safety And Treatment Of Patients In A Health Care Facility And Environment.
loaded Mile Mileage Incurred With The Patient Actually On Board The Vehicle From The Point Of Pickup To Destination.
mileage Rate Mileage Rate For Transportation Services Is The Rate Paid For Each Mile Traveled Beyond The Specified Mileage Threshold. This Rate Applies To Loaded, One-way Transportation As Well As No Load Trips Outside The 25-mile Radius Of Any Of The Identified Drop-off Locations. In No Event Shall The Contractor Receive This Rate For Miles Traveled Within The Specified Mileage Threshold.
mobility Manager (mm): Poc At Va Maine Travel Dept., Also Is The Cor To Contractor. non Pick Up Of Patient (dry Run): When Wheelchair Van Service Involves A Trip To Or From This Medical Center Or Transfer From Community Hospital Or Patient S Residence And Patient Refuses Transport Or Due To Unforeseen Circumstances The Patient Unstable For Pick-up, The Contractor Will Collect For The Trip At The Rates Applicable Under The Schedule Portion Of This Contract. prorated Trips Any Trip In Which More Than One Veteran Is Transported By A Single Driver, Allowing Only The Mileage To Be Claimed To The Farthest Destination Of The Run.
quality Assurance Those Actions Taken By The Government To Assure Services Meet The Requirements Of This Contract.
quality Assurance Evaluator(s) Government Personnel Responsible For Surveillance Of Contractor Performance.
quality Assurance Surveillance Plan An Organized Written Document Used For Quality Assurance Surveillance. The Document Contains Specific Methods For Performing Surveillance Of The Contractor S Continuous Performance.
quality Control Those Actions Taken By The Contractor To Control The Production Of Goods Or Services, So They Will Meet The Requirements Of A Contract.
transportation Coordinator Tc Schedules Beneficiary S Trips, Covers For Mm In The Event Of A Problem Or Event Of Patient While On Route.
vamc Acronym For Department Of Veterans Affairs Medical Center.
vehicle(s) The Term Vehicle(s) As Used In This Contract Refers To Wheelchair Accessible Vans. waiting/waiting Grace Period Waiting As Used In This Contract Is Defined As The Time Required And Verified By Authorized Medical Facility Personnel, For The Contractor To Wait At Designated Pickup And/or Delivery Points In Performing Contract Services. Waiting Will Be Charged In Fifteen (15) Minute Increments.
South East Central Railway - SECR Tender
Scraps
Ireps
India
Closing Date21 Feb 2025
Tender AmountRefer Documents
Description: U/s & Scrap ¿erc Of Size, Bolt Of Size, M S Liner 60kg , Spl. Bearing Plate, Slide Chair Plate, Plate Screw Of Size, Sej Ci/bearing Plate, Block Of Size, Fish Plate 90r, Fish Plate Of Size, Gauge Tie Plate , Stretcher Bar , Bridge Angle, Cst-09 Plate, M S Plate Of Bridge, Hook Bolt Of Size, Guard Rail Bolt With Fittings, Sej Bracket Of Size.(remark- Material To Be Sold On As Is Where Is Basis And Material Will Be Delivered In Weight.)
South Central Railway - SCR Tender
Scraps
Ireps
India
Closing Date28 Feb 2025
Tender AmountRefer Documents
Description: Ms Scrap-kovvur Dump-pl N0:98050047(hsn Code-72042910) Cond & U/s Released Ms Scrap Consisting Of Ms Liners[7.2mt], Slide Chairs[6.000mt], Bearing Plates Spl Size[2.660mt], Joggled Fish Plates 52 Kg[2.844mt], Ms Brackets For Sej Of Sizes[0.550mt], Fish Plate 1 Mtr Long 52kg[0.588mt]; Stretcher Bars[0.240mt], Ms Bolts & Nuts Of Sizes[1.800mt],glued Joint Pcs 52kg & 60kg[2.330mt], Rail 52kg Pcs Below 1m Long[3.331mt] & 60kg Pcs Below 1m Long[5.590mt], Ms Scrap Of Heap Consisting Of Broken Ercs, Rail Pieces Of Different Poundages, Ms Clips, Bridge Hook Bolts, Bridge Channel Guard Rail Bolts, St Sleepers Broken Pieces, Tie Bar Pieces, Bolts, Nuts, Bridge Corroded Angulars Corroded/cracked Canted Bearing Plates, Spl.bearing Plates, Washers, Stretcher Bars, Brackets, Lugs, Rail Screw/plate Screws, Pieces Of Gate Leaves, Guage Tie Plates, Glued Joint Rail Pieces And Other Type Of Pway Fittings[3.107mt].total Qty:36.240 Mt. Cl-iii, Bg. Available At Kovvur Dump. Under Control Of Sse/pway/rjy. Delivery On Actual Weight Basis Ss No:220/bza/24-25, Tms Lot No:sse/pway/rjy/24-25/17..
1831-1840 of 2093 active Tenders