Chair Tenders

Chair Tenders

Lenzen Elbtalaue Office For The City Of Lenzen Tender

Civil And Construction...+1Civil Works Others
Germany
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: General building description: The client is planning to renovate the building at Neustadtstrasse 5 (former executioner's house) in Lenzen. The building is a listed building (individual monument). The building ensemble is made up of three building sections, each with its own roof structure and two or three smaller extensions. The oldest part of the building and part of the residential building is the so-called executioner's tower. The two-storey part of the building consists of brickwork with a 1.50 m high base structure. The wall thickness on the ground floor is 1-1.2 m and on the upper floor 40-50 cm. To the south of the tower, a half-timbered extension is attached as an extension to the residential building. The two-storey extension is built using carpentry as a half-timbered construction. The brick infills are coated with a colored lime slurry. The roof structure is a collar beam roof with a double standing chair. To the north-east, a rectangular stable building with a cantilevered upper floor adjoins the tower. The building is a purely half-timbered structure, filled with bricks and clay stakes. The roof is a gable roof with a collar beam roof as the roof support, with double-standing chairs. The roof covering is designed as a crown covering with plain tiles. An outbuilding, built as a solid, two-storey building with a pent roof and a brick facade, borders the ensemble at the north-west corner of the property. According to the expert reports, all parts of the building have significant structural defects and damage caused by moisture and dry rot. The planned services include the renovation of the damaged findings and the structural reinforcement of undersized structural components. The following construction measures are to be carried out: scaffolding, demolition work, bricklaying and plastering work, carpentry, roofing, joinery, painting The overall work will be awarded and carried out according to combined or individual trades in accordance with the following division into lots: Lot 2 - scaffolding Lot 3 - demolition work Lot 4 - main construction trade Lot 5 - carpentry Lot 6 - roofing Lot 7 - joinery Lot 8 - painting Subject of this tender: Lot 5 - carpentry With the following essential services: 40 m bracing of facade openings 30 m² removal/disposal of lightweight partition walls 200 m² dismantling of historic floorboards 80 m structural upgrading_hbd_intermediate layer 5 pieces of beam head renovation / wooden straps 15 m³ construction timber, C24, delivery, pine 250 m half-timbering renovation as traditional joinery 15 m³ Construction timber, Ls10, D30, sharp-edged, delivery, -20/20, oak 100 fitting pieces made of wood in traditional carpentry 45 m roof construction parts, damaged 6 pieces rafter foot renovation as an allowance 350 m² wood protection 80 m roof construction parts, renovation 50 m construction fence, boards, joinery

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Description: Page 2 Of 2 page 2 Of 2 (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Number 36c26225q0398 Is Issued As A Request For Quotation (rfq). (iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular. (iv) The Us Government, Veterans Affairs (va) Seeks To Make Procurement For A Root Monitoring System. (v) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics Code 334510 Having A Size Standard Of 1,250 Employees. (vi) Product Information: *the Brand Name Manufacturer Is Piezosurgery Inc* manufacturer Part # item Description quantity 3120134a accessories - Led Handpiece W/ Infusion Set And Surgical Tray 02 Ea 3230006 accessories-disposable Infusion Set 50 Ea 3900004 cleaning Supplies - Enzymec - Enzymatic Detergent (1-liter Bottle) 02 Ea 11026300a0006 monitor Shelf Multicare generic Name: Monitor Shelf At The Foot Of The Bed 70 Ea cr-ec100hr-1 pivp Insert (mc)|hdiv-mount (mc/e4/e5) Chr. Vert. O2 Holder generic Name: O2 Tank Holder 70 Ea s6011710-02 iv Pole Bush, Assembly Metal+plastic Ral 9006 generic Name: Iv Pole Bush 70 Ea 4maplucn0306 removable Heavy Duty Iv Pole 70 Ea 4gmkls000003a kit Of Stabilizing Pads For Aggressive Pulmonary Complications. 9 Parts/set. generic Name: Stabilizing Pads Kit 2 Ea salient Characteristics icu Bed Systems With Mattresses must-have: 1 at Least 550 Lb. Safe Working Load Capacity 2 frame-based Lateral Turn Assist: Q2h, Repositioning, Cares. 3 microshifting W Frame-based Turn: 1 Degree Increments 4 frame-based Automatic Lateral Rotation Therapy (alt) 5 mobile Lift: Built-in Sit-to-stand Device 6 ergoframe To Prevent Patient Migration 7 vascular Positioning With One Touch Button 8 braking Safety Feature: Automatically Locks Within 1 Minute After Plugin 9 adjustable Speed Motorized Transport 10 combined Lateral And Transversal Tilt 11 dual Usb Chargers In The Upper Side Rail 12 5th Wheel (retractable) 13 double Castors - 5.9" 14 integrated Scale 15 exam Light On Patient Pendant 16 interactive Quick Guides On The Touchscreen 17 undercarriage Obstruction Detection 18 multizone Bed Exit Alarm 19 hands-free Foot Control For Examination Position 20 hands-free Foot Control For Low Position 21 electric Bed Extension And Retraction 22 patient Control Pendant 23 one-touch Chair Position 24 hands-free Foot Control For Turn Assists Of At Least 15 Degrees 25 translucent Deck For C-arm Compatibility 26 weight Of Bed Between 454-606lb 27 open Architecture (can Use Any Standard Mattress With Bed Frame) 28 surface Dual Cover Zone: Slick Middle, Tackier Sides For Safety 29 surface Has Removable Xray Sleeve For Cleaning 30 surface Mobile Mode (adjustable As The Patient Becomes More Alert) 31 surface Prom Mode (adjustable) 32 surface Bod Sensors offeror Quotations Must Demonstrate Meeting The Salient Physical, And Functional Characteristics Included In This Solicitation, Otherwise, They Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per Far 52.211-6. the Information Provided Above Is Intended To Be Descriptive, Not Restrictive, And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Satisfy The Requirement By Providing The Brand Name Or Equal To The Supplies Being Requested. (vii) Delivery Requirements: place Of Delivery va Greater Los Angeles Healthcare System | 11301 Wilshire Blvd | Los Angeles, Ca 90073 period Of Performance/delivery Timeframe: deliver All Items And Provide Any Required Installation No Later Than 30 Days From The Award Date. (viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation. far 52.212-1 Addendum: all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than Friday, February 17, 2023 At 1:00 Pm Pst. Ensure To Reference Solicitation Number 36c26223q0528 Within The Subject Line Of The Email. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late And Will Not Be Considered For Award. Any Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than Tuesday, February 14, 2023 At 3:00 Pm Pst. offers And Questions Shall Be Sent By Email To Contract Specialist Deronte Reid At Deronte.reid@va.gov. authorized Distributor Letter (adl) any Suppliers, Distributors, And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Items By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award. if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer. (ix) The Provision At Far 52.212-2, Evaluation -- Commercial Products And Commercial Services (nov 2021), Applies To This Solicitation. far 52.212-2 Addendum / Replacement: (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price, And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: the Lowest-priced Quotation That Meets All Salient Characteristics Requirements That Are Both Responsive And Responsible. acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to-items Meet All The Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See Far 52.211-6 Brand Name Or Equal For Additional Information. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) (x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Products, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information. (xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Products And Commercial Services, Applies To This Acquisition. 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022) (a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights (1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And (2) Before Any Substantial Change Occurs In The Condition Of The Item, Unless The Change Is Due To The Defect In The Item. (b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract. (c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties. (d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Federal Acquisition Regulation (far) 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract. (e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference. (f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence. (g) Invoice. (1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include (i) Name And Address Of The Contractor; (ii) Invoice Date And Number; (iii) Contract Number, Line Item Number And, If Applicable, The Order Number; (iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered; (v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading; (vi) Terms Of Any Discount For Prompt Payment Offered; (vii) Name And Address Of Official To Whom Payment Is To Be Sent; (viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And (ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract. (x) Electronic Funds Transfer (eft) Banking Information. (a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract. (b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures. (c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft. (2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315. (h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings. (i) Payment. (1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract. (2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315. (3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause. (4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made. (5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall (i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The (a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment); (b) Affected Contract Number And Delivery Order Number, If Applicable; (c) Affected Line Item Or Subline Item, If Applicable; And (d) Contractor Point Of Contact. (ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer. (6) Interest. (i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid. (ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract. (iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If (a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days; (b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or (c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2). (iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment. (v) Amounts Shall Be Due At The Earliest Of The Following Dates: (a) The Date Fixed Under This Contract. (b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination. (vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On (a) The Date On Which The Designated Office Receives Payment From The Contractor; (b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or (c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor. (vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In Far 32.608-2 In Effect On The Date Of This Contract. (j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon: (1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or (2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination. (k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties. (l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided. (m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience. (n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession. (o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract. (p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items. (q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract. (r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 4701 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity. (s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order: (1) The Schedule Of Supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause; (3) The Clause At 52.212-5. (4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software. (5) Solicitation Provisions If This Is A Solicitation. (6) Other Paragraphs Of This Clause. (7) The Standard Form 1449. (8) Other Documents, Exhibits, And Attachments (9) The Specification. (t) [reserved] (u) Unauthorized Obligations. (1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern: (i) Any Such Clause Is Unenforceable Against The Government. (ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause. (iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement. (2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures. (v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract. (end Of Clause) (xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products, Applies To This Acquisition. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (dec 2022) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [x] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). [] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). [] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) [x] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (5) [reserved] [] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [x] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note). [x] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). [] (10) [reserved] [] (11) 52.219 3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a). [] (12) 52.219 4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). [] (13) [reserved] [] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-6. [] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-7. [x] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2022) (15 U.s.c. 637(d)(2) And (3)). [] (17)(i) 52.219 9, Small Business Subcontracting Plan (oct 2022) (15 U.s.c. 637(d)(4)). [] (ii) Alternate I (nov 2016) Of 52.219-9. [] (iii) Alternate Ii (nov 2016) Of 52.219-9. [] (iv) Alternate Iii (jun 2020) Of 52.219 9. [] (v) Alternate Iv (sep 2021) Of 52.219 9. [] (18)(i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). [] (ii) Alternate I (mar 2020) Of 52.219-13. [] (19) 52.219 14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). [x] (21) 52.219 27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15 U.s.c. 657f). [x] (22) (i) 52.219 28, Post-award Small Business Program Rerepresentation (oct 2022) (15 U.s.c. 632(a)(2)). [] (ii) Alternate I (mar 2020) Of 52.219 28. [] (23) 52.219 29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). [] (24) 52.219 30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). [] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). [] (26) L(26) 52.219 33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s). [] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755). [x] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (dec 2022) (e.o. 13126). [x] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [x] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (feb 1999) Of 52.222-26. [x] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). [] (ii) Alternate I (july 2014) Of 52.222-35. [x] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). [] (ii) Alternate I (july 2014) Of 52.222-36. [x] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). [x] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). [x] (35)(i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [] (36) 52.222-54, Employment Eligibility Verification (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) [] (37)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693). [] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693). [] (40)(i) 52.223-13, Acquisition Of Epeatâ®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (oct 2015) Of 52.223-13. [] (41)(i) 52.223-14, Acquisition Of Epeatâ®-registered Televisions (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-14. [] (42) 52.223-15, Energy Efficiency In Energy-consuming Products (may 2020) (42 U.s.c. 8259b). [] (43)(i) 52.223-16, Acquisition Of Epeatâ®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-16. [x] (44) 52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513). [] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693). [] (46) 52.223-21, Foams (jun 2016) (e.o. 13693). [] (47)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). [] (ii) Alternate I (jan 2017) Of 52.224-3. [x] (48)(i) 52.225-1, Buy American Supplies (oct 2022) (41 U.s.c. Chapter 83). [] (ii) Alternate I (oct 2022) Of 52.225 1. [] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (dec 2022) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. [] (ii) Alternate I [reserved]. [] (iii) Alternate Ii (dec 2022) Of 52.225-3. [] (iv) Alternate Iii (jan 2021) Of 52.225-3. [] (v) Alternate Iv (oct 2022) Of 52.225-3. [] (50) 52.225 5, Trade Agreements (dec 2022) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). [] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). [] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). [x] (55) 52.229 12, Tax On Certain Foreign Procurements (feb 2021). [] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [] (57) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332). [x] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). [] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). [] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)). [] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). [] (ii) Alternate I (apr 2003) Of 52.247-64. [] (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). [] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). [] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). [] (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). [] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). [] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause (i) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) (section 1634 Of Pub. L. 115 91). (iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (v) 52.219 8, Utilization Of Small Business Concerns (oct 2022) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). (viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xi) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xiii)(a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xiv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). (xv) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (may 2022) (e. O. 12989). (xvii) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xx) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxi) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) (xxiii) In Addition, The Following Clauses Shall Also Apply: vaar 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018) (a) This Solicitation Includes Vaar 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. (b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. (c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. (d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause) vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (sep 2021) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see F(a)far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [offeror Check The Appropriate Box] (i) [ ] In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (ii) [ ] In The Case Of A Contract For Supplies From A Nonmanufacturer, It Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Is Granted. (2) Manufacturer Or Nonmanufacturer Representation And Certification. [offeror Fill-in Check Each Applicable Box Below. The Offeror Must Select The Applicable Provision Below, Identifying Itself As Either A Manufacturer Or Nonmanufacturer]: (i) [ ] Manufacturer Or Producer. The Offeror Certifies That It Is The Manufacturer Or Producer Of The End Item Being Procured, And The End Item Is Manufactured Or Produced In The United States, In Accordance With Paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The Offeror Certifies That It Qualifies As A Nonmanufacturer In Accordance With The Requirements Of 13 Cfr 121.406(b) And Paragraph (a)(1)(ii). The Offeror Further Certifies It Meets Each Element Below As Required To Qualify As A Nonmanufacturer. [offeror Fill-in Check Each Box Below.] [ ] The Offeror Certifies That It Does Not Exceed 500 Employees (or 150 Employees For The Information Technology Value Added Reseller Exception To Naics Code 541519, Which Is Found At 13 Cfr 121.201, Footnote 18). [ ] The Offeror Certifies That It Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied. [ ] The Offeror Certifies That It Will Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice. (iii) [ ] If This Is A Multiple Item Acquisition, The Offeror Certifies That At Least 50% Of The Estimated Contract Value Is Composed Of Items That Are Manufactured By Small Business Concerns. [contracting Officer Fill-in Or Removal. See 13 Cfr 121.406(d) For Multiple End Items. If Sba Has Issued An Applicable Nonmanufacturer Rule Waiver, This Requirement Must Be Removed In The Final Solicitation Or Contract.] (3) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (4) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract Or To Determine Whether The Offeror Qualifies As A Manufacturer Or Nonmanufacturer In Compliance With The Limitations On Subcontracting Requirement. Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification: i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Qualifies As A Manufacturer Or Nonmanufacturer As Stated Herein And That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Requirement Specified In The Resultant Contract, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Is Granted. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee:________________________________________ printed Title Of Signee:_________________________________________ signature:___________________________________________________ date:_____________________ company Name And Address: ________________________________________ _________________________________________________________________ (end Of Clause) 52.211-6 Brand Name Or Equal (aug 1999) (a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation. (b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification. (c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation. (end Of Clause) 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 Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. (end Of Clause) 852.212-72 - Gray Market And Counterfeit Items (mar 2020) (a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory. (b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics. (c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (end Of Clause) 52.252-2 - Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/comp/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) (end Of Clause) in Addition, The Following Clauses And Provisions Shall Also Apply: 52.232-18 availability Of Funds (apr 1984) 52.233-1 disputes (may 2014) 52.233-3 protest After Award (aug 1996) 852.203-70 commercial Advertising (jan 2008) 852.232-72 electronic Submission Of Payment Requests (nov 2012) 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (oct 2016) 52.209-7 information Regarding Responsibility Matters (oct 2018) 52.233-2 service Of Protest (sept 2006) 852.233-70 protest Content/alternative Dispute Resolution (oct 2018) 852.252-70 solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) 852.237-70 contractor Responsibilities apr 1984 852.215-70 service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors jul 2016 (end Of Solicitation)

Lenzen Elbtalaue Office For The City Of Lenzen Tender

Civil And Construction...+1Civil Works Others
Germany
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: General building description: The client is planning to renovate the building at Neustadtstrasse 5 (former executioner's house) in Lenzen. The building is a listed building (individual monument). The building ensemble is made up of three building sections, each with its own roof structure and two or three smaller extensions. The oldest part of the building and part of the residential building is the so-called executioner's tower. The two-storey part of the building consists of brickwork with a 1.50 m high base structure. The wall thickness on the ground floor is 1-1.2 m and on the upper floor 40-50 cm. To the south of the tower, a half-timbered extension is attached as an extension to the residential building. The two-storey extension is built using carpentry as a half-timbered construction. The brick infills are coated with a colored lime slurry. The roof structure is a collar beam roof with a double standing chair. To the north-east, a rectangular stable building with a cantilevered upper floor adjoins the tower. The building is a purely half-timbered structure, filled with bricks and clay stakes. The roof is a gable roof with a collar beam roof as the roof support, with double-standing chairs. The roof covering is designed as a crown covering with plain tiles. An outbuilding, built as a solid, two-storey building with a pent roof and a brick facade, borders the ensemble at the north-west corner of the property. According to the expert reports, all parts of the building have significant structural defects and damage caused by moisture and dry rot. The planned services include the renovation of the damaged findings and the structural reinforcement of undersized structural components. The following construction measures are to be carried out: scaffolding, demolition work, bricklaying and plastering work, carpentry, roofing work, joinery, painting work. The overall work will be awarded and carried out according to the combined or individual trades and broken down into lots as follows: Lot 2 - scaffolding Lot 3 - demolition work Lot 4 - main construction trade Lot 5 - carpentry Lot 6 - roofing work Lot 7 - joinery Lot 8 - painting work Subject of this tender: Lot 4 - main construction trade with the following essential services: 1 use of a cherry picker 1 construction water connection 1 construction power connection 2 floor power distributors 35 m² foundation excavation, Stf, easily removable, available. 25 m³ demolition of unforeseen obstacles 45 m² masonry joints, renovation 15 m² careful dismantling of compartments for reuse 195 m² slurry plaster, brushed lime slurry, 5 mm 120 m² renovation of the brick-faced facade 3 pointed arches, 1 piece, Mz, 1.20/0.50m, replacement. 25 M² renovation of natural stone base 40 M horizontal barrier in borehole system 20 M² masonry (brick, field stone), 25 M² foundation underpinning 1 M³ block foundation_c20/25_b/h_50/50cm 150 M² clay plaster, 25 Mm, 2-layer, external wall inside 60 M² clay plaster, 2-layer, reed, ceiling inside 100 M² clay plaster, 2-layer, reed, internal wall

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: Page 1 Of 6 page 3 Of 6 page 1 Of 6 this Request For Information (rfi) Sources Sought Is Issued Solely For Market Research And Planning Purposes Only And Does Not Constitute A Solicitation. rfi # 36c26225q0336 responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research Only To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Small Business Capability, Including Service- Disabled Veteran Owned Small Businesses And Veteran Owned Small Businesses (sdvosb/vosb) Interested And Capable Of Performing The Work. the Naics/psc For This Requirement Is: naics Code: 623220- Residential Mental Health And Substance Abuse Facilities psc: G004- Social- Social Rehabilitation, General Size Standard: $19.0m description Of Requirement: Provide Housing, And Supportive Services For Up To 64 Homeless Male Veterans In Support Of The Va Greater Los Angeles Healthcare System (vaglahcs).. interested And Capable Contractors Should Respond To This Notice Not Later Than Monday, February 10th, 2025 @ 4:00 Pm Pdt By Providing The Following Via Email Only To Jose Diaz, Contract Specialist, At Jose.diaz6@va.gov. company Name address point Of Contact phone, Fax, And Email Of Primary Point Of Contact duns Number type Of Small Business, If Applicable, (e.g. Services Disabled Veteran Owned Small business (sdvosb), Veteran-owned Small Business (vosb), 8(a), Hub-zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business). a Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor Specifically For The Work Described In Paragraph 5 Below. Respondents Are Also Encouraged To Provide Specific Examples (e.g. Contract Number, Point Of Contact Information) Of The Contractor S Experience Providing The Same Or Similar Supplies/services To That Described Herein. sdvosb/vosb Respondents. if Respondent Is Vosb Or Sdvosb, Respondent Is Encouraged To Provide Proof Of Www.vetbiz.gov Certification. In Addition, Sdvosb/vosb Contractors Are Asked To Acknowledge That They Understand The Limitations On Sub-contracting Pursuant To Far 52.219-14, Limitations On Sub-contracting, Which Will Be Included In The Impending Solicitation. Further Sdvosb/vosb Contractors Are Asked To Respond That They Are Capable Of Providing The Requested Services Keeping Within The Parameters Of This Clause. small Businesses, Including Sdvosb/vosbs Are Also Advised That Per 13 Cfr, § 125.6 The Prime Contractor's Limitations On Subcontracting Are As Follows: general. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than $150,000, An 8(a) Draft Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That: in The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. the Contractor Shall Provide The Services Stated Herein The Pws. please Note That If Va S Pending Market Research Establishes That Two Or More Vosb Or Sdvosb, Who Are Certified In Va S Vendor Information Pages (vip) Site Https://www.vip.vetbiz.gov/, Can Provide The Services, Va Will Set Aside The Underlying Solicitation Per 38 U.s.c. §8127. all Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) Database Found At Https://www.sam.gov. registration Must Include Representations And Certifications. --end Of Sources Sought Announcement-- please See Pws Below And Provide An Updated Capability Statement If Interested. performance Based Statement Of Work contract Emergency Residential Services Beds: Vaglahcs Abh; Tent A&b 1. Purpose. 1.1. The Department Of Veterans Affairs Has Been Providing Direct And Specialized Services For Homeless Veterans For Over 25 Years. The Secretary Of The Va Has Set A Zero-tolerance Policy For Homelessness Within The Veteran Population Since 2009. The Plan To End Homelessness Among Veterans Includes Planned Increases To The Capacity Of Existing Programs And An Increase In Services Offered To Veterans. New Models Of Care Not Previously Offered By The Veteran Health Administration Are Also Being Implemented. 1.2. The Department Of Veterans Affairs Medical Center- Greater Los Angeles (gla) Requires Contractors To Provide Transitional Housing Services As Part Of Its Community-based Health Care For Homeless Veterans (hchv) Program. The Hchv Program, An Essential And Critical Part Of Veterans Healthcare Administration Is Vital For Providing A Gateway To Gla And Community Supportive Services For Eligible Veterans Who Are Homeless. This Emergency Transitional Housing Program Is Designed To Address The Needs Of The Most Vulnerable And At-risk Homeless Veterans. it Targets And Prioritizes Veterans Experiencing Homelessness And Are Transitioning From Literal Street Homelessness, Being Discharged From Institutions, And/or Who Recently Became Homeless And Require Safe And Stable Living Arrangements While They Seek Permanent Housing. Hchv S Goal Is To Engage Homeless Veterans In Treatment And Place Them In A Safe, Sober And Secure, Emergency Transitional Housing That Supports Their Rehabilitation Goals. The Model Under The Hchv Contracted Residential Services (crs) Used For This Contract Shall Be: 1.2.1. Contract Emergency Residential Services (cers) Programs Target And Prioritize Homeless Veterans Transitioning From Literal Street Homelessness, Veterans Being Discharged From Psychiatric And Inpatient Hospitalizations And Veterans Who Recently Became Homeless And Require Safe And Stable Living Arrangements While They Seek Permanent Housing. Lengths Of Stay In Cers Typically Range From 30 To 90 Days With The Option To Extend Based On Clinical Need. 1.3. Contractors Shall Provide Housing, And Supportive Services To Up To 64 Homeless Male Veterans. This Emergency Transitional Housing Contract Shall Be Known As Abh And Is Located In The Spa 5 Catchment Area, Specifically On The Gla Campus. contractor Shall Offer A Safe And Secure Environment That Supports Their Goals For Recovery From Homelessness. Awards May Be Based On Residential Capacity To Place Veterans In Safe Environmental Residency. Maximum Number Of Beds Funded Shall Not Exceed 22,630 Bed Days Of Care Per Year. The Contractor Shall Be Required To Provide An On-demand, Low- Barrier Therapeutic And Rehabilitative Milieu And Attendant Services Targeting The Underlying Factors Contributing To Homelessness. 2. General Contract Requirements. 2.1. Same Day Access: Veterans May Access Transitional Housing Programs Via Va Consults From The Hchv Liaison, Or Directly To The Program By Their Outreach Efforts And/or Through Referrals From The Community. The Program Shall Target Veterans Who Are Engaged In Care Through A Collaborative Partnership Among The Vaglahs, The Los Angeles Coordinated Entry System Service Providers, Los Angeles Homeless Services Authority, And Other Veteran-specific Programs That Target Homeless Veterans. 2.1.1. Contractor Shall Complete Intake And Same Day Admissions For Those Veterans Approved As Eligible For Placement By The Cor/hchv Liaison Or Their Designee Or Through Direct Referrals. The Contractor Shall Ensure Their Internal Admission Process And Procedures Allow For Same Day Placement Of Accepted Veterans Into An Available Bed. Admission Shall Occur Up To 9 Pm During Workdays (monday Friday, With The Exception Of Federal Holidays) And To 7 Pm On Weekends. 2.1.1.1. The Contractor Shall Offer Beds On The Same Day The Referral Is Made By The Designated Liaisons Or From Direct Referrals Or Eligible Referring Sources. 2.1.1.2. Hchv Crs Staff Shall Confirm Eligibility Prior To Referral Submission, During The Work Week And The Contract S Staff Shall Complete A Squares Review For All Direct Referrals. 2.1.1.3. The Contractor Must Place Veterans Into Available Beds On The Same Day Of The Approved Admission Whether Liaison Or Direct Referred, If Referrals Are Made Before 7pm, And Space Is Available. 2.3 Criteria & Eligibility: The Contractor Shall Provide Services To Veterans Who Are Va Healthcare Eligible And Experiencing Homelessness Or At Risk Of Becoming Homeless, I.e., Received An Eviction Or No Longer Able To Reside At Their Existing Housing Situation. 2.3.1 Be Determined To Be Homeless Based Upon The Mckinney-vento Homeless Assistance Act Definition By The Local Va Medical Center Hchv Program. See Reference Section. 2.3.2 Be Eligible For Va Healthcare As Determined By The Local Va Medical Center And And/by The Program Using Squares. 2.3.4 A Veteran Must Be Homeless And Eligible For Va Health Care In Order To Be Considered For Admission To Any Hchv Crs Program. Authorized Va Liaison Or Designee Shall Be Ultimately Responsible For Determining Veteran Eligibility And Approval For Placement Into A Hchv Crs Bed; Failure To Establish Va Approval For Admission By The Next Business Day May Result In A Denial Of Payment For Services Provided. 2.4 Referred Veterans: Veterans Are Referred To The Contractor By Vaglahs Staff, Other Community Agencies, The Contactor S Outreach Efforts Or Veteran Self-referrals. The Referrals Shall Be Based On The Veteran S Demonstrated Need For Case Management And Supportive Services To Stabilize Their Mental Health, Substance Abuse, Medical And/or Other Co-occurring Serious Psychosocial Issues Before Expediently Transitioning Into Secure And Permanent Housing. The Environment Of A Cers Program Considers Those Veterans Who Need A Jump Start To Get Back On Their Feet. The Environments Are Similar To Shelters, With The Added Benefit Of Programming And Case Management. Veterans Must Actively Participate In Their Discharge Planning And Be Willing To Seek Permanent Housing For Placement Consideration. 2.4.1 During The Work Week M-f 8-330. Both The Va Hchv Crs Liaison(s) And The Contractor Shall Receive Consults (va Referrals)/direct Referrals And Shall Complete The Admission Process For Same Day Admission If Veteran Meets The Listed Criteria And Eligibility Clauses And Their Admission Is Not Deemed Unsafe For Their Milieu. for After Hours (330pm To 9pm), During The Work Week M-f And Weekends, The Contractor Shall Continue To Complete Direct Or Community Referrals. Contractor Shall Be Responsible To Complete Healthcare Eligibility Checks For Placement. Contractors Shall Accept Veterans Referred Who Meet The Criteria And Eligibility Clause, And Their Admission Is Not Deemed Unsafe For Their Milieu. 2.4.3 Outreach: Contract Staff Shall Engage In Outreach Services, Including Street Outreach Efforts, And Assist Homeless Veterans In Seeking Housing Placement, Treatment And Supportive Services Which Is A Key Element Of This Contract. 3. Period Of Performance. The Period Of Performance For This Contract Shall Be For A Base Year Plus Four (4) Option Years. 4. Firm Fixed Price Indefinite Delivery/indefinite Quality (idiq). 5. Place Of Performance. The Contractors Location Is Crucial To Ensure That Veterans Can Attend Appointments Scheduled In Various Vaglahs Clinics Or To Local Community Providers And Return To Transitional Housing With Minimal Barriers. space Allotted For Sleeping, Eating, Case Management, And Clinical Services Shall Be Located Within The Spa 5 Catchment Area, Specifically On The Wla Campus Located At 11303 Pershing Ave. Bldg 338 Tents A & B Los Angeles, Ca 90025. Tent A Shall Have 32 Sleeping Quarters. Tent B Shall Have 32 Sleeping Quarters. regardless Of Location, The Contractor Shall Be Required To Attend Frequent In Person Or Virtual Meetings With The Wla Va Located At 11301 Wilshire Blvd., Los Angeles, Ca 90073 6. Government Furnished Property. within Tent B Only, Government Furnished Property Shall Consist Of 64-single Cubicles/bunkers With Individual Lockers And Desk Tables Only; 32 Per Tent. The Contractor Shall Return All Government Property As Received Or Replace If/when Damaged. la City Has Provided The Sprung Structures, Aka Tents And Hygiene Trailers, This Program Shall Be Housed In. The Government Will Also Provide Dumpsters And Utilities Including Water, Electricity, And Sewage. The Va Or The City Will Be Responsible For All Plumbing Needs. the Contract Shall Also Have Access To Two Administration Trailers Provided By The Government. The Government Has Provided 9-desks And Chairs. The Contractor Shall Return All Government Property As Received Or Replace If/when Damaged. all Other Equipment And Furnishings Not Mentioned But Required To Fully Execute The Contract Shall Be Provided By The Contractor. 7. Inspection Of Facility And Contractor: Prior To The Award Of A Contract And Annually During The Contract Term, A Multidisciplinary Gla Team Consisting Of A Clinical Social Work Team, Dietitian, A Representative Of The Gla Police, A Facilities Management Safety Officer, Nursing And/or Other Subject Matter Experts As Determined Necessary By The Medical Center Director Or Hchv Coordinator, Shall Conduct An Inspection Of The Contractor S Facilities To Evaluate The Veteran S Food, Shelter, Safety, Medication Procedures And Therapeutic Services To Assure The Facility Provides Quality Care In A Safe And Sober Environment. Inspections May Also Be Carried Out At Such Other Times As Deemed Necessary By The Department Of Veterans Affairs. implementation Of Timeline: the Contract Facility And Associated Onsite Services Must Pass An Initial Inspection Completed By Va Staff And Become Fully Operational Within 60 Days But Not To Exceed 90 Days From The Date Of Contract Award. 7. Services To Be Provided 7.1. Residential Services: The Contractor Shall Provide Housing And Supportive Services To Male Veterans Under This Contract Which Is Required To Ensure The Safety And Privacy Of These Veterans. The Contractor Shall Be Responsible For Identifying Sufficient Residential Capacity To Safely Support The Placement Of Single Male Veterans. 7.2 Reasonable Accommodation: Contractor Must Respect And Reasonably Accommodate Personal And Cultural Differences Associated With Race, Religious Creed, Color, National Origin, Ancestry, Language, Disability (physical Or Mental Health), Medical Condition, Marital Status, Familial Status, Age, Gender, Sexual Preference, Source Of Income, Or Political Affiliation. At No Point Shall Program Access Be Denied Because Of An Individual S Disability. Information Learned About The Client S Disability From The Assessment Shall Not Be Used As Grounds For Discharge Or Other Punishment And Shall Be Used To Guide Client To Appropriate Services. Moreover, A Contractor May Not Apply Different Rules To Individuals Because Of Their Disabilities, Unless The Different Rules Are A Result Of Granting A Reasonable Accommodation Request Made By An Individual With A Disability. The Contractor Shall Not Ask Questions About A Client S Disability, Including The Nature And Severity Of The Disability Or The Treatment, Symptoms, And Medications Related To The Disability. A Veteran Is Not Obligated To Reveal That S/he Has A Disability Prior To Admission. Veterans With Disabilities Are Entitled To Reasonable Accommodations. Such An Accommodation Request Must Be Considered During Any Stage In The Provision Of A Program, Including At Intake, During Services, And During Discharge Proceedings. When A Reasonable Accommodation Request Is Made, The Contractor Supervisor May Request Verification Of The Individual S Disability. 7.3. Subsistence: the Contractor Shall Provide All Food And Beverages For Veterans Residing At The Facility Including Three (3) Meals Per Day And Snacks. The Contractor Shall Maintain A Clean And Comfortable Environment Of Care. 7.4 Access To Laundry Facilities And Supplies Free Of Charge And Adequate For Residents To Do Their Own Laundry Or To Have Laundry Done At Minimum One Time Per Week. If Providing On-site Shared Laundry: A Laundry Facility Shall Include At Least 1 Washer And 1 Dryer For Every 10 Veterans Provided On-site. Laundry Service To Include Water, Electricity, Etc., Shall Be Provided At No Cost To Authorized Veterans. 7.4 The Contractor Shall Provide Health And Personal Hygiene Supplies For Veterans Throughout Their Stay (i.e., Dental Products, Hair Products, Soap And Shave Products, Deodorant Products, Minor First Aid Products). Task 2: Therapeutic And Rehabilitative Services: 8. Therapeutic And Rehabilitative Services: Each Veteran Shall Have An Individualized Service Plan (isp) Emphasizing Goals Established By The Veteran With Input From The Contractor And Gla Liaison (or Designee). Therapeutic And Rehabilitative Services Shall Be Stated In The Plan Of Care. Services Which The Contractor Must Be Able To Furnish Or Provide The Following: 8.1 Group Activities: Contractor Shall Be Responsible For Planning And Coordinating All Activities Associated With Providing Safe And Appropriate Residential Care. This Includes, But Is Not Limited To, The Elements Described In The Upcoming Paragraph And Any Associated Expenses Shall Be The Contractor S Responsibility. Groups Shall Be Provided Regardless Of Veterans Participation. 8.1 Gla Coordination: Collaboration And Coordination With Gla Program Staff, As Needed, Shall Include Coordination Of Supportive Psychosocial Services And Housing. In Particular, Coordinated Efforts Must Be Made With The Gla Liaison Around Medical, Mental Health, Admission And Discharge Needs. 8.2 Case Management: This Shall Include Structured Individual Case Management, At Minimum, Weekly Including Counseling On Self-care Skills, Adaptive Coping Skills, Financial Planning, Permanent Housing Search, Written Care Plan, Referral For Financial Benefits. Additional Counseling May Include Professional And Vocational Rehabilitation Counseling In Collaboration With Gla Programs And Community Resources. discharge Planning Shall Begin At Time Of Admission And Reviewed At Least Monthly. 9. Contractor Staff Conduct/complaints Handling: Contractor Personnel Shall Be Expected To Treat Referred Veterans With Dignity And Respect And Abides By Standards Of Conduct Mirroring Those Prescribed By Current Federal Personnel Regulations. The Contractor Shall Comply With The Gla Patient's Bill Of Rights As Set Forth In 38 Cfr 17.34a (copy Available Upon Request). 9.1 The Gla Reserves The Right To Exclude Contractor Staff Members From Providing Services To Veterans Under This Contract Based On Breaches Of Conduct, Including Conduct That Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Veterans Or Other Staff Members To Designated Government Representatives. The Contractor And Contracting Officer S Representative Shall Deal With Issues Raised Concerning Contractor Personnel Conduct. The Contracting Officer Shall Be The Final Arbiter On Questions Of Acceptability And In Validating Complaints. 9.2 The Government Has The Right To Require Replacement Of Any Contractor Or Subcontractor Staff If The Employee Is Determined Not To Possess The Experience Or Ability Required Under The Contract, Or If Said Employee Is For Any Other Reason Found To Be Unsuitable To Perform The Work Required By The Contract. The Determination To Require Replacement Of A Staff Member Shall Be Made By The Contracting Officer, At The Contracting Officer S Sole Discretion, And Such Determination Shall Be Final. The Replacement Staff Must Meet The Same Requirements For The Position As Outlined In This Contract. Any Substitution Of Personnel Shall Occur Without Any Increase To The Contract Price And Without Delay In The Performance Or Delivery Of Services To The Government. 9.3 Emergency Procedures: Contractor Shall Train All Staff On Emergency Procedures And Have Written Protocols That Are Posted To Guide Staff Response To Crises Including, But Not Limited To, Physical Injury, Resident Suicide Attempts, Overdoses, And Domestic Or Other Violence. Contractors Shall Have At Least One Designated Paid Staff Available At All Times Who Has Had Training And Orientation On Emergency Procedures. Contractor Shall Promptly And Appropriately Respond To The Medical/psychiatric Problems Of Clients And Staff. There Shall Be First Aid Equipment And Supplies For Medical Emergencies Available At All Times. These Supplies Must Be Checked Regularly To Ensure They Are Up To Date And Their Location In The Facility Must Be Clearly Marked. Contractor Shall Have All Emergency Contact Numbers Posted. 9.3.1 Universal Precaution Practices Are Used By Contractor To Prevent Transmission Of Diseases And Are Implemented Under The Presumption That Blood And Body Fluids From Any Source Are To Be Considered Potentially Infectious. Supplies Necessary For Maintaining Universal Precautions, Such As Sharps Containers, Must Be Available. 10 Insurance Requirements. The Contractor Shall Comply With Federal And State Workers Compensation And Liability Insurance. Reference Far Clause 52.228-5 Insurance And Subpart 28.307-2 Liability. Contractor Shall Also Hold Vehicle Insurance That Meets State Of California Insurance Requirements For Transportation Assets Used In Support Of This Contract.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All information Needed To Submit Sf330 Documents Are Contained herein. No Additional Solicitation Package Or Technical information Will Be Issued. project: 544-25-125 Replace Dental Vacuum System work Location: Wm. Jennings Bryan Dorn Va Medical Center, Columbia, Sc 29209 estimated/target Completion Period: 145 Calendar Days After Award. construction Magnitude: Between $100,000 And $250,000. naics: 541330 - Engineering Services small Business Standard: $25.5 Million set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) site Visits Will Not Be Arranged During This Phase. the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September 30, 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than (nlt) 12:00 Pm (est) January 13, 2025. ***attention*** Acknowledgement E-mails Will Be Sent From The Co Upon Receipt Of A Submission. If An Acknowledgement Is Not Returned, The Firm Should Contact The Co At Christopher.jenkins@va.gov And 478-595-2794. project Overview: the Columbia Va Health Care System Requires A Designed Solution To Repair Or Replace The Dental Vacuum System To Include All Piping, Pumps, Vacuums, Filters, Separators, Valving, Motors, Starters, Controllers, And All Other Necessary Components To Provide A Completely New System. The Current System Is Not Functioning Properly And Believed To Be Caused By The Current Configuration, Component Locations, And Length Of Installed Vacuum Piping. the End Result Of The Contract Is A Complete Set Of Construction Documents To Repair Or Replace The Existing Dental Vacuum System That Are Prepared For Solicitation For Construction. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Sba Vetcert: Https://veterans.certify.sba.gov/ Prior To Submission Of Proposal And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligibility Determination Is Performed By The Center For Veterans Enterprise (cve). Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov vets-4212 Federal Contractor Reporting Https://www.dol.gov/agencies/vets/programs/vets4212 important Notice: Prior To Submitting A Proposal Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Department Of Veteran Affairs Center For Veterans Enterprise (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Cve And Submit The Aforementioned Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Department Of Veteran Affairs (va) Office Of Small & Disadvantaged Business Utilization (osdbu) Sba Vetcert: Https://veterans.certify.sba.gov/ And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To contract Award. in Order To Assure Compliance With Far Clauses, 52.219-14 Limitations On subcontracting (deviation 2019-01) And Vaar 852.219-10, Va Notice Of Total service-disabled Veteran-owned Small Business Set-aside (jul 2019) (deviation), All Firms Submitting A Sf 330 For This Pre-solicitation Notice Are required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. far Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Far 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of Georgia. sf330s Shall Be Organized In The Following Order: cover Sheet (one-page Limit) design Team Background With Locations Of Supporting Offices (one-page Limit) design Team Organizational Structure With Key Discipline Roles (one-page Limit) factor 1 Specialized Experience (one Page Per Project Limit) factor 2 - Professional Qualifications (one Page Per Resume Limit) factor 3 Past Performance Summary Sheet (one-page Limit) factor 4 - Capacity (one-page Limit) factor 5 Knowledge Or Location (one-page Limit) factor 6 Sdvosb Inclusion Statement (one-page Limit) full Cpars/ppqs Documentation For Factor 1 Projects (20-page Limit) additional Information (10-page Limit) sf330s Received Out Of Sequence Will Be Viewed Negatively. sf330 Specific Requirements: all Sf330 Pages Shall Be Pdf Searchable For Items 1 Through 11 And Item 13. Full Cpars And Ppqs May Be Scanned. start Each Factor Response On A New Page. use No Less Than 11-point Font. all Text And Images Containing Text Is Legible When Printed On 8.5 X 11 Paper. The Evaluation Board Will Not Seek Clarification Regarding Illegible Text. primary Selection Criteria (listed In Descending Order Of Importance): factor 1 specialized Experience (sections F, G And H): Specialized Experience And Technical Competence In The Design And Construction Period Services Will Be Required To Perform Throughout The Life Of The Contract. Projects Experience Pertains To The Types, Size, Recency, Cost, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. page Limit One Page Per Project. Five-page Total For Factor 1. Information Provided On Additional Pages Beyond The One Page Per Project Limit Or Beyond The Five-page Total Limit Will Not Be Included With The Review. relevant Project Experience: Submit Five (3) Projects That Meet All Criteria Shown Below. relevant Project Type Design-bid-build Projects Involving Site Investigation, Schematic Design, Design Development, And Construction Documents. Dental Vacuum System Replacements, Renovations Of Dental Clinics That Include New Dental Vacuum Systems, And New Building Construction That Include New Dental Vacuum Systems Are Acceptable Project Types. Masterplan And Rfp Development For Design-build Contracts Will Not Be Viewed As Relevant. relevant Project Size Systems Service Five Dental Chairs Or More. relevant Project Recency Project Construction Must Be Complete Or Substantially Complete Within The Past Five Years Of The Solicitation Due Date. Substantially Complete Is Defined As 80% Or Greater Of The Construction Project Is Complete At The Time Of The Solicitation Due Date. relevant Project Cost - Construction Project Cost Must Be Greater Than $75,000 relevant Project Complexity The Project Narrative Description Must Indicate Experience With All The Following Criteria: designing Main Vacuum Systems That Include Amalgam Separators For Dental Service Lines. designing Infection Control Risk Mitigation Plans designing New Pump/vacuum Drive And Controller System the Relevant Project Criteria Listed Above Is The Minimal Information Required For Acceptable Project Relevance. Additional Value Will Be Considered For Projects Which Convey Expertise With The Following Categories And Will Potentially Increase The Overall Rating For This Factor. Projects That Do Not Convey Additional Value Expertise Will Not Be Considered A Weakness. Additional Value Expertise Includes: experience With The Submitting Firm Serving As The Prime Contractor Leading A Multi-discipline Team Through Investigative, Design, Solicitation, And Construction Period Services. These Services Must Be Documented For Each Project Narrative. designing Hazardous Material Abatement Plans experience With Recent Projects Intended To Support Service Line Dental Service Lines. va Projects Showing Documented Experience With Implementing Va Design Guides And Standards From The Technical Information Library. experience With Recent Projects Located In The Columbia, Sc, South Carolina Midlands Area, Or Adjacent Counties. experience With Recent Projects That Include Implementing Va Cad And Bim Standards. submissions Shall Include No More And No Less Than Three (3) Type Projects Of Recent And Relevant Government And Private Experience Projects Similar In Type, Size, Recency, And Complexity, Cost, And Experience With The Type Of Projects/competence Above. section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together As A Cohesive Unit On The Provided Relevant Projects. An Acceptable Rating Will Be Given If All Key Disciplines Are Shown, And Each Discipline Participated With At Least One Project Listed On Section G. Proposed Design Team Members That Do Not Have Experience With Any Of The Five Submitted Example Projects As Shown In Section G Will Be Viewed Negatively. factor 2 professional Qualifications (sections C Through E) Necessary For Satisfactory Performance Of Required Service. The Ae 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. The Design Firm And A-e Staff Representing The Project Must Be Licensed To Practice In Any State Of The United States Of America. 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, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered To Sign Drawings In Each Discipline Must But Does Not Have To Be Registered In The State Where The Project Is Located. The Licensed Professional Must Hold Current Licensure For Said Discipline To Practice In Any State Of The United States Of America. Engineer-in -training (eit) Is Not Considered A Professional Licensure. page Limit One Page Limit Per Position Resume 8 Pages Total For Factor 2. Information Provided On Additional Pages Beyond The 8-page Limit Will Not Be Included With The Review. resume Requirements - A Resume For Each Of These Key Positions Must Be Provided Identifying Their Specific Role, Via Section E In The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To, The Lists Of Professionals With Required Licensure And Preferred Licensure Below. An Unacceptable Rating May Be Given If Resumes Are Not Provided For All Roles Listed. positions Requiring Professional Licensure. Not Providing The Professional Licensure Will Be Viewed Negatively And Will Not Be Compliant With The Solicitation. architect mechanical Engineer electrical Engineer fire Protection Engineer plumbing Engineer key Positions With Preferred Qualifications. Design Team Professionals That Have Obtained The Indicated Preferred Licensure May Be Viewed More Favorably. Not Providing The Professional Licensure Will Not Be Viewed Negatively And Will Not Reduce The Overall Rating For This Factor. Higher Value Will Be Given For Professionals With The Preferred Professional Licensure. quality Control Manager - Either Cqm, Cqe, Lean Six Sigma Black Belt, Or Experience With Minimum Five Projects Were Served As Qc Manager. project Manager - Project Management Professional (pmp) Certification Or More Than 10 Years Experience With Managing A/e Design Projects. construction Cost Estimator - Aspe Certified Professional Estimator (cpe) Certification multi-function Roles Are Allowable For The Following Positions And May Be Shown As Multi-role Positions On The Resumes: mechanical And Plumbing Engineering. architect, Seps Manager, Bim Manager, Interior Designer electrical Engineer And Rcdd project Manager And Quality Control Manager include The Home Office Location For Each Key Discipline Identified On Each Respective Resume In Section E Block 15. the Criteria Listed Above Is The Minimal Information Required For Acceptable Professional Qualifications. Additional Value Will Be Considered For Each Key Position And Will Potentially Increase The Overall Rating For This Factor And Shall Not Exceed The Prescribed Page Limit. key Personnel Having Greater Than 10 Years Experience In The Practicing Field. key Personnel With Greater Than Five Years Employment With The Proposed Design Team Firm. va Design And Construction Experience Within The Past Five Years. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 3 past Performance (section H): 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 Along With The Firm S History Of Design Error, Omission, And/or Deficiency Claims. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating 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. However, If The Va Cpars Is Not Included With The Sf330 Submission, Then 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 Submit-ted In The Sf330 A Ppq Must Be Provided Listing Their Specific Role As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq 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 Also 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 Shall 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 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Cpars And Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. page Limit Provide No More Than One Page Total For This Factor For The Summary Page. Full Cpars/ppq Documentation Shall Be Included On Additional Pages With The Sf330 And Will Not Count Towards The Total Page Count. provide A Summary Page That Provides The Factor S Required Information. For Each Of The Five Projects, Provide The Following Information. project Information (each Project For Specialized Experience) past Performance Record Type (ppq Or Cpars) contract Number point Of Contact (name, Phone, Email, Job Title, Poc Role) ae Firm Role With Project (prime Or Subcontractor) category Ratings provide Complete Cpars (or Ppqs If Cpars Is Not Available) For All Sample Projects After The Sf330 Factor 8 Section. the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Locate This Documentation After The Complete Cpars/ppq Documents. Additional Value Documentation Shall Not Exceed Five Pages. letters Of Appreciation Or Accolades From Previous Projects industry Recognition Or Design Awards any Other Information The Design Team Wishes To Include For This Factor So Long As The Five-page Limit Is Not Exceeded. factor 4 capacity (section H): 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 And The Full Potential Value Of Projects Forecasted Within The Next Twenty-four (24) Months Any Current Indefinite Delivery Contracts That The Firm Has. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members, Including Sub-consultants. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For All The Va Projects Current And Forecasted. Awarded In The Previous 12 Months. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf330. The Information For This Factor Shall Be Provided In Section H Of The Sf330. page Limit Provide No More Than Two Pages Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. include A Table That Conveys Each Key Discipline, Quantity Of Current Design Project Workload, Quantity Of Current Construction Period Service Workload, Estimated Future Design Load, Estimated Future Construction Workload, Quantity Of Current Idiq Contracts, Total Idiq Contract Capacity, Total Remaining Idiq Capacity, And Percent The Key Discipline Is Available. For Example: key Discipline total # Of Current Design Project Workload # Of Current Construction Project Workload estimated # Of Future Design Project Workload estimated # Of Future Construction Project Workload quantity Of Current Idiq Contracts Involved With total Idiq Capacity All Contracts (millions) total Idiq Remaining Capacity (millions) percent Available capacity architect 6 7 6 7 4 $1m $2m 45% mechanical Engineer 4 8 3 8 2 $1m $1 10% add Disciplines As Required the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Do Not Include Additional Pages In The Additional Information Section. providing A Narrative Conveying The Design Team S Approach On How New Work Will Merge With The Current Workload. provide A Narrative Describing The Process Regarding Replacement Of Key Disciplines Should One Decide To Leave The Design Team. convey How The Design Team Can Maintain Schedule If A Key Discipline Member Is No Longer Available? any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 5 knowledge Of Locality (section H). Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall 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. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. provide An Individual Narrative Conveying Knowledge Of The Locality For Each Of The Following Categories: local Conditions Or Project Site Features climatic Conditions geologic Features working With And Local Construction Methods working With Local Laws And Regulations the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section. experience With Seismic Designs Applicable To The Columbia, Sc Area. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 6 use Of Service- Disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. Offerors Shall Be Evaluated Based On Their Utilization Plans For Service- Disabled Veteran- Owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. Offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. provide A Listing Of All Consulting Firms And Business Government Certification(s). Indicate The Anticipated Percentage Of Work The Consulting Firm Will Perform. the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. The Higher Percentage Of Certified Sdvosb Firms Included With The Design Team May Provide Additional Value And Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section.
4101-4110 of 4105 archived Tenders