Cleaning Tenders

Cleaning Tenders

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n743.35|wwj|717-605-8399|tiana.hammaker@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version (jun 2002)|8|x||x|||||| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract ||||| warranty Of Data--basic (mar 2014)|2||| first Article Approval--contractor Testing (sep 1989)|10|1|0001aa|30|180|pco Listed On Page One|||||| buy American --free Trade Agreements--balance Of Payments Program - Basic (nov2023))|5|||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (nov 2023))|5|||||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2023)|13|335931|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| solicitation Due Date Has Been Extended. 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Here In. 3. This Requirement Falls Under The Emergency Acquisition Flexibilities (eaf) In Accordance With 41 U.s.c. 1903. 4.the Following Proposed Delivery Schedule Applies: weld Procedure And Qual Data 120 Days Adc Lt approval Of Weld Procedures And Qual Data 60 Days After Receipt Fat Report 180 Days After Approval Of Pr Lt approval Of Fat Report 60 Days After Receipt submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (250 Days) \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 1.1.2 This ;cable Assy, Spec; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May Require testing. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=s-5343934-2 |53711| G|ps |d|0001 | G|49998|0006770 drawing Data=s-5343934-2 |53711| G|ps |d|0002 | G|49998|0065427 drawing Data=s-5343934-2 |53711| G|ps |d|0003 | G|49998|0066314 drawing Data=s-5343934-2 |53711| G|ps |d|0004 | G|49998|0067102 drawing Data=s-5343934-2 |53711| G|ps |d|0005 | G|49998|0067471 drawing Data=s-5343934-2 |53711| G|ps |d|0006 | G|49998|0067654 drawing Data=s-5343934-2 |53711| G|ps |d|0007 | G|49998|0067056 drawing Data=s-5343934-2 |53711| G|ps |d|0008 | G|49998|0065247 drawing Data=s-5343934-2 |53711| G|ps |d|0009 | G|49998|0066592 drawing Data=s-5343934-2 |53711| G|ps |d|0010 | G|49998|0065586 drawing Data=s-5343934-2 |53711| G|ps |d|0011 | G|49998|0065340 drawing Data=s-5343934-2 |53711| G|ps |d|0012 | G|49998|0069404 drawing Data=s-5343934-2 |53711| G|ps |d|0013 | G|49998|0066344 drawing Data=s-5343934-2 |53711| G|ps |d|0014 | G|49998|0065445 drawing Data=s-5343934-2 |53711| G|ps |d|0015 | G|49998|0071369 drawing Data=s-5343934-2 |53711| G|ps |d|0016 | G|49998|0067353 drawing Data=s-5343934-2 |53711| G|ps |d|0017 | G|49998|0067656 drawing Data=s-5343934-2 |53711| G|ps |d|0018 | G|49998|0071052 drawing Data=s-5343934-2 |53711| G|ps |d|0019 | G|49998|0068417 drawing Data=s-5343934-2 |53711| G|ps |d|0020 | G|49998|0067377 drawing Data=s-5343934-2 |53711| G|ps |d|0021 | G|49998|0068241 drawing Data=s-5343934-2 |53711| G|ps |d|0022 | G|49998|0068866 drawing Data=s-5343934-2 |53711| G|ps |d|0023 | G|49998|0068702 drawing Data=s-5343934-2 |53711| G|ps |d|0024 | G|49998|0068065 drawing Data=s-5343934-2 |53711| G|ps |d|0025 | G|49998|0067709 drawing Data=s-5343934-2 |53711| G|ps |d|0026 | G|49998|0066916 drawing Data=s-5343934-2 |53711| G|ps |d|0027 | G|49998|0066393 drawing Data=s-5343934-2 |53711| G|ps |d|0028 | G|49998|0066198 drawing Data=s-5343934-2 |53711| G|ps |d|0029 | G|49998|0068711 drawing Data=s-5343934-2 |53711| G|ps |d|0030 | G|49998|0089786 drawing Data=s-5343934-2 |53711| G|ps |d|0031 | G|49998|0029775 drawing Data=s-5343934-2 |53711| G|ps |d|0032 | G|49998|0030019 drawing Data=s-5343934-2 |53711| G|ps |d|0033 | G|49998|0084327 drawing Data=s-5343934-2 |53711| G|ps |d|0034 | G|49998|0085842 drawing Data=s-5343934-2 |53711| G|ps |d|0035 | G|49998|0084383 drawing Data=s-5343934-2 |53711| G|ps |d|0036 | G|49998|0044587 drawing Data=s-5343934-2 |53711| G|ps |d|0037 | G|49998|0101905 drawing Data=s-5343934-2 |53711| G|ps |d|0038 | G|49998|0033628 drawing Data=s-5343934-2 |53711| G|ps |d|0039 | G|49998|0091810 drawing Data=s-5343934-2 |53711| G|ps |d|0040 | G|49998|0074342 drawing Data=s-5343934-2 |53711| G|ps |d|0041 | G|49998|0086740 drawing Data=s-5343934-2 |53711| G|ps |d|0042 | G|49998|0074050 drawing Data=s-5343934-2 |53711| G|ps |d|0043 | G|49998|0109000 drawing Data=s-5343934-2 |53711| G|ps |d|0044 | G|49998|0078604 drawing Data=s-5343934-2 |53711| G|ps |d|0045 | G|49998|0085872 drawing Data=s-5343934-2 |53711| G|ps |d|0046 | G|49998|0081248 drawing Data=s-5343934-2 |53711| G|ps |d|0047 | G|49998|0090059 drawing Data=s-5343934-2 |53711| G|ps |d|0048 | G|49998|0081329 drawing Data=5486639 |53711| V| |d|0001 | |49998|3383247 drawing Data=5486641 |53711| K| |d|0001 | |49998|1542116 drawing Data=5486641 |53711| K| |d|0001.a | H|49998|0016181 document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=ss800-ag-man-010/p-9290 | | |a |200324|a| |42| document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | document Ref Data=s9320-am-pro-020/mldg | | |2 |990801|a| | | 3. Requirements 3.1 ;the Special Cable Assembly Must Be Manufactured In Accordance With Navsea Dwg 5486639 Item 187, Dwg 5486641 Cable K-hng5300, Dry Deck Shelter Specification S-5343934-2/6; Part Number 2301408-0500, Csd313, Csd317, And Csd321, Except As Modified Or amplified Herein.; 3.2 The Cable Assembly Must Be Wired And Molded In Accordance With Volume Ii Of Navsea S9320-am-pro-020/mldg By An Approved Vendor Listed In Csd023 Of The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/ 3.2.1 The Approved Vendor Utilized For This Contract, If Other Than The Prime Manufacturer, Must Be Identified On The Special Emphasis C Of C. 3.3 Each Cable Assembly Must Be Subjected To The Quality Conformance Tests Of Specification S-5343934-2 Tables 2 And 3; Except That Table 3 Of S-5343934-2 Must Be Modified By Csd031 Of The Contract Support Library. 1. Examination Of Product Iaw Paragraph 3.4 And Tested To Paragraph 4.6 2. Dielectric Withstanding Voltage Iaw Paragraph 3.6.1 And Tested To Paragraph 4.7.1 3. Continuity Iaw Paragraph 3.6.2 And Tested To Paragraph 4.7.2 4. Insulation Resistance Iaw Paragraph 3.6.3 And Tested To Paragraph 4.7.3 5. Hydrostatic Pressure Iaw Paragraph 3.6.4 And Tested To Paragraph 4.7.4 6. Post-test Examination Of Product Iaw Paragraph 4.6.1 3.3.1 Each Conformance Test Must Be Listed Separately On The Navy Special Emphasis Program (nsep) Certificate Of Compliance (c Of C) As Being Performed And Found Acceptable. 3.4 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.5 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd023, Csd031, Csd313, Csd317, And Csd321; In Ecds At Https://register.nslc.navy.mil/ 3.6 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.7 First Article Approval (contractor Testing) - First Article Test (fat) And Approval Is Required. 3.8 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.9 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.9.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.9.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.9.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.9.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.10 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.11 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.11.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.11.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.11.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement. 3.11.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.11.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.12 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved and Rejected And The Nature Of Corrective Action Taken As Appropriate. 3.12.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.12.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions provided By The Government Representative. 3.13 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.14 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.14.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.14.2 Inspection For Completeness And Proper Type. 3.14.3 Verification Of Material Quality Received. 3.14.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.14.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.14.6 Identification And Protection From Improper Use Or Disposition. 3.14.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.14.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.14.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.15 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.15.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.16 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.16.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.16.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.17 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.17.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.17.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.17.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.18 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" are Not Acceptable. 3.18.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.19 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. note: These Requirements Do Not Apply To Tack/spot Welds. 3.19.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.19.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.") 3.19.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendor's Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.19.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.19.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.19.6 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.19.7 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.20 See Cdrl Di-ndti-80809 (first Article Testing) - First Article Test/inspection (contractor) - The Contractor Must Conduct ;destructive; First Article Test/inspection On ;one Cable Assembly, Consisting Of One-three Contact Plug Assembly With 90 Degree backshell, One-seven Contact Straight Plug Assembly, And One Conduit 30 Inches Long; Unit(s) In Accordance With Requirements ;of S-5343934-2 Paragraph 4.4; . 3.21 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address, Phone Number And Date. 2. The Navsup Contract/purchase Order Number (i.e. N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 4. Component Serial Number 5. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 6. Cure Date ("n/a" When Not Applicable). 7. Manufacturer's Compound Number ("n/a" When Not Applicable). 8. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 9. A Statement Listing Each Contractually Invoked Hull Mechanical And Electrical (hm&e) Testing By Name, And That It Was Performed Satisfactorily. ("n/a" When Not Applicable) 10. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With This Procurement Document Including Any Invoked Specifications And Drawings. 11. Contractor's Or Authorized Personnel's Signature And Printed Name. 3.22 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, Or S-5343934-3, The Certificate Of Compliance Must Also Include The Information Below: 3.22.1 Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.23 For All Electrical Components, The Following Applies: 1. First Article Inspection: As Specified Elsewhere In Paragraph 3 Per Applicable Manuals, Instruction, Drawings, Or Specifications. Cables That Have Been Repaired And Returned To Service Will Require First Article Inspection To Be Performed At The Time Of rectification For Use. 2. For C Of C Involving More Than One Cable Assembly, The Date Of Testing Must Be Marked As The Day In Which The Final Cable Assembly For The Contract Lot Was Tested. 3. Test Acceptance Signature: Contractor's Authorized Personnel Must Sign At The Completion Of All Required Testing Indicating Acceptance Of All Recorded Data And Certifying The Satisfactory Completion Of The Required Test(s).note: The Test Acceptance Signature must Be Annotated As Attesting That The Person Who Actually Performed Or Witnessed The Test Is Verifying That All Associated Test Parameters Were Met. 4. The Contractor's Internal Test Documentation Must Note Acceptability By The Initials And Date Of The Person Performing The Test And Must Be Maintained By The Contractor In Accordance With Contract Requirements. 5. Identification For Each Cable Or Lot Of Cables Tested Together And Identified With Component Serial Number To The Objective Quality Evidence (test Records Held At Manufactures Facility). This Is Necessary To Correlate The Testing Records To The Cables tested. 6. Dielectric Strength Testing: Manufacturer Is Required To Record The Required And Actual Voltage, Frequency, And Duration. 7. Hydrostatic Testing: Manufacturer Is Required To Identify The Hydrostatic Test Duration And Number Of Cycles (e.g. Cycle 1 - 3 X 100 +/-5 Psig For 5 Minutes) Required And Those Actually Accomplished During Testing. Manufacturer Is To Record The Results Of continuity Testing ,in Addition To Insulation Resistance Testing, Before And After Hydrostatic Testing. Low Voltage Insulation Resistance Testing May Be Utilized When Damage To The Equipment Is Highly Probable. 8. Manufacturer Is Required To Document The Required Test Value Or Parameter And Test Tolerance With Which The Testing Is Specified To Be Performed. This Information Comes From The Government Furnished Information (e.g. The Specification Or Governing requirement Document). when Documenting The Observed Test Pressure For Cable Lots, Minimum And Maximum Pressure Observed Must Be Reported. 1. Manufacturer Must Indicate The Required Duration For Testing As Outlined By Gfi And Actual Test Duration Witnessed At That Time. 2. Manufacturer Documentation Must Specify The Required Test Medium As Outlined By Gfi As Well As The Actual Test Medium Used For Testing. 3. Manufacturer Must Include All Reporting Of Allowable Leakage Specified Within Gfi In Addition To Actual Leakage Experienced During Testing (when Specified And Allowed). 3.24 The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And Rejected And The Nature Of Corrective action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.24.1 All Records Generated By The Manufacturer, Which Are Used As The Basis For Completing The C Of C, Are Required To Be Retained At The Manufacturers Facility For A Minimum Of Seven Years, Or As Noted By The Requirements Of The Contractually Invoked documents. 3.24.2 Manufacture's Objective Quality Evidence Documentation And Reference Data Applicable To This Contract Are Not Required To Be Shipped As A Deliverable, However These Articles Must Be Made Available For Review By The Government. Copies Of Documents required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The Government. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;10/20/2016 - Updated Ecds Url - Aug 08 2012 - Added Cable Quality Conformance Tests To The C Of C - Dec 17 2011 - Began Using Ecds For Submissions - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section.; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. date Of First Submission=asreq block 12 - See Clause 52.209-3 For Submittal Timeframes. 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 1.1.2 This ;cable Assembly; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May Require testing. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=s-5343934-2 |53711| G|ps |d|0001 | G|49998|0006770 drawing Data=s-5343934-2 |53711| G|ps |d|0002 | G|49998|0065427 drawing Data=s-5343934-2 |53711| G|ps |d|0003 | G|49998|0066314 drawing Data=s-5343934-2 |53711| G|ps |d|0004 | G|49998|0067102 drawing Data=s-5343934-2 |53711| G|ps |d|0005 | G|49998|0067471 drawing Data=s-5343934-2 |53711| G|ps |d|0006 | G|49998|0067654 drawing Data=s-5343934-2 |53711| G|ps |d|0007 | G|49998|0067056 drawing Data=s-5343934-2 |53711| G|ps |d|0008 | G|49998|0065247 drawing Data=s-5343934-2 |53711| G|ps |d|0009 | G|49998|0066592 drawing Data=s-5343934-2 |53711| G|ps |d|0010 | G|49998|0065586 drawing Data=s-5343934-2 |53711| G|ps |d|0011 | G|49998|0065340 drawing Data=s-5343934-2 |53711| G|ps |d|0012 | G|49998|0069404 drawing Data=s-5343934-2 |53711| G|ps |d|0013 | G|49998|0066344 drawing Data=s-5343934-2 |53711| G|ps |d|0014 | G|49998|0065445 drawing Data=s-5343934-2 |53711| G|ps |d|0015 | G|49998|0071369 drawing Data=s-5343934-2 |53711| G|ps |d|0016 | G|49998|0067353 drawing Data=s-5343934-2 |53711| G|ps |d|0017 | G|49998|0067656 drawing Data=s-5343934-2 |53711| G|ps |d|0018 | G|49998|0071052 drawing Data=s-5343934-2 |53711| G|ps |d|0019 | G|49998|0068417 drawing Data=s-5343934-2 |53711| G|ps |d|0020 | G|49998|0067377 drawing Data=s-5343934-2 |53711| G|ps |d|0021 | G|49998|0068241 drawing Data=s-5343934-2 |53711| G|ps |d|0022 | G|49998|0068866 drawing Data=s-5343934-2 |53711| G|ps |d|0023 | G|49998|0068702 drawing Data=s-5343934-2 |53711| G|ps |d|0024 | G|49998|0068065 drawing Data=s-5343934-2 |53711| G|ps |d|0025 | G|49998|0067709 drawing Data=s-5343934-2 |53711| G|ps |d|0026 | G|49998|0066916 drawing Data=s-5343934-2 |53711| G|ps |d|0027 | G|49998|0066393 drawing Data=s-5343934-2 |53711| G|ps |d|0028 | G|49998|0066198 drawing Data=s-5343934-2 |53711| G|ps |d|0029 | G|49998|0068711 drawing Data=s-5343934-2 |53711| G|ps |d|0030 | G|49998|0089786 drawing Data=s-5343934-2 |53711| G|ps |d|0031 | G|49998|0029775 drawing Data=s-5343934-2 |53711| G|ps |d|0032 | G|49998|0030019 drawing Data=s-5343934-2 |53711| G|ps |d|0033 | G|49998|0084327 drawing Data=s-5343934-2 |53711| G|ps |d|0034 | G|49998|0085842 drawing Data=s-5343934-2 |53711| G|ps |d|0035 | G|49998|0084383 drawing Data=s-5343934-2 |53711| G|ps |d|0036 | G|49998|0044587 drawing Data=s-5343934-2 |53711| G|ps |d|0037 | G|49998|0101905 drawing Data=s-5343934-2 |53711| G|ps |d|0038 | G|49998|0033628 drawing Data=s-5343934-2 |53711| G|ps |d|0039 | G|49998|0091810 drawing Data=s-5343934-2 |53711| G|ps |d|0040 | G|49998|0074342 drawing Data=s-5343934-2 |53711| G|ps |d|0041 | G|49998|0086740 drawing Data=s-5343934-2 |53711| G|ps |d|0042 | G|49998|0074050 drawing Data=s-5343934-2 |53711| G|ps |d|0043 | G|49998|0109000 drawing Data=s-5343934-2 |53711| G|ps |d|0044 | G|49998|0078604 drawing Data=s-5343934-2 |53711| G|ps |d|0045 | G|49998|0085872 drawing Data=s-5343934-2 |53711| G|ps |d|0046 | G|49998|0081248 drawing Data=s-5343934-2 |53711| G|ps |d|0047 | G|49998|0090059 drawing Data=s-5343934-2 |53711| G|ps |d|0048 | G|49998|0081329 drawing Data=5486639 |53711| V| |d|0001 | |49998|3383247 drawing Data=5486641 |53711| K| |d|0001 | |49998|1542116 drawing Data=5486641 |53711| K| |d|0001.a | H|49998|0016181 document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=ss800-ag-man-010/p-9290 | | |a |200324|a| |42| document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | document Ref Data=s9320-am-pro-020/mldg | | |2 |990801|a| | | 3. Requirements 3.1 ;the Cable Assembly Must Be Manufactured In Accordance With Navsea Drawing 5486639 Item 188, Navsea Drawing 5486641 Cable K-hng5400, Dry Deck Shelter Specification S-5343934-2/6 Part Number 2408301-1000, Csd313, Csd317, And Csd321 Except As Modified Or amplified Herein.; 3.2 The Cable Assembly Must Be Wired And Molded In Accordance With Volume Ii Of Navsea S9320-am-pro-020/mldg By An Approved Vendor Listed In Csd023 Of The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/ 3.2.1 The Approved Vendor Utilized For This Contract, If Other Than The Prime Manufacturer, Must Be Identified On The Special Emphasis C Of C. 3.3 Each Cable Assembly Must Be Subjected To The Quality Conformance Tests Of Specification S-5343934-2 Tables 2 And 3; Except That Table 3 Of S-5343934-2 Must Be Modified By Csd031 Of The Contract Support Library. 1. Examination Of Product Iaw Paragraph 3.4 And Tested To Paragraph 4.6 2. Dielectric Withstanding Voltage Iaw Paragraph 3.6.1 And Tested To Paragraph 4.7.1 3. Continuity Iaw Paragraph 3.6.2 And Tested To Paragraph 4.7.2 4. Insulation Resistance Iaw Paragraph 3.6.3 And Tested To Paragraph 4.7.3 5. Hydrostatic Pressure Iaw Paragraph 3.6.4 And Tested To Paragraph 4.7.4 6. Post-test Examination Of Product Iaw Paragraph 4.6.1 3.3.1 Each Conformance Test Must Be Listed Separately On The Navy Special Emphasis Program (nsep) Certificate Of Compliance (c Of C) As Being Performed And Found Acceptable. 3.4 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.5 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd023, Csd031, Csd313, Csd317, And Csd321; In Ecds At Https://register.nslc.navy.mil/ 3.6 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.7 First Article Approval (contractor Testing) - First Article Test (fat) And Approval Is Required. 3.8 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.8.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Sup
Closing Soon25 Oct 2024
Tender AmountRefer Documents 

City Of Lamitan Tender

Electronics Equipment...+2Electrical Goods and Equipments, Construction Material
Philippines
Details: Description Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao (barmm) Province Of Basilan City Government Of Lamitan Invitation To Bid Procurement Of Office Supplies For The 3rd And 4th Quarter 2024 Requested By The Different Offices Of The City Government Of Lamitan The City Government Of Lamitan, Through The Different Offices Under The Office Supplies Expenses For F.y 2024 Intends To Apply The Sum Of Philippine Peso: One Million Seven Hundred Thirty-six Thousand Nine Hundred Fifty-one Pesos And 25/100. (php 1,736,951.25) Being The Abc To Payments Under The Contract For The Procurement Of Office Supplies For The 3rd And 4th Quarter 2024 Requested By The Different Offices Of The City Government Of Lamitan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Government Of Lamitan Through The Different Offices Under The Office Supplies Expenses For F.y 2024 Intends To Apply The Following Abc Per Item To Payments Under The Contract For Each Item, To Wit: Item No. Quantity Unit Of Issue Item Description Estimated Unit Cost Estimated Cost 1 12 Pcs Adventurer Magazine File Mfpb-h Legal Horizontal (black) Php312.00 Php3,744.00 2 97 Bots Air Freshener Lemon 247.00 23,959.00 3 20 Pcs Air Freshener (glade Paste) 183.00 3,660.00 4 76 Pcs Albatros With Handle 60.50 4,598.00 5 188 Bots Alcohol 500ml (casino) 131.00 24,628.00 6 35 Bots Alcohol 500ml (green Cross) 106.00 3,710.00 7 26 Bots Alcohol (250ml) Casino Ethyl 65.00 1,690.00 8 10 Gals Alcohol 825.00 8,250.00 9 23 Doz Ariel Powder - Twin Size 173.25 3,984.75 10 5 Doz Ariel With Downy (48g) 214.50 1,072.50 11 10 Pads Attachment Form #102 Birth 605.00 6,050.00 12 10 Pads Attachment Form #103 Death 605.00 6,050.00 13 20 Reams A3 Bond Paper 550.00 11,000.00 14 374 Reams A4 Bond Paper 269.00 100,606.00 15 5 Boxes Ballpen Hbw 9801 Black & Blue 250.25 1,251.25 16 33 Boxes Ballpen 12's Good Quality Black 106.00 3,498.00 17 6 Boxes Ballpen 12's Good Quality Blue 106.00 636.00 18 2 Boxes Ballpen 12's Good Quality Red 106.00 212.00 19 629 Pcs Brown Envelope Long 14.00 8,806.00 20 139 Pcs Brown Envelope Short 10.00 1,390.00 21 10 Bots Brother Ink (bt6000) Black 687.50 6,875.00 22 8 Bots Brother Ink (bt5000) Cyan 687.50 5,500.00 23 8 Bots Brother Ink (bt5000) Magenta 687.50 5,500.00 24 8 Bots Brother Ink (bt5000) Yellow 687.50 5,500.00 25 1 Set Brother Ink Refill For Printer (dcp-t720dw) 3,150.00 3,150.00 26 170 Pcs Ballpen Black 10.00 1,700.00 27 20 Pcs Ballpen Red 10.00 200.00 28 7 Bots Baygon Spray 500ml 386.00 2,702.00 29 20 Pcs Broom - Tambo 242.00 4,840.00 30 16 Pcs Broom - Ting-ting 35.00 560.00 31 672 Reams Cactus Long 280.00 188,160.00 32 650 Reams Cactus Short 258.00 167,700.00 33 1 Pc Calculator 12 Digits - Good Quality 830.00 830.00 34 1 Pc Calculator 12 Digits (casio Jw-200sc-gy) Gray 1,300.00 1,300.00 35 2 Boxes Carbon Paper Long (red Feather) 208.00 416.00 36 4 Bots Car Air Freshener 247.00 988.00 37 20 Pcs Cartolina 15.00 300.00 38 5 Boxes Clip Binder 2" 86.00 430.00 39 2 Boxes Clip Binder 1 1/2" 70.00 140.00 40 7 Boxes Clip Binder 1" 35.00 245.00 41 202 Pks Coffee 3 In 1 282.00 56,964.00 42 1 Pad Columnar Sheet (24 Columnns) 88.00 88.00 43 5 Pcs Computer Mouse (usb Type) 286.00 1,430.00 44 1 Pc Cork Board 2x3 1,045.00 1,045.00 45 12 Pcs Correction Pen Liquid (paper Mate) 60.50 726.00 46 182 Pcs Correction Tape Whiper Plus 132.00 24,024.00 47 1 Doz Cup & Saucer 598.00 598.00 48 10 Pcs Cutter 99.00 990.00 49 36 Bots Dishwashing Liquid (250 Ml) 97.00 3,492.00 50 30 Bots Dishwashing Liquid 495ml 150.00 4,500.00 51 30 Pcs Detergent Bar 31.00 930.00 52 21 Bots Domex 500ml 125.00 2,625.00 53 12 Pcs Doormat 181.50 2,178.00 54 37 Rolls Double Sided Tape 1" 27.50 1,017.50 55 12 Roll Double Sided Tape ¼" 35.00 420.00 56 5 Pcs Dust Pan 168.00 840.00 57 6 Pcs Dipper 77.00 462.00 58 1 Pc Dish Drainer 564.00 564.00 59 24 Gals Downy 3.8l 841.00 20,184.00 60 16 Pcs Dest Tray - 3 Layers 770.00 12,320.00 61 1 Bndle Dtr 279.00 279.00 62 64 Bots Elmer's Glue - 130g 77.00 4,928.00 63 4 Bots Elmer's Glue Big 473ml 393.25 1,573.00 64 11 Bots Epson Ink 001 Black 786.50 8,651.50 65 3 Bots Epson Ink 001 Cyan 786.50 2,359.50 66 3 Bots Epson Ink 001 Magenta 786.50 2,359.50 67 3 Bots Epson Ink 001 Yellow 786.50 2,359.50 68 95 Bots Epson Ink Black 003 786.50 74,717.50 69 48 Bots Epson Ink Cyan 003 786.50 37,752.00 70 48 Bots Epson Ink Magenta 003 786.50 37,752.00 71 46 Bots Epson Ink Yellow 003 786.50 36,179.00 72 31 Bots Epson Ink Black T6641 385.00 11,935.00 73 11 Bots Epson Ink Cyan T6642 385.00 4,235.00 74 11 Bots Epson Ink Magenta T6643 385.00 4,235.00 75 11 Bots Epson Ink Yellow T6644 385.00 4,235.00 76 70 Bots Epson Ink 664 Black 385.00 26,950.00 77 39 Bots Epson Ink 664 Cyan 385.00 15,015.00 78 39 Bots Epson Ink 664 Magenta 385.00 15,015.00 79 39 Bots Epson Ink 664 Yellow 385.00 15,015.00 80 19 Sets Epson Ink 664 (4 Set Of Color) 1,540.00 29,260.00 81 6 Sets Epson Ink 003 3,146.00 18,876.00 82 2 Set Epson Ink 001 3,146.00 6,292.00 83 768 Pcs Expanding Envelope Long 25.00 19,200.00 84 285 Pcs Expanding Folder Long 25.00 7,125.00 85 73 Boxes Fastener - Plastic 54.00 3,942.00 86 30 Pcs Flashlights Rechargeable 500.00 15,000.00 87 554 Pcs Folder Short White 13.25 7,340.50 88 704 Pcs Folder Long White 14.00 9,856.00 89 10 Pcs Folder Long (transparent) 20.00 200.00 90 1 Doz Fork 60.00 60.00 91 10 Pads Form 103 Death 605.00 6,050.00 92 10 Pads Form 97 Marriage 605.00 6,050.00 93 3 Bots Furniture Polisher 250ml (pledge) 122.00 366.00 94 43 Bots Glass Cleaner 500ml 175.00 7,525.00 95 6 Bots Glade Car Gel 202.00 1,212.00 96 15 Pcs Glue Stick 44.00 660.00 97 4 Pcs Hand Towel 378.00 1,512.00 98 2 Pcs Hbw Stapler 9949-1 With Remover 284.00 568.00 99 10 Cart. Hp 21 Ink (black) 1,275.00 12,750.00 100 10 Cart. Hp 22 Ink (colored) 1,275.00 12,750.00 101 10 Cart. Hp 704 Ink (black) 720.00 7,200.00 102 10 Cart. Hp 704 Ink (colored) 720.00 7,200.00 103 3 Pcs Keyboard Wired A4tech Pk-8572 1,100.00 3,300.00 104 3 Pcs Kyocera Tk-1175 Toner Kit 8,892.00 26,676.00 105 3 Pcs Kyocera Taskalfa 2020 Ink (tk 4140) 10,320.00 30,960.00 106 1 Pc Kyocera Toner Tk-135 5,293.75 5,293.75 107 10 Rolls Laminating Film 2,160.00 21,600.00 108 1 Pc Laserjet Print Cartridge 26a Cf226a 10,990.00 10,990.00 109 15 Pcs Led Bulb 9 Watts 145.00 2,175.00 110 3 Pcs Liquid Pencil 35.75 107.25 111 33 Bots Lysol (170ml) 302.00 9,966.00 112 2 Boxes Mailing Envelope Long White 390.00 780.00 113 10 Pads Marriage Application 605.00 6,050.00 114 5 Rolls Masking Tape 1" 20.00 100.00 115 28 Rolls Masking Tape 2" 33.00 924.00 116 37 Boxes Mygel .5 Black 401.00 14,837.00 117 4 Boxes Mygel .5 Blue 401.00 1,604.00 118 4 Pcs Mouse Pad 242.00 968.00 119 9 Gals Muriatic Acid 220.00 1,980.00 120 150 Kls Native Coffee 88.00 13,200.00 121 30 Rolls Packing Tape 2" 55.00 1,650.00 122 2 Pcs Padlock 144.00 288.00 123 30 Pads Page Marker (assorted Color) 35.75 1,072.50 124 13 Pcs Pail 170.00 2,210.00 125 15 Boxes Paper Clamp Big 86.00 1,290.00 126 1 Box Paper Clamp Small 38.50 38.50 127 65 Boxes Paper Clip Jumbo - Colored 43.50 2,827.50 128 44 Boxes Paper Clip Small - Colored 32.50 1,430.00 129 204 Pks Paper Cups 82.50 16,830.00 130 2 Pcs Paper Cutter Board 1,072.50 2,145.00 131 36 Boxes Pencil Mongol No.2 120.50 4,338.00 132 4 Pcs Pen Organizer 150.00 600.00 133 2 Pcs Puncher Single Hole 262.50 525.00 134 6 Pcs Puncher Heavy Duty 2 Holes 342.00 2,052.00 135 86 Pks Photo Paper A4 (best Quality) 126.00 10,836.00 136 82 Pks Photo Paper Sticker 191.00 15,662.00 137 10 Sets Pigment Ink 1,760.00 17,600.00 138 5 Reams Pink Paper With Holes 357.50 1,787.50 139 5 Boxes Push Pin 50's 33.00 165.00 140 2 Boxes Pilot - Hi-tech Point V5 Black 773.00 1,546.00 141 1 Box Pilot - Hi-tech Point V5 Blue 773.00 773.00 142 1 Box Pilot - Hi-tech Point V5 Red 773.00 773.00 143 2 Boxes Pilot Ballpoint Fine (black) 740.00 1,480.00 144 5 Boxes Pilot Pen Black 601.00 3,005.00 145 53 Pcs Pilot Pen - Black 51.00 2,703.00 146 25 Pcs Pilot Pen - Blue 51.00 1,275.00 147 3 Sets Printer Ink A3 L1800 (6 Colors Set) 3,060.00 9,180.00 148 1 Doz Plate 406.00 406.00 149 12 Pcs Plus Correction Tape Refill 132.00 1,584.00 150 8 Box Plus Correction Tape Whiper 1,320.00 10,560.00 151 200 Cases Purified Drinking Water 264.00 52,800.00 152 11 Boxes Pvc Cover A4 858.00 9,438.00 153 50 Pcs Raincoat - Poncho 650.00 32,500.00 154 45 Pcs Record Book 500 Leaves 122.00 5,490.00 155 35 Pcs Record Book 300 Leaves 101.25 3,543.75 156 12 Pcs Record Book Junior 300 Leaves 96.00 1,152.00 157 5 Pcs Ring Binder 1" 60.00 300.00 158 5 Pcs Ring Binder 1.5" 20.00 100.00 159 2 Pks Sando Bag Big 264.00 528.00 160 48 Pcs Scissors Big Heavy Duty 112.25 5,388.00 161 17 Rolls Scotch Tape 1" 19.00 323.00 162 51 Rolls Scotch Tape 2" Transparent 60.00 3,060.00 163 3 Rolls Scotch Tape 2" Brown 55.00 165.00 164 5 Pc Scotch Tape Dispenser 420.00 2,100.00 165 255 Pcs Sign Pen - Black 33.00 8,415.00 166 1 Box Sign Pen (black 1.0) Pilot V7 1,030.00 1,030.00 167 1 Box Sign Pen (blue 1.0) Pilot V7 1,030.00 1,030.00 168 2 Boxes Sign Pen (finetech) 1,050.00 2,100.00 169 30 Pcs Slippers Size 10 59.00 1,770.00 170 5 Pks Special Paper A4 (cream) 78.75 393.75 171 22 Pks Special Paper Short 44.00 968.00 172 2 Pcs Sponge 30.00 60.00 173 1 Doz Spoon 60.00 60.00 174 2 Bots Stamp Pad Ink Purple 475ml 158.00 316.00 175 15 Bars Soap Bar 32.00 480.00 176 12 Pcs Soap (safeguard) 48.75 585.00 177 17 Boxes Staple Wire #10 17.00 289.00 178 65 Boxes Staple Wire #35 81.00 5,265.00 179 5 Pcs Stapler #10 117.75 588.75 180 24 Pcs Stapler #35 With Remover 549.00 13,176.00 181 2 Pcs Steel Measuring Tape 8 Meters (stanley) 580.00 1,160.00 182 2 Pads Sticky Notes 71.50 143.00 183 6 Pks Sticker Paper Long (matte) 76.00 456.00 184 60 Pcs Stabilo Highlightener 41.25 2,475.00 185 5 Set Sublimation Ink 660.00 3,300.00 186 100 Kls Sugar Brown 54.00 5,400.00 187 6 Kls Surf With Downy Powder (1000g) 142.00 852.00 188 7 Boxes Thumbtacks 21.00 147.00 189 279 Rolls Tissue Joy 2 Ply 20.00 5,580.00 190 85 Rolls Tissue 4 Ply 20.00 1,700.00 191 25 Doz Tissue 238.00 5,950.00 192 32 Rolls Trash Bag Medium 93.00 2,976.00 193 8 Pcs Trash Can Big With Cover 885.50 7,084.00 194 2 Pcs Type Writter Ribbon Daito 43.00 86.00 195 10 Pcs Tornado Mop 1,003.75 10,037.50 196 10 Pcs Toilet Brush 206.25 2,062.50 197 1 Pc Usb 16gb 263.00 263.00 198 9 Pcs Usb 32gb 425.00 3,825.00 199 6 Pcs Usb 64 Gb Sandisk 513.00 3,078.00 200 61 Pks Vellum Paper Long (10's) 49.50 3,019.50 201 50 Pks Vellum Paper Short (10's) 44.00 2,200.00 202 2 Pcs Wall Clock 574.00 1,148.00 203 26 Pks Wet Wipes 66.00 1,716.00 204 3 Boxes Whiper Refill 1,320.00 3,960.00 205 15 Pcs White Board Marker Black 86.00 1,290.00 206 1 Box White Board Marker Black Pilot 1,030.00 1,030.00 207 2 Pcs White Board Eraser 40.00 80.00 208 9 Pcs Wooden Brush Big With Handle 82.50 742.50 209 1 Bot Wood Glue 189.00 189.00 210 17 Pads Yellow Paper 37.00 629.00 211 29 Gals Zonrox Disinfectant (original) 174.00 5,046.00 ****nothing Follows**** Total Php1,736,951.25 Bids Received In Excess Of The Abc For Each Item Shall Be Automatically Rejected At Bid Opening. 1. The City Government Of Lamitan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Forty-five (45) Calendar Days Upon Receipt Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Prospective Bidders May Obtain Further Information From City Government Of Lamitan Bids And Awards Committee Office, 3rd Floor, Main Building City Hall Complex, Rizal Avenue, Brgy. Maganda, Lamitan City And Inspect The Requisite Bidding Documents At The Address Given Above During Mondays – Fridays (8:00 Am – 5:00 Pm). 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 30-october 29, 2024 Until 10:00 Am From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The City Government Of Lamitan Will Hold A Pre-bid Conference On October 15, 2024. 6. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 10:00 Am On October 29, 2024.late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On October 29, 2024 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of Lamitan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Mr. Omar S. Alfaro Bac Head Secretariat, Bids And Awards Committee Bac Conference Room, 3rd Floor, Main Building, City Hall Complex, Rizal Ave., Brgy. Maganda, Lamitan City, Basilan 09758223958/lamitanbac.22@gmail.com September 30, 2024 Forester Allan R. Tura Chairperson, Bids And Awards Commitee
Closing Date29 Oct 2024
Tender AmountPHP 1.7 Million (USD 30.2 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Others
United States
Details: Sources Sought Synopsis description: This "sources Sought Synopsis" Shall Be Used To Determine The Availability Of Potential Sources Having The Skills And Capabilities Necessary To Perform/provide Mortuary Services For Slvhcs- New Orleans, La. All Interested Vendors Are Invited To Provide Information To Contribute To This Market Survey/sources Sought Synopsis Including, Commercial Market Information. This Is Not A Solicitation Announcement. This Is A Sources Sought Synopsis Only. Provide Only The Requested Information Below. the Purpose Of This Synopsis Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification: Service Disabled/veteran Owned Small Business. (sdvosb/vosb), Hubzone, 8(a), Small, Small Disadvantage, Woman Owned Small Business, Or Large Business) Relative To Naics 339112, Surgical And Medical Instrument Manufacturing. Responses To This Synopsis Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Synopsis, A Solicitation Announcement May Be Published On Gsa Ebuy Or Contract Opportunities Website. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses To The Solicitation Announcement. All Interested Offerors Must Respond To The Solicitation Announcement In Addition To Responding To This Sources Sought Announcement. please Demonstrate The Contractor's Ability To Perform Services Of This Nature As The Course Of Its Daily Business Operations. Services Shall Be Performed In Accordance With Industry Standards And Practices By Qualified Personnel. responses Must Be Emailed To Luke.miles@va.gov No Later Than 12:00 Pm Cst, October 31, 2024. Your Response Should Include: statement Of Cabability business Size & Socioâ­economic Status gsa Contract (if Available) Please Place "attention: Mortuary Services - Slvhcs", In The Subject Line Of Your Email. This Notice Is To Assist The Va In Determining Sources Only. A Solicitation Is Not Currently Available; Therefore, Do Not Request A Copy Of A Solicitation. If A Solicitation Is Issued It Will Be Announced Later, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Announcement. requested Information: (1) Statement Of Cabability: (a) Submit A Brief [five (5) Pages Or Less] Capability Statement Explaining Your Capability To Perform Commercial And Industrial Machinery Repair And Maintenance Services. (b) Include The Number Of Qualified Personnel Need To Accomplish This Service. (c) Include Experience In Performing These Services For The Va, Other Government (federal Or State) Agency, Or For A Private Medical Facility. Please Specify Your Maximum Capacity And Your Availability To Start. (d) Please State The Distance Of Your Facility From The Department Of Veteran Affairs, southeast Louisiana Veterans Health Care System 2400 Canal Street new Orleans, La 70119 (2) Business Size And Socio-economic Status: (a) Indicate If Your Firm Is A Certified Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) (b) If Small, Indicate If Your Firm Qualifies As A Small, Emerging Business, Or Small Disadvantaged Business (c) If Disadvantaged, Specify Under Which Disadvantaged Group And If Your Firm Is Certified Under Section 8(a) Of The Small Business Act (d) Indicate If Your Firm Is A Certified Hub Zone Firm (e) Indicate If Your Firm Is A Woman-owned Or Operated Business (f) Indicate Whether Your Business Is Large Or Small (g) Include The Duns Number Of Your Firm. (h) State Whether Your Firm Is Registered With The System For Award Management (sam) At Http://www.sam.gov And/or The Vetbiz Registry At Http://vip.vetbiz.gov/. If Not, Please Note: Any Future solicitation Could Only Be Awarded To A Contractor Who Is Registered In The System For Award Management (sam). To Receive Award Based On Sdvosb Or Vosb Status You Must Be Registered In The Vetbiz Registry. (3) Gsa Contract Number specified Requirement: The Contractor Shall Communicate Its Capabilities To Accomplish The Following: Mortuary Services - Slvhcs" (see Attached Draft Sow For Detailed Information). draft Statement Of Work mortuary Services For Unclaimed Remains southeast Louisiana Veterans Healthcare System 2400 Canal Street new Orleans, La 70119 general Information: the Department Of Veterans Affairs Southeast Louisiana Veterans Health Care System Require Mortuary Services For Deceased Veterans. The Contractor Shall Provide The Facilities, Equipment, Licensed Personnel, Motor Vehicles, Professional Funeral Services, Caskets, Outer Shipping Containers, Resources And Transportation Necessary To Support The Handling Of Unclaimed Remains Of Deceased Veterans From Within The Southeast Louisiana Veterans Health Care System (slvhcs), The Slvhcs Community Based Outpatient Clinics (cbocs), And The Southeast Louisiana Veterans Health Care System Area Of Responsibility Extending From New Orleans La To Baton Rouge La. The Contractor Will Also Deliver The Deceased Primarily To The Southeast Louisiana Veterans Cemetery As A Part Of The Service. The Louisiana National Cemetery May Serve As An Alternate Location For Interment. The Service Provider Shall Comply With The Department Of Veterans Affairs (va) Requirements And Specifications And Federal, State, And Local Health Laws, Statutes, And Regulations In The Performing The Following Tasks As Identified In This Statement Of Work (sow). New Orleans Va Medical Center Is Located At 2400 Canal St, New Orleans, La 70119. period Of Performance: this Contract Will Be Awarded As A Five-year Indefinite Delivery (id/iq) Contract. the Contractor Is Expected To Perform The Work In Such A Manner As To Ensure Services Of The Highest Type, And Thus Eliminate Any Possibility Of Warranted Criticism Of The Va. In Agreeing To Perform Mortuary Services As Required By The Va, The Contractor Shall Not Discriminate In The Handling Of Remains Due To Race, Creed, Sex, Or National Origin Of The Deceased. an Unclaimed Veteran Shall Be Determined To Be A Veteran Who Has Expired In A Va Health Care Facility Or A Non-va Health Care Facility Under Authorized Admission At Va Expense With No Next Of Kin To Claim Their Remains And Insufficient Funds To Cover Burial Expenses In Accordance With Vha Directive 1601b.04. This May Include Deceased Indigent Veterans Without Sufficient Personal Funds To Cover Burial Expenses With No Next Of Kin, Deceased Veterans Who Have Been Abandoned By Known Next Of Kin Or Known Next Of Kin Of The Decedent Who Have Refused To Claim The Veteran, And The Deceased Veteran Has Expired In A Va Health Care Facility Or Non-va Facility Under Authorized Admission At Va Expense. description Of The Work To Be Performed: the Contractor Shall Be Responsible For Providing Professional Services Of The Highest Quality To Assure Viewing Of The Remains Under Optimal Conditions. the Contractor Shall Practice Hygienic Measures That Will Assure Complete And Satisfactory Disinfection And Sanitation Of The Funeral Establishment. the Contractor Shall Adhere To All Louisiana Laws And Revised Statutes Directing The Proper Disposition Of Remains, Embalming, Funeral Services, Preparation Of Death Certificates, Permits, And Any State Rulings Governing The Proper Treatment Of Deceased Individuals. the Contractor Shall Have A Sufficient Number Of Licensed Embalmers To Process (embalm) Or Reprocess Any Remains On A Timely Basis. Interns Or Apprentices May Be Used To Assist The Licensed Embalmer In Accordance With Applicable State Regulations. transport Vehicles, Supplies, Equipment, And Technical Procedures Shall Conform To Standards And Professional Techniques Acceptable To The State Of Louisiana, Louisiana Department Of Veterans Affairs And The National Cemetery Administration. the Contractor Shall Be Within A 40-mile Radius From The Va Medical Center. contractor S Facility Shall Meet Federal, State, Local And National Environment Policy Act (nepa) Fire And Life Safety Codes. The Contractor S Facility Shall Comply With Current Va Standards For Handicapped Accessibility. Any Change Of The Contractor S Facility Location During The Contract Term Shall Be Approved In Advance By The Contracting Officer (co). all Supplies, Technical Procedures, And Documentation Shall Conform To The Standards And Professional Techniques Acceptable To The Funeral Service Industry And The Federal Trade Commission. cremation Of Remains Is Not Authorized Iaw Vha Directive 1601b.04 And This Contract. the Contractor Shall Not Subcontract Any Work Under This Contract Without The Contracting Officer S Written Approval. This Cause Does Not Apply To Contracts Of Employment Between The Contractor And Its Personnel. vamc Responsibilities in Accordance With The Vamc S Arrangement Preferences, Vamc Will Advise The Contractor Of The Veteran S Preference For Burial. If No Preferences Were Identified By The Veteran, The Facility Will Request Direct Burial Services From The Contractor. the Vamc Facility Director Or Designated Representative (dr) Is Responsible For Inspecting The Unclaimed Remains Prior To Release In Accordance With Veterans Health Administration (vha) Directive 1601b.04. (see Attachment) the Co Will Delegate A Contracting Officer Representative (cor) To Be Responsible For The Inspection Of The Mortuary Services And The Merchandise Furnished For Unclaimed Remains. notification To Pick-up Unclaimed Remains. The Vamc Cor Or Designated Representative Will Notify The Contractor Of Unclaimed Remains. The Contractor Shall Pick Up And Transport The Deceased Veteran S Remains Within 36 Hours Once Notified By Va That Remains Are Ready To Be Released. scope Of Work General Tasks By The Contractor preparation Of Remains (body) Services For Interment. the Cor Or Dr Will Advise The Contractor Of The Veteran S Religious Or Cultural Preference, If Known, For Remains Burial. If No Prior Preference Was Given By The Veteran, The Preference Shall Be Direct Burial. remains Shall Be Prepared, Dressed And Cosmetically Enhanced As Prescribed In The Specifications. each Remain, Viewable Or Non-viewable, Shall Be Embalmed Using A Method That Provides The Optimum Result. pre-embalming Services remains Shall Be Bathed Unless When It Is Impossible Due To The Condition Of The Remains. The Female/male Body Hair Shall Be Washed And Groomed. For Example: Fingernails Shall Be Cleaned And Trimmed; The Mouth Shall Be Securely Closed To Form A Natural Expression And Ensure Eyelids Are Prepared To Prevent Wrinkling And A Sunken Appearance Of The Eyes. The Use Of Cosmetics Shall Be Applied To Only Produce Natural Color And Texture. any Lacerations, Abrasions, Incisions, Excisions And Burn Wounds Shall Be Sutured And/or Sealed To Prevent Leakage. Swollen Or Distorted Features Shall Be Reduced To The Normal Contours Enjoyed During Life. Postmortem Stains Shall Be Chemically Bleached By Applying Packs And/or Needle Injection. On Viewable Areas, Further Treatment Shall Consist Of The Use Of Masking Cosmetics To Render Stains Non-detectable. body Orifices Shall Be Treated With A Disinfectant, Non-astringent Chemical (generic Categories Such As Phenyl Phenols And Iodophors) And Packed With Cotton. Bedsores, Ulcerated, Burned, And Necrotic Tissue Shall Be Treated Either By Hypodermic Injection, Or Pack Application Of Deodorizing Or Preserving Chemical. maggots And Other Insect Larvae Shall Be Destroyed And Their Breeding Sites In Or On The Remains Will Be Thoroughly Treated With An Insecticide Chemical. the Contractor Shall Ensure That The Body Is Effectively Disinfected, Uniformly Preserved And Offensive Odors Eliminated Before The Remains Are Casketed. preparation Of Remains (body Is Intact) each Remain, Viewable And Non-viewable, Requires Variation In The Embalming Treatment To Accomplish The Optimum Results. A Recommended Procedure To Achieve These Goals Is The Injection Of The Solution At A Moderate Rate. The Addition Of A Humectant To The Solutions Is Also Helpful In Reducing Over-dehydration Effects. processing Non-viewable Remains. for All Remains, Multi-site Injection And Drainage Technique Shall Be Attempted. in The Case Of Autopsied And Louisiana Organ Procurement Agency Donation Cases, All Incisions Shall Be Tightly Sutured And Treated To Prevent Leakage. restorative Work Such As Derma Surgery, If Required, Shall Be Used To Present A Normal Lifelike Appearance. body Areas Shall Be Treated By Means Of A Trocar, Using Undiluted Cavity Chemicals Having A 30 Index (%) Or Greater. In Addition, Packs, Special Gels And Or Dry Sanitizers Shall Be Used To Assure Preservation, Prevent Leakage, And Eliminate All Offensive Odors (if Required.) cranial, Thoracic, And Abdominal Cavities, When Present, Shall Be Relieved Of Gasses And Distention. The Cavities Shall Then Be Treated By Injecting A Minimum Of 32 Ounces Of A Concentrated Cavity Chemical, Having A 30-index (%) Or Greater. when Material Injection And/or Cavity Treatment Is Impossible, All Matriculated And Disarticulated Anatomical Portions Shall Be Thoroughly Disinfected And Preserved Via Accessory Chemical Embalming Techniques. non-injectable Intact Remains And/or Disarticulated Anatomical Portions Shall Be Immersed Or Hypo-injected With Trocar And/or Syringe And Needle, Using Full Strength Cavity Chemicals 30-index (%) Or Greater. Surface Application Of Liquid, Gel, Or Dry Sanitizers And Preservatives Is Also Required To Supplement Primary Needle And/or Hypo Injection Techniques. in Accordance With State Law, If The Condition Of The Body Does Not Permit Embalming By The Introduction Of Chemical Substances, Fluids, Or Gas Into The Body By Vascular Or Hypodermic Injection Or By Direct Application Into The Organs Or Cavities, It Shall Be Embalmed By An Outward Application Of Such Substances. processing Viewable Remains. a Thorough Pre-embalming Case Analysis Shall Be Made In Order To Determine The Best Embalming Techniques To Be Used To Obtain Optimum Results. the Technique Of Arterial Injection And Venous Drainage Is Of Utmost Importance As Well As The Need For Adding Humectant (moisture Retention Chemicals) To The Arterial Solution Injected. the Mineral Chemical Injection Solution Shall Contain A 2% To 3% Concentration, By Volume, Of Aldehyde Or Aldehyde Derivative Preservative Agent(s), With Equal Parts Of A Humectant Chemical Also Being Added To The Injection Solution. the Thoracic, Abdominal, And Pelvic Cavities Shall Be Thoroughly Aspirated And Injected With Full-strength Cavity Chemicals Having A 30 Index (%) Or Greater, Using A Minimum Of 16 Ounces For Each Cavity. needle Injections, Packs, Or Other Special Treatments Shall Be Accomplished, As Required, To Assure The Preservation And Disinfection Of All Body Tissues, Including Those Associated With Body Cavities (organs). a Lanolin-based (or Comparable) Massage Cream Shall Be Applied On The Face And Hands. for Autopsied Remains. Incisions Shall Be Tightly Sutured And Treated To Prevent Leakage. autopsied Remains. If A Partial Or Complete Autopsy Is Performed, A 6-point Injection With Multisite Drainage Shall Be Accomplished, Using Arterial Chemical Solutions As Specified For Processing Viewable Remains. other Preparations Of The Body Remains the Following Services Shall Be Provided Includes Dressing, Make-up, Casketing, Hair Care, Post-autopsy Care, Refrigeration And Reconstruction/restorative Arts. treatment Of Scalp. If The Scalp Was Shaved Because Of Medical Treatment Or Surgery, Processing Or Reprocessing Shall Be Accomplished As Specified For Viewable Remains, After Which The Cranium Shall Be Wrapped With Gauze Or Equivalent In A Neat And Professional Manner. mutilated Hands. If The Hands Are Mutilated And Restoration Is Not Possible, The Hands Shall Be Treated In A Manner, Which Shall Render The Tissue Firm, Dry, And Thoroughly Preserved. The Hands Shall Be Covered By Either Wrapping With Gauze Or Equivalent In A Neat And Professional Manner, Or By Placing Gloves On The Hands. dressing Remains. The Deceased Will Be Buried In Personally-owned Clothing, If Available. If Personal Clothing Is Not Available, Or In Poor Condition, The Contractor Will Provide Appropriate Underclothing, Men S Suits And Women S Dresses As Needed. The Purchase Of Any Aforementioned Clothing Items Will Not Exceed The Allocated Amount Per Fiscal Year, Per Burial, In Accordance With This Contract. casket. Remains Shall Be Placed In The Casket In A Manner That Will Create An Appearance Of Rest And Composure And Ensure Maintenance Of Position During Transit. casket Type And Material. The Casket, At A Minimum, Should Be Constructed From Thick, Strong Particle Board And Be Sufficient Strength To Support The Weight Of An Adult Human Body. Cardboard Or Pressed Paper Or Similar Materials Are Not Acceptable. The Casket Must Be Appropriately Assembled And The Exterior Must Have Handles To Aid In Movement. unacceptable Casket Material: Cardboard Or Pressed Paper Or Similar Materials Are Not Acceptable. the Casket Shall Be Of Sufficient Size To Prevent The Appearance Of Crowding And Cramping Of The Remains. The Cost Of An Oversized Casket, If Needed, Has Been Projected Into The Previously Determined Expenses For This Contract. united States (us) Flag. The Us Flag Will Be Furnished By The Va To Be Draped Over The Casket At The Time Of Funeral Service. death Certificate Will Be Provided To The Va By The Contractor. The Expense For One (1) Original Copy Of A Death Certificate Will Be Included In The Contracted Burial Cost. timeline. The Contractor Shall Pick Up And Transport The Deceased Veteran S Remains within 36 Hours Once Notified By Va That Remains Are Ready To Be Released. Transportation Day And Times In Regards To The Interment Of The Decedent May Be Adjusted Based On Cemetery Hours Of Operation, Holidays, And Coordinated Graveside Service Time. The Contractor Shall Complete The Burial Process Within 10 Business Days Of Release Of Remains By The Vamc. transport And Storage Of The Deceased Veteran. transport Vehicles. The Contractor Shall Have The Necessary Vehicles To Transport The remains From The Vamc Or Coroner S Office To The Funeral Home And Then From Funeral Home To The Southeast Louisiana Veterans Cemetery For Interment. loading The Casketed Remains. The Remains Shall Be Carefully And Professionally Placed In The Type Of Vehicle Normally Used In For Funeral Services. transportation Of Remains. The Contractor Shall Coordinate And Transport The Remains In A Funeral Coach, Ambulance, And Hearse Or Service Car To The Contractor S Facility; And When Ready For Burial, The Contractor Shall Transport Remains And Casket To The Southeast Louisiana Veterans Cemetery For Burial. Transportation Actions Shall Include Calling The Place Where Remains Are Located Or Any Place Designated By The Contracting Officer Or Designee. the Louisiana National Cemetery In Zachary Louisiana May Be Considered An Alternate Location For Interment By The Contractor If Burial Within The Southeast Louisiana Veterans Cemetery Is Not Feasible Due To Scheduling, Unavailability, Or Unforeseen Circumstances. Additional Funding Will Not Be Authorized Due To Any Increase In Transportation Expenses If Interment In The Louisiana National Cemetery Is Necessary And Transportation Expenses Are More Than The Authorized Amount Allocated Per Fiscal Year, Per Burial, In Accordance With This Contract. additional Expenses May Be Allowed, With Prior Authorization From The Cor, When Government Transportation Of Remains Is Required For Funeral Arrangements Or Interment Across State Boundaries. the Contractor May Be Requested To Assist With The Transportation Of Remains To Another Funeral Home Outside The State Of Louisiana, Or Assist In The Receipt Of Remains That Are Being Transported Into The State Of Louisiana. Additional Expenses Such As Air Carrier Shipment Fees, Cargo Surcharges, Or Funeral Home Receiving Fees Will Be Authorized By The Cor Prior To Any Arrangement For Transportation Outside The State Of Louisiana. storage Of Deceased Veteran. The Contractor Shall Have Adequate Storage Space To Hold And Store (refrigeration) The Remains Until Burial Arrangements Are Confirmed. if A Coroner S Fee Is Required For Pick Up Of Remains From A Parish Coroner Due To A Coroner S Storage Fee, Or Other Applicable Fee, The Cor Will Authorize For Payment With Either The Coroner S Office Or Contractor As The Situation Dictates. place Of Burial. mortuary Services Ordered By The Va Will Specify The Interment To Be Southeast Louisiana Veterans Cemetery. The Burial Plot, The Marker And Services For Opening And Closing The Grave, And Placing The Marker, Will Be Furnished By The Va. In The Event The Interment Is To Be Made At Other Than The Southeast Louisiana Veterans Cemetery, This Fact Will Be Discussed At The Time Mortuary Services Are Ordered, And Mutually Satisfactory Arrangements Will Be Made In Regard To The Services Requested. The Contractor Will Notify The Cor Of Anticipated Burial Arrangements. permits/licenses To Operate. The Contractor Shall Possess The Current Transit Permit At The Time Of Award Of Contract. Permits Covering Burial Or Removal Of The Body, If Required, Are To Be Secured And Paid For By The Contractor. in Accordance With The Louisiana State Board Of Embalmers And Funeral Directors, The Contractor Shall Provide Proof Of License For The Establishment And Funeral Home Director(s), Prior To Commencing Any Work Under This Contract. the Contractor S Employees Shall Have The Appropriate And Current License(s) Prior To Commencing Work Under This Contract. Copies Of Registrations And Licenses Shall Be Furnished Upon Cor S Request. The Contractor Shall Be Responsible For Maintaining Workers Compensation And Professional Liability Insurance, As Well As Remaining Current On Federal, State And Medicare Payments. quality Assurance Surveillance Plans (qasp) the Qasp Will Be Used By The Government To Monitor And Evaluate The Contractor S Performance Using Mostly Customer Feedback And Surveillance. The Government Will Use Random, Scheduled And Unscheduled Inspections Of The Various Reports Transcribed To Determine The Validity Of Any Customers Complaints. Performance Will Be Recorded By The Cor Or Designated Representative And When An Observation Indicates Defective Performance, The Cor Will Request The Contractor Or Designated Representative To Initial The Observation. the Cor Will Conduct On-site Inspections Of The Facilities To Ensure Services Are Performed According To The Terms And Conditions Of The Contract. inspection. Inspection Of The Casket And Remains Will Be Completed Prior To Burial Of The Deceased Veteran. Inspected Remains Shall Adhere To Va Form 10-2068 Inspection Of merchandise Furnished For Contract Burial. miscellaneous Items coordination With The Louisiana Department Of Veterans Affairs And The Cor Shall Occur Frequently To Ensure The Deceased Veteran Is Buried Properly And Timely. The Contractor Shall Keep The Cor Or Dr Informed As To The Timeline Of Events. response To Government Inquiries. Government Inquiries And Referrals Will Be Reviewed And The Contractor Shall Respond To Government Inquiries, Questions, Or Concerns In An Accurate And Timely Manner Not To Exceed 2 Business Days. Additionally, Requested Government Documents Or Required Va Forms Will Be Reviewed And Signed By The Contractor, As Applicable, In An Accurate And Timely Manner. cor Responsibilities. The Cor Or Dr Will Coordinate With The Contractor To Ensure Proper Documents And Items Are Provided Such As The Dd 214 Or Similar Documents To Verify Veterans Eligibility To Be Buried At The National Or State Veterans Cemetery. 9.0 Hours Of Operation. The Va Will Conduct Business With The Contractor During Its Normal Operational Hours, Excluding Federal Holidays. invoicing And Payments. payments In Arrears. The Invoice Shall Include The Contract Number, Current Purchase Order Number, Order Date, Performance Period, And Description Of Services Provided During The Month. The Contractor Shall Forward The Invoice To The Cor Or Designated Representative For Prior Approval Before Submitting To Tungsten/ob10 For Verification. Ob10 Shall Forward The Contractor S Invoice Directly To Dfas Austin (also Known As Finance Service Center) For Payment. ob10 Electronic Registration. Va Entered Into A Relationship With Ob10, A Global Provider Of Electronic Invoicing. With Tungsten/ob10, All Contractors Will Be Able To Securely Submit Invoices Directly From Their Existing Billing Systems. Contractors Can Easily Submit Invoices Electronically Through Tungsten/ob10. security Requirements the Computer And Access Requirements Do Not Apply And A Security Accreditation Package Is Not Required. the Contractor Shall Sign And Follow Confidentiality Statements As Required. va Sensitive Information the Contractor Is Expected To Perform Functions That Will Require Access To Va Sensitive Information. In The Course Of Providing Services, It Will Be Necessary For The Contractor To, View And Receive Protected Health Information (phi), And Personnel Identifiable Information (pii). the Contractor Will Not Require Access To Any Va Computer Systems Or Va Patient Databases. However, The Contractor Will Be Given Any Necessary Information Relating To Services And Merchandise Required By The Funeral Home Establishment In Accordance With Louisiana Law Revised Statutes And Associated Mandatory Disclosure Therein, This information May Include: The Deceased Patient S Name, Social Security Number, Date Of Death, Health Information, Or Pii Necessary For Mortuary Services To Be Completed. contracts, In Which Va Sensitive Information Are Accessed By A Contractor Require The Following Requirements Per 38 U.s.c 5723 And 5725: a Prohibition On Unauthorized Disclosure: Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va See Va Handbook 65006, Appendix C, Paragraph 3.a. a Requirement For Data Breach Notification: Upon Discovery Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The contractor/subcontractor Has Access, The Contractor/subcontractor Shall Immediately And Simultaneously Notify The Cor, The Designated Iso (installation Security Officer), And Privacy Officer For The Contract. The Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. See Va Handbook 6500.6, Appendix C Paragraph Ga. (attachment C) a Requirement To Pay Liquidated Damages In The Event Of A Data: In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor Processes Or Maintains Under This Contract, The Contractor Shall Be Liable To Va For Liquidated Damages For A Specified Amount Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Those Individuals. See Va Handbook 6500.6, Appendix C, Paragraph 7a And 7d. (attachment C) a Requirement For Annual Security/privacy Awareness Training: Before Being Granted Access To Va Information, All Contractor Employees And Subcontractor Employees Requiring Such Access Shall Complete On An Annual Basis Either The Va Security/privacy Awareness Training (contains Va S Security/privacy Requirements) Within 1 Week Of The Initiation Of The Contract, Or (ii) Security Awareness Training Provided Or Arranged By The Contractor That Conforms To Va S Security)privacy Requirements As Delineated In The Hard Copy Of The Va Security Awareness Training Provided To The contractor. If The Contractor Provides Their Own Training That Conforms To Va S Requirements, They Will Provide The Cor Or Co, A Yearly Report (due Annually On The Date Of The Contract Initiation) Stating That All Applicable Employees Involved In Va S Contract Have Received Their Annual Security/privacy Training That Meets Va S Requirements And The Total Number Of Employees Trained. See Va Handbook 6500.6, Appendix C, Paragraph 9. (attachment C) a Requirement To Sign Va S Rules Of Behavior: Before Being Granted Access To Va Information, All Contractor Employees And Subcontractor Employees Requiring Such Access Shall Sign On An Annual Basis An Acknowledgment That They Have Read, Understand, And Agree To Abide By Va S Contractor Rules Of Behavior Which Is Attached to This Contract. See Va Handbook 6500.6, Paragraph 5, Appendix D (attachment D), Note: If The Vendor Anticipates That The Services Under The Contract Will Be Performed By 10 Or More Individuals, The Contractor Rules Of Behavior May Be Signed By The vendor S Designated Representative. The Contract Must Reflect By Signing The Rules Of Behavior On Behalf Of The Vendor That The Designated Representative Agrees To Ensure That All Such Individuals Review And Understand The Contractor Rules Of Behavior When Accessing Va S Information. disclaimer This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
Closing Date31 Oct 2024
Tender AmountRefer Documents 

Geb Udewirtschaft Cottbus Gmbh Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Details: Scaffolding work: 2,177 m² facade scaffolding, brackets, inner side protection, scaffolding cladding, 2 scaffolding stairs | Demolition: 88 pieces securing balcony doors, component protection, 88 pieces demolition of loggia railings, chiseling off balcony exits, loggia dividing panels, floor covering | Joints: 2,100 m checking joints, 1,955 m demolition of joint sealant containing asbestos, chiseling concrete cuts, mortaring, sealant, joint sealing tape | Subsurface preparation for balcony/facade: 3,500 m² subsurface inspection and cleaning, exposing and demolishing contact sheets | Corrosion protection and reprofiling of balconies | Shotcrete work | Connection of windows and windowsills: 865 m subsurface preparation. Window sill connections, 100 m aluminum window sills, 895 m Apu strips, 865 m corner formation, reinforcement layer | Surface treatment of balcony, facade: 1,175 m² leveling of balconies, 500 m² fabric filler, finishing plaster of balcony rear wall surfaces, 1,175 m² color coating of balconies, front side inside, 985 m² | Balcony floor coating: 88 pcs. thresholds for balcony doors, 166 m² EP gradient screed, 530 m cove wall connection, 381 m² PUR balcony coating, 490 m² color chips | Repair of partial gable | Other: 88 pcs. balcony sockets, rolled gravel strips
Closing Date12 Nov 2024
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n721.23 |b1r |2156974314 |allen.neyland@navy.mil | item Unique Identification And Valuation (jan 2023)|19| | | | | | | | | | | | | | | | | | | | wide Area Workflow Payment Instructions (jan 2023)|16|tbd | |tbd |n00383 |tbd |tbd |tbd |tbd | | | | | | | | | navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1| | equal Opportunity (sep 2016)|2| | | equal Opportuity For Workers With Disabilities (jun 2020)|2| | | buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11| | | | | | | | | | | | alternate A, Annual Representations And Certifications (nov 2023)|13| | | | | | | | | | | | | | buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5| | | | | | buy American--balance Of Payments Program (feb 2024)|1| | annual Representations And Certifications (may 2024)|12|336413 |1250 | | | | | | | | | | | notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|do-a7 |do | repair Turnaround Time (rtat) Definition: The Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor?s Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. the Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In The Subsequent Contract. required Rtat: ## 55 Days After Receipt Of Asset throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences X/month (contractor Fill In #). A Throughput Of 0000 Per Month Reflects No Throughput Constraint. induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted And Preferred. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.5 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent. responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein. procedures:the Contractor Shall Prepare And Maintain Quality Control documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The performance Spcifications To Perform The Procedures. quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which compliance With Contractual Requirements will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request. purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002). receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings. failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government. nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition. contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification. material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer. responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items. repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing. records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records: receipt Inspection Documentation. repair Shop Travelers Or Repair Cards. parts Replacement Records. parts Inspection Data Before And After Repair As Applicable. acceptance Test Data. qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request. general Requirements: the Contractor Shall Provide At The Contractors Facility The Necessary repair Labor, New And Serviceable Reworked Repair Parts, Materials And Test Equipmentand Arrange For Outside Services As Required To Return The Equipment to A Serviceable Condition Within The Calendar Day Shop Time As Specified In the Delivery Schedule Of The Contract. scope Of Work For Repair: the Scope Of The Work In The Following Subparagraphs are Applicable To The Latest Configuration Of The Government Equipment.there shall Be A 100% Repair Rate On All Clin Carcasses. Any Carcass That Cannot Be repaired Must Have Defense Contract Mnagement Command (dcmc) Quality Assurance representative(qar) Approval For Disposal. upon Receipt Of Government Equipment The Contractor Shall Perform Incoming inspections, Recording Any Shipping Damage, And Inventory Components For completeness. Units With Missing Parts Will Not Be Inducted Until Missing partsare Received Or Unless Specifically Authorized By The Procurment Contracting Officer (pco). The Contractor Shall Advise The Pco If Any Portion Of The Required Servicing Is A Result Of The Furnishing By The Contractor Of Articles That Were Defective In material And/or Workmanship Or Otherwise Not In Conformance With The Requirements Of The Contract Under Which Such Government Equipment Were Originally Furnished. in The Event That The Failed Assembly Is Found To Be Beyond Economical Repair (ber), As Defined In The Contract, Or In The Event That The Government Equipment Is Received With One Or More Subassemblies Missing (for Example: As Aresult Of Cannabalization By An aircraft Operating Site),the Contractor Shall Promptly Obtain Confirmation Of Such Findings From The Cognizant Dcmc Qar. And Upon Confirmation Promptly Notify The Pco For Authority To Scrap If Ber And,if Missing Subassemblies, Proceed Iaw Missing On Induction (moi).units With Missing Parts Will Not Be Inducted Until Missing Parts Are Received Or Unless Specifically Authorized By The Pco. all Disassembly, Repair And Assembly Of The Government Equipment Shall Be Iaw Current Engineering Drawings And Configuration Specifications. All Detail Parts Shall Be Inspected Iaw The Applicable Repair Specification And Repaired Or Replaced As Indicated. replaced Hardware Shall Be In Accordance With The Latest Drawing Revisions.the Contractor Shall Provide And May Use New Or Repaired/reworked Parts Which Meet The Requirements Of The Repair Specification To Restore The Government Equipment In The Delivery Time specified In The Contract. Repaired/reworked Parts Shall Be Used In Lieu Of New Whenever Possible As Allowed By The Applicable Repair Specification.any Repair Of Lower Assemblies And/or Detail Parts Not Authorized By The By The Applicable Repair Specification shall Be Submitted To The Qar For Government Review And Approval.requests For Repair Approvals Shall Be Accompanied By Details Of The Repair And Other Applicable Data Such As Tests Which Have Been Performed To Validate The Repair. repaired Government Equipment Shall Meet The Inspection And Acceptance Test Requirements Of The Applicable Repair Specifications. A Contractor Qa Representative Shall Be Required, In Accordance With Mil-i-45208a, Or Iso Quality Standard Equivalent, To Witness repair,inspection, And Acceptance Tests Government Representatives Shall Be Notified Of, And Permitted To Witnesssuch Inspections At Their Discretion. the Contractor Shall Submit Repair Procedures For Government Approval Prior To Repair If Those Procedures Deviate From The Repair Procedures Detailed In The Applicable Repair Specifications. Where The Test Specifications Are Found To Be Missing,inadequate,or behind In Revision For A Clin,the Contractor Shall Develop And Submit Its Own Acceptance Test Procedures For Government Approval To Submission Of The Clin For Government Acceptance. During The Repair Effort The Contractor Shall Make No Modifications To The Clin that Would Prohibit Future Repair Or Require Additional Repair Steps By Other Qualified Sources. Repair Parts: The Contractor Shall Be Responsible For Identification, Selection, Ordering, And Stocking Of Required Piece Parts To Support All Repairs. By definition," Piece Part" Shall Be Any Part Or Material Listed In The Applicable Repair Specification. test Equipment: The Contractor Will Provide A Laboratory Facility Equipped With Instrumentation And Testing Capability For Comprehensive Functional Testing Of The Equipment And Detailed Inspections Of Subassemblies And Detailed Parts. The Contractor Test equipment Shall Be Designed To Ensure Repaired Government Equipment Function In Full Compliance With The Requirementsof The Applicable Repair Specification. All Government Equipment's Electrical Performance And Mechanical Parameters Shall Be Measured In accordance With The Requirements Of The Applicable Repair Specification,with Hard Copy Reports Of All Measurements Available To The Government Upon Request. publications: Navair Manuals Will Not Be Provided To The Contractor. drawings: Drawings Will Not Be Provided By The Government. 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: panel,flight Direct ;8531128-901; P/n, ;1680-015040220; Nsn, ;all Repairs Will Be In Accordance With Technical Drawings And Specifications, To Meet Indusrty Standards.; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. panel,flight Direct ;honeywell International Inc.; Company Name , ;21333 North 19th Ave, Phoenix Az. 85027; Address , ;5y043; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Soon18 Oct 2024
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Pipe Line Project
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services revision 01 effective: 05/30/2023 description this Is A Combined Synopsis/solicitation For Commercial Products And Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As Rfq 36c24125q0019. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-07. the Associated North American Industrial Classification System (naics) Code For This Procurement Is Naics 238220 (plumbing, Heating, And Air-conditioning Contractors) Sba Size Standard $19 Million. this Is Being Issued As A Sdvosb Set-aside. this Is A Solicitation For A Basic Purchasing Agreement (bpa) For Plumbing And Pipefitting Inspection And Repair Services That Could Be Used To Issue Individual Task Orders (to S) For Service To Each Va Medical Center (vamc) Listed Below. The Purpose Of This Solicitation Is For Interested Vendors To Provide Quotes That Could Lead To A Single-award Va Connecticut Healthcare System Bpa, To Allow Eligible Vamc S To Meet Future Plumbing And Pipefitting Work Requirements. The Duration Of The Bpa Will Be 5 Years From Date Of Award. Any Technical Questions Will Be Directed At Melissa Metevelis 203-932-5711 X4199. all Interested Companies Shall Provide Quotations For The Following: performance Work Statement basic Purchasing Agreement (bpa) for Plumbing And Pipefitting Inspection And Repair Servcies general this Is A Solicitation For A Basic Purchasing Agreement (bpa) For Plumbing And Pipefitting Inspection And Repair Services That Could Be Used To Issue Individual Task Orders (to S) For Service To Each Va Medical Center (vamc) Listed Below. The Purpose Of This Solicitation Is For Interested Vendors To Provide Quotes That Could Lead To A Single-award Va Connecticut Healthcare System Bpa, To Allow Eligible Vamc S To Meet Future Plumbing And Pipefitting Work Requirements. The Duration Of The Bpa Will Be 5 Years From Date Of Award. the Pws Details The Basic Requirements Of The Resulting Bpa. There Is No Guarantee Of Work Orders To Be Placed Off The Bpa. Work May Be Ordered Off The Bpa On A Task Order (to) Basis, Generally Of Either A Job Or Annual Basis With Defined Work Requirements. the Contractor Will Be Required To Provide 24/7 Response To Pipefitting, Domestic Water System, Fire Sprinkler System, Steam System, Chilled Water System, Medical And Natural Gas System Piping Issues. Successful Vendors Will Provide All Labor, Transportation, Materials, Apparatus, Tools, Equipment, Along With Applicable State License And Permits Necessary For These Services. additional, Related Work May Be Ordered By The Va Contracting Officer, At His Discretion. No Work Outside Of That Detailed In This Work Description Performed Will Be Paid By The Va Without The Express, Prior Written Authorization Of The Contracting Officer. No Other Government Employee Has Authority To Change The Resulting Contract S Terms Or Conditions Or To Commit Funding. No Funding Is Guaranteed By The Award Of This Bpa. the Va Contracting Officer May Appoint A Contracting Officer Representative (cor) To Coordinate And Supervise The Work On Behalf Of Vamc S. tasks while Each To S Specified Work May Vary, The Tasks That May Be Ordered Using The Resulting Bpa Are: general Plumbing Work. general Pipefitting Work. work Incidental To The Performance Of Requested Plumbing Or Pipefitting Work. inspections Of Plumbing And Piping Systems. install And Repair High, Medium, And Low-pressure Steam Systems. install, Repair, And Test Fire Sprinkler Systems. install And Repair Hot/cold Domestic Water Systems. install And Repair Hot Water Boilers And The Associated Hot Water Distribution Systems. install And Repair Chilled Water Systems. install And Repair Sanitary And Storm Water Sewer Systems. install And Repair Sinks, Toilets, Faucets, And The Related Domestic Water System Piping & Valves. install And Repair Medical And Natural Gas Systems. repair Pipe And Valve Insulation That Is Damaged During The Course Of A Project Not Ordered Off This Bpa. provide Miscellaneous Metal Fabrication And Repair Projects. emergency Response Services. preventative Maintenance Services. other Services Related To The Above Tasks. work Report Requirements the Contractor Shall Provide Reports Detailing The Status Of The Serviced Items, Any Deficiencies, And Actions Taken To Correct Identified Deficiencies To The Cor. The Cor May Also Require The Contractor To Complete Additional Reports To Meet Facility Standards, At No Additional Cost To The Vamc. vamc Work Conditions the Technician S Service Visit Shall Be Scheduled In Advance With The Permission Of The Cor. Technicians Who Show Up Without Prior Permission May Be Turned Away At The Fault Of The Vendor. when The Technician Arrives At The Vamc To Perform The Work, The Technician Shall Check In With The Cor And Follow Their Directions In Performing The Work In Accordance With Vamc Standards. The Government Retains The Right To Refuse Entry To The Vamc To Any Personnel For Any Or No Reason. work Hours routine Working Hours Are From 7:00 Am Est To 4:30 Pm Est Weekdays. This May Vary By Vamc, And If So, Will Be Specified In Individual To S. National Holidays Are Excluded From Routine Working Hours. Scheduling Must Be Coordinated In Advance With The Cor Of The Ordering Vamc. the Vendor Should Expect To Provide (at The Longest) A 5-day Response Time To Have A Qualified Technician At The Requesting Site And Ready To Work For Routine Hour Work Requests. emergency Response Capability Must Be Available By The Vendor. A 2-hour Response Time From When A Cor Initiates The Call For Service To Having A Qualified Technician At The Requesting Site And Ready To Work For Emergency Requests. locations va Medical Center West Haven 950 Campbell Avenue west Haven, Ct 06516 va Medical Center Newington 555 Willard Avenue newington, Ct 06111 infection Control contractor Shall Conform To The Infection Control Measures As Specified In Individual Tos. Reasonable Pricing Adjustments That Result From Elevated Infection Control Measure Costs Will Be Considered On The To Quote Evaluations. security Requirements the Contractor Shall Comply With All Security Regulations Imposed By The Ordering Vamc, As Articulated By The Cor And Va Police. Any Necessary Security Clearances Shall Be Obtained Prior To Commencement Of Work. transportation, Handling, And Storage the Contractor Shall Coordinate With Suppliers And Shippers To Ensure That Incoming Materials Are Properly Identified With The Contractor S Information. The Contractor Shall Designate An Authorized Individual To Be Available To Receive Shipment. The Vamc Warehouse Facilities Are Not The Shipping Point And Are Not Available For Contractor S Use, Without The Co S Prior, Written Approval. On-site Storage Will Have To Be Coordinated With The Vamc S Cor. The Co Will Not Authorize Payment For Any Issues Or Damages Arising From The Receipt Of Materials Not Properly Handled In Accordance With These Terms. cleanup And Disposal Of Debris And Fill Materials at The End Of Each Workday, The Contractor Shall Clean Up The Work And Storage Areas And Stack All Materials In A Manner Approved By The Cor. Upon Completion Of A Project, The Contractor Shall Ensure That All Dirt, Trash, And Debris Resulting From The Construction Operations Are Removed From The Work Area. Unless Directed Otherwise In The To, Disposal Of Debris Shall Be Made At The Contractor S Expense And Shall Be Delivered To A State-approved Disposal Site Located Off The Vamc Grounds. Debris Shall Not Be Left In Such A Manner That Wind Or Other Weather Conditions Can Cause The Debris To Be Scattered Outside The Work Area Or Inside The Facilities Via Local Foot Traffic. quality Assurance the Cor Shall Monitor Contractor Performance Quality, And The Cor S Feedback Will Inform The Performance Evaluations Created By The Co. Key Items The Cor Will Watch For Include, But Are Not Limited To: Response Timeliness, Technician Preparation And Readiness To Perform The Work, The Quality Of The Work Performed, Professionalism Of The Technicians, Compliance With Contract And Facility Requirements, And Proper Invoicing. the Cor Shall Inform The Co Of Any Performance Deficiencies. If The Co Finds The Complaint To Be Valid, he Shall Give The Contractor An Opportunity To Correct The Deficiency (at No Additional Cost To The Va). If correction Is Not Made By The Contractor; The Co May Authorize Payment Of Less Than The Invoiced Amount For Services Rendered And Retains The Right To Exercise All Other Legal Remedies. the Contract Shall Provide At Least A 1-year Manufacturer S Warranty On All Parts And Labor. the Vamc Will Not Pay For Travel And Shipping Costs Associated With Any Warranty Repairs. Those Costs Shall Be Borne By The Contractor. parts May Be Purchased And Provided For Use By The Va. Parts Purchased By The Va And Used By The Contractor But Is Found To Have Latent Deficiencies Will Be Exempt From This Warranty Requirement. contractor Qualifications the Contractor Shall Provide High Quality Technicians With Adequate Training To Resolve All The Inspection Or Repair Issues Encountered. all Technicians Used By The Contractor In Contract Performance Must Be Licensed Plumbers & Pipefitters (as Appropriate For The Work) For The State(s) In Which The Work Is To Be Performed. the Contractor Must Be Licensed To Install And Repair Fire Sprinkler Systems In The State(s) In Which The Work Is To Be Performed. the Contractor Must Be Qualified Using The Pro-press Tool With ½ To 4 Capabilities. the Contractor Must Be An A.s.m.e. Certified Welder. the Contractor Must Have A Minimum Of 5 Years Experience Working In The Hospital Environment. the Contractor Must Have A Proven Ability To Secure Parts Needed For These Service Tasks. the Contractor Must Have The Ability To Inspect The State Of The Water Pipes At Ordering Vamcs. ordering individual Tos Will Be Issued On An As-needed Basis During The Life Of The Bpa. contractor Shall Have The Ability To Accept Credit Card Orders. the Services To Be Furnished Under This Contract Will Be Ordered By Issuance Of Tos By The Co For Eligible Vamcs. Any Properly Warranted Federal Contracting Officer In Nco1 Is Authorized To Issue Orders From The Bpa For Service Within Visn 1. all Tos Incorporate The Terms And Conditions Of The Bpa. The Government Reserves The Right To Incorporate Additional Clauses And Terms As Appropriate Into Individual To Solicitations And Awards. quote Requirements for Quotes Submitted For This Solicitation To Be Considered Responsive, They Must Address These Elements: pricing Information Required as The Bpa Does Not Have Set Task Details On Which Vendors Can Provide Quotes, The Resulting Task Orders Will. To Establish Which Quote Presents The Best Value To The Government, The Price Elements That Will Be Used To Produce Firm-fixed Price Task Orders Using The Bpa Shall Be Provided By Quoting Vendors. Please Provide The Following Prices With A Base Year And 4 Additional Option Years. The Price Elements Identified By The Co Required Are: the Contractor Will Provide A Routine Service Hourly Rate. This Represents The Normal Business Hour Timeframes Outlined Above. the Contractor Will Provide An Emergency Service Hourly Rate. This Represents Both 24/7 Emergency Calls And Outside Normal Business Hours Timeframe. the Contractor Will Provide The Minimum Number Of Hours Charged For A Service Call. the Contractor Will Provide A Mobilization Fee For Travel To And From Vamc For A Service Call Not Covered By Warranty. The Base Cost Shall Be Included In The Price/cost Schedule. If The Mobilization Fee Changes From Vamc To Vamc, Please Indicate The Changes In Section D Next To Each Eligible Vamc. the Contractor Will Provide Their Material Cost Mark-up % Of Materials That May Be Ordered To Meet Service Needs Over The Cost Of The Material To The Contractor. the Quoting Contractor Is Free To Provide Additional Pricing Information Or Structures Over And Above The Elements Listed Above. The Elements Identified By The Co Are Required To Be Provided, And Quotes With Incomplete Responses Will Be Considered Non-responsive. contractor Information Required in All Quotes Submitted, The Quoting Vendor Shall Identify If They Will Self-perform The Contract Requirements Or If They Will Subcontract Any Part Of It. If Subcontracting, The Quoting Vendor Shall Identify The Percentage (%) Of Proposed Contract Value The Prime And The Subcontractor(s) Will Account For, As Well As What Key Tasks Will Be Performed By Which Party. This Will Be Closely Monitored For Compliance By The Government, And The Act Of Submitting A Quote Constitutes The Granting Of Permission To The Government To Audit Such Activity. The Co Retains The Right To Refuse The Use Of Any Subcontractor For Any Or No Reason. the Vendor Shall Provide Copies Of Licenses And Certifications Required As Described In Contractor Qualifications Above. quote Evaluation Considerations the Evaluation Of Quotes Received Will Be Done Using The Trade-off Method, Using Technical Ability, Past Performance, Pricing, And Vamcs To Be Serviced As The Factors. Non-price Factors Are More Important Than Price. Price Remains Important, As Only The Quote Representing The Best Value To The Government Will Be Used. as Technical Ability Is One Of The Evaluation Factors Being Used In This Solicitation, The Quoting Vendor Shall Provide All Details The Vendor Wishes To Be Considered In Bolstering Their Claim To Technical Ability. a Portion Of The Technical Ability Factor Is How Much Of The Contract Value Will Be Represented By The Prime Vs Subcontractor S Contributions To Performance. as Past Performance Is One Of The Evaluation Factors Being Used In This Solicitation, The Quoting Vendor Shall Provide Past Performance References Of Related Work To Demonstrate Their Ability To Successfully Perform This Service. broad Discretion Is Provided To The Quoter To Present The Best Evidence Of Their Qualities Regarding These Evaluation Factors, And All Evidence Submitted Will Be Fairly Considered By The Selecting Authority. No Level Of Qualifications Will Be Assumed Of Any Quoter By The Selecting Authority. In Addition To Submitting Pricing Information, Past Work References, Customer Satisfaction Ratings, Detailed Plans For Performance Of Work, Evidence Of Industry Certification And Training, And Other Relevant Information Will Strengthen The Quote. should No Quotes Received Represent The Best Value To The Government, A New Solicitation Will Be Issued For Broader Competition. Quoting Vendors Should Provide Their Best Pricing In The Initial Quote Package Submitted. evaluation Process award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15. The Contracting Techniques Associated With Far Part 15 Are Not Mandatory. the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:â  price (follow These Instructions): offeror Shall Complete The Attached Price Schedule, With Offerors Proposed Contract Line-item Prices Inserted In Appropriate Spaces.â  ensure Your Representations And Certifications Are Complete In The System For Award Management (sam)( Https://www.sam.gov). Otherwise, You Will Need To Fill Out Solicitation Clause 52.212-3 "offeror Representation And Certifications -commercial Items And Submit With The Quote. Federal Acquisition Regulations Require That Federal Contractors Register In The Sam Database At Http://www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Quotation. past Performance: provide (3) References Of Work, Similar In Scope And Size With The Requirement Detailed In The Performance Work Statement. References Must Include Contact Information; Brief Description Of The Work Completed, And Contract # (if Relevant).â  Please Utilize Attachment 1 Past Performance Worksheet For Your References And Please Submit As Part Of Your Quote Submission. References May Be Checked By The Contracting Officer To Ensure Your Company Can Perform The Performance Work Statement. The Government Also Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From All Sources. technical: The Offeror S Quote Shall Be Evaluated To Determine If The Organization Has The Experience And Capabilities To Provide The Requested Services Iaw The Performance Work Statement In A Timely Efficient Manner.â  contractor Shall Demonstrate Their Corporate Experience And Approach To Meet All Requirements Stated In The Performance Work Statement. contractor Shall Demonstrate That Their Technicians Meet The Qualification Standards Stated In The Performance Work Statement. contractor Shall Provide All Current And Relevant Or License(s) To Include Manufacture Training Certificate Etc. if You Are Planning To Sub-contract Some Or All Of This Work, Please Provide The Name And Address(s) Of All Subcontractor(s) (if Applicable) And A Description Of Their Planned Subcontracting Effort. 4. Veterans Preference Factor (per 852.215-70): The Government Will Assign Evaluation Credit For An Offeror (prime Contractor) Which Is A Service-disabled Veteran-owned (sdvosb) Or A Veteran-owned Small Business (vosb). Non-sdvosb/vosb Offerors Proposing To Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. a. For Sdvosbs/vosbs: In Order To Receive Credit Under This Factor, An Offeror Shall Submit A Statement Of Compliance That It Qualifies As A Sdvosb Or Vosb In Accordance With Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors . Offerors Are Cautioned That They Must Be Registered And Verified In Vendor Information Pages (vip) Database (http://www.vetbiz.gov). verified Sdvosbs Will Receive A 5% Price Credit (e.g. If A Sdvosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $95.00). ii. Verified Vosbs Will Received A 2.5% Price Credit (e.g. If A Vosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $97.50). the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. (xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020), 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.228-5 Insurance-work On A Government Installation (jan 1997), 52.232-40 Providing Accelerated Payments To Small Business Subcontracting (dec 2013), 852.212-70 Provisions And Clauses Applicable To Va Acquisitions Of Commercial Items (apr 2020) 852.203-70 Commercial Advertising 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside 852.232-72 Electronic Submissions Of Payment Requests 852.233-70 Protest Content/alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives Of Contracting Officers 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018) as Prescribed In 819.7203(a) Insert The Following Clause: (a) This Solicitation Includes 852.219-74, 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. 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) 852.219-77 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. as Prescribed In 819.7009(c) Insert The Following Clause: va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (sep 2021) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.] (i) [x] Services. In The Case Of A Contract For Services (except Construction), The Contractor 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 852.219-74 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. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) [ ] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) 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. (3) 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. The 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 With The Limitations On Subcontracting Requirement. 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. i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. 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) 852.242-71 Administrative Contracting Officer. as Prescribed In 842.271, Insert The Following Clause: administrative Contracting Officer (oct 2020) the Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Shall Be Furnished To The Contractor. (end Of Clause) (xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (wage Determination West Haven And Newington Vamc Wd 2015-4127 And 2015-4119 (rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6 (xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above. (xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement. (xv) Rfq Questions Are Due Nlt 11/01/2024 At 17:00 Pm Est. Rfq Responses Are Due Nlt 11/08/2024 At 17:00 Pm Est. Rfq Responses Must Be Submitted Via Email With Rfq #36c24125q0019 In The Subject Line To: Nathan.langone@va.gov Hand Deliveries Shall Not Be Accepted. (xvi) The Poc Of This Solicitation Is Nathan Langone (nathan.langone@va.gov)
Closing Date8 Nov 2024
Tender AmountRefer Documents 

Gemeente Amsterdam Tender

Netherlands
Details: Description of the tender: The work to be carried out during major maintenance can be divided into 2 activities. 1. Structural repair of the roof floors of both garages so that they can be used for at least 20 years. 2. Regular maintenance, i.e. bringing the garage to a level so that it meets the normal usage requirements through the following measures and activities: A. Repair of the paving in both garages; B. Repair of Various, Superficial Concrete Damages; C. Cleaning and Painting the Interior of the Garage; D. Repair Defects to the E-installations; E. Replace fixtures in both garages with an energy-efficient system; F. Repairing Various Structural Defects; G. Ensure that the required escape routes function; H. No asbestos-containing materials were found, but there are some limitations (locations where it was not possible to investigate) where asbestos-containing materials may be present. These places are indicated in the appendices to the asbestos inventories. These asbestos inventories show that no asbestos-containing material needs to be remediated. But the Contractor would take the instructions in the asbestos inventories into account. An important condition for carrying out the assignment is that the subscription holders can continue to use the garage during the major maintenance. • De Hofgarage has 174 subscription parking spaces, of which 120 are rented. • The Werfgarage has 289 subscription parking spaces, of which 183 are rented. Due to the requirement that a parking space is available for season ticket holders at all times, the major maintenance of the two parking garages has been combined into one assignment. With the two garages at his disposal, the contractor is offered as much flexibility as possible to carry out his work in accordance with the preconditions.
Closing Soon20 Oct 2024
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

United States
Details: Procurement Description through Its Design Excellence Program, The U.s. General Services Administration (gsa) Commissions Our Nation’s Most Talented Creative Professionals To Design Outstanding Federal Workplaces. These Projects Embody An Exemplary Integrated Process Whose Results Deliver Enduring Value To Taxpayers. Gsa Defines Quality As The Thoughtful Expression Of Artistry, Local Culture, And Democratic Values Like Civic Participation, Accessibility, And Transparency, Achieved In Balance With Affordability, Constructability, Reliability, And Industry-leading Sustainable Performance. Design Excellence Is The Means By Which Gsa Realizes The Guiding Principles For Federal Architecture, Which President Kennedy Authorized In 1962, And It Is One Of The Agency’s Primary Vehicles For Catalyzing Positive, Inclusive Change In Local Communities. continuing This Legacy Of World-class Public Architecture, Gsa Announces An Opportunity For Design Excellence For Projects In Occupied Federally Owned Or Leased Office Buildings, Courthouses, And Land Ports Of Entry (lpoe's) Throughout Region 9. These Projects Are To Demonstrate The Value Of True Integrated Design That Balances Aesthetics, Cost, Constructability, And Reliability; And Create Environmentally Responsible And Superior Workplaces For Civilian And Federal Employees. this Is A Multiple Award Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For Architect Engineer (ae) Services Covering Projects Located In The Following Four (4) Geographic Zones Of Region 9: zone 1 - States Of Arizona And Nevada zone 2 - Northern California (california Counties Of Del Norte, Siskiyou, Modoc, Humboldt, Trinity, Shasta, Lassen, Mendocino, Tehama, Plumas, Glenn, Butte, Sierra, Lake, Colusa, Yuba, Nevada, Placer, Sonoma, Napa, Yolo, Sutter, El Dorado, Marin, Solano, Sacramento, Amador, Alpine,san Francisco, Contra Costa, San Joaquin, Calaveras, Toulumne, Mono, Inyo, San Mateo, Alameda, Stanislaus, Mariposa, Santa Cruz, Santa Clara, Merced, Madera, San Benito, Fresno, Monterey, Kings, Tulare) zone 3 - Southern California (california Counties Of San Diego, Imperial, Orange, Riverside, Santa Barbara, Ventura, Los Angeles, San Bernardino, San Luis Obispo, Kern) zone 4 - State Of Hawaii And Pacific Territories multiple Awards May Be Made As A Result Of This Announcement, And The Government Anticipates Making Between Three (3) To Six (6) Awards Per Geographic Zone. However, The Ultimate Number Of Contracts Per Zone Will Be Determined By Gsa After The Assessment Of Qualified Contractors During The Solicitation Stage To Ensure Coverage In All Zones. this Procurement Is A 100% Total Small Business Set Aside. Prime Ae Firms Must Be A Small Business In Order To Be Considered. Consultants To The Prime Ae Firms Are Not Required To Be Small Businesses. the Naics Code Is 541310 - Architectural Services; The Small Business Size Standard Is $12.5 Million (average Annual Receipts). prime Ae Firms Who Are Interested In Performing Work In Multiple Zones Must Submit A Separate Technical Qualification Package For Each Zone. The Prime Ae Firms Must Have An Active Main Office And/or Branch Office Located Within The Applicable Geographical Zone As Of The Date Proposals Are Due In Order To Be Considered; If An Award Is Issued, The Zonal Office Must Remain Open And Active For The Duration Of The Contract Period. Consultants To The Prime Ae Firm Are Not Required To Have An Active Office In The Geographical Zone The Prime Ae Firm Will Be Performing In. An Active Main Office And/or Branch Office Is Defined As A Non-temporary Office From Which Business Is Regularly Conducted By The Prime Ae Firm. Prime Ae Firms Will Be Required To Certify They Meet The Specified Local Office/ Geographic Limitations In Your Submission. at The Time Of Technical Qualification Package Submission, Interested Prime Ae Firms Must Have An Active Registration In The System For Award Management (sam). Active Registration Must Also Be Complete As Applicable If The Prime Ae Firm Is A Partnership, Corporation, Association, Joint Venture, Or Other Legal Entity. Prime Ae Firms Will Be Required To Provide A Copy Of Your Active Sam Record As Well As Any Executed Agreements If Applicable (such As An Executed Joint Venture Agreement) In Your Submission. the Awarded Contracts Will Be For A Period Of One (1) Base Year With Four (4) Consecutive One (1) Year Option Periods. the Minimum Guarantee Will Be $1,000 For The Base Year Period Only. the Total Aggregate Maximum Order Limitation (mol) Per Awarded Contract, Covering The Base Year Period And Four (4) Consecutive One (1) Year Option Periods, Shall Not Exceed $25 Million. task Orders Issued Under The Awarded Contracts May Range In Value From $10,000.00 To $4,000,000.00, However There Will Be No Single Task Order Minimum Or Maximum Limit Specified. Prime Ae Firms Will Be Required To Comply With Brooks Act Procedures And Applicable 6% Statutory Limitation. this Procurement Will Be Conducted In Accordance With Brooks Act Public Law 92-582, And As Implemented In Federal Acquisition Regulation (far) Part 36.6, General Services Administration Acquisition Manual/ Regulation (gsam/ Gsar) Part 536.6. Under This Process The Government Will Award To The Most Highly Qualified Prime Ae Firms With Whom It Can Negotiate A Fair And Reasonable Price. this Is A Request For Technical Qualifications Only; This Is Not A Request For Proposal. An Ae Evaluation Board Comprised Of Gsa Personnel Will Evaluate The Technical Qualification Packages. general Description Of Contract Services prime Ae Firms, And Consultants As Applicable, Are Required To Be Licensed/ Registered Within The Applicable State(s) For Each Geographic Zone They Are Interested In And Must Conform To All Laws, Rules, And Requirements Of That State Governing The Profession Of Architecture Or Engineering. the Services Required Under This Contract May Include, But Are Not Limited To, The Following: 1. Comprehensive Design Services Including The Preparation Of Construction Documents For Repair And Alteration, And Tenant Improvement Projects. Typical Projects May Include Repair, Improvement And/or Remodeling Of Building Interior Space, And Building Systems And Features, Including But Not Limited To: Interior And Exterior Finishes, Landscaping, Civil, Mechanical, Plumbing, Electrical, Structural, Fire Safety, Blast, Anti-ram, And Ballistic Protection, Elevators, Environmental, And Roofing Components/systems. Project Locations/ Spaces May Include Courthouse And Federal Facilities, Historic Buildings, Border Stations, Child Care Facilities, Lease Locations, Renovation And/or Alteration Of Fire Protection Systems, Administrative Facilities, Warehouses, Road And Parking Lots, Walkways, Plazas, And Other Existing Systems And Facilities. 2. Comprehensive Design Services Including The Preparation Of Construction Documents For New Construction Of Courthouses And Federal Facilities. 3. Preparation Of Designs, Plans, Specifications, Estimates, Record Drawings, Space Planning, Technical Studies And Reports, Surveys And Construction Inspection Services For Projects. Projects May Involve Work In Specialty Areas Such As Alterations In Historic Buildings Or Asbestos Abatement Work. 4. Professional Disciplines Required May Include Architectural Designer, Landscape Designer, Mechanical Engineer, Structural Engineer, Hvac Engineer, Electrical Engineer, Civil Engineer, Historic Preservation Architect, Acoustical Engineer, Blast Consultant, Interior Designer, Cost Estimator, Cad Operator, Building Information Management, Fire Safety, Security Systems Consultant, Asbestos, Acoustical, Seismic, Environmental Engineering, Energy Consultant, Telecommunication, Building Forensics, Waterproofing, And Geotechnical Engineering. These Professional Disciplines May Also Assist Gsa Staff Engaged In Scope Development, Shop Drawing Review, Master Planning, Feasibility Studies, Programming, Interior Design, Change Management, Design Review, Construction Administration And Inspection, Elevator Evaluation/design, Signage Design, And Various Technical Studies Including Building Engineering Reports, Workplace Engagement Studies, Program Of Requirements, Post Occupancy Analysis, , Historic Structure Reports, Determinations Of Eligibility, National Register Of Historic Places Nominations, Historic Building Preservation Plans, Seismic And Structural Evaluations, Energy Studies For Design Of Energy Upgrades, Roof Evaluations, Fire Safety Review/studies, And Handicapped Accessibility (abaas) Reviews. 5. Comprehensive Project Planning Services For Large New Construction And Major Renovation Projects, Including Surveys Of Existing Conditions And Field Investigations, Site Selection And Evaluation, Planning And Program Studies, Feasibility Studies, Cost Estimates, Inventory Of Existing Furniture, Fixtures, And Equipment, And Other Services. The Budget Assessments May Include Cost Analysis As Well As Cost Estimating. 6. Design Services May Include Green/sustainable Design With A Goal Of Leed Certification And Sites Certification For Select Projects. Other Sustainable Design Requirements May Apply, Such As The Use Of Recycled And Environmentally Responsible Materials, Achievement Of Energy And Water Efficiency Goals, Design For Indoor Environmental Quality, Sustainable Site Design, And Sustainable Urban Design. 7. Other Professional Services Of An Architectural Or Engineering Nature, Or Incidental Services, That Members Of The Ae Professions (and Individuals In Their Employ) May Logically Or Justifiably Perform, Including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program/project Management, Conceptual Designs, Plans And Specifications, Value Engineering, Construction Phase Services, Soils Engineering, Drawing Reviews, Architectural Photography, Preparation Of Operating And Maintenance Manuals, And Other Related Services. 8. Environmental Surveys, Reports, Studies, And Designs For The Clean-up, Removal, Monitoring And/or Abatement Of Asbestos, Hazardous/toxic Materials And Petroleum Products. 9. Spatial Data Management (sdm) Program For Creating, Updating And Maintaining Spatial Data And Associated Computer Aided Drawings (cad) To Accurately Reflect The Federal And Leased Inventory. prime Ae Firms Must Have The Ability To Provide Comprehensive Design And Post Construction Contract Services, Which May Include Rfi And Submittal Reviews. prime Ae Firms Must Be Able To Perform Drafting Of Above Work In A Computer System Compatible With The Latest Version Of Autocad And Building Information Modelling Software And Provide Construction Specifications Using The Latest Version Of Masterformat. The Prime Ae Firm Must Also Be Able To Provide Design In Both English And Metric, As Applicable. each Contract Awardee Must Have The Capability To Concurrently Perform Design And Engineering Work For At Least Five (5) Gsa Projects. in Performance Of The Contract, The Selected Prime Ae Firm May Be Required To Include On Its Team The Following Design Disciplines And Specialty Consultants: Architect, Electrical Engineer, Mechanical Engineer, Plumbing, Structural Engineer, Civil Engineer, Cost Estimating, Fire Protection Engineer, Interior Designer, Historic Preservation Architect, Landscape Architect, Vertical Transportation/ Elevator Consultant, Blast Consultant, Materials Conservation, Sustainability, And Hazardous Materials. selection Process the Selection Of Between Three (3) To Six (6) (or More) Single Award Ae Idiq Contracts Per Geographic Zone Will Be Made Using A Two-stage Process As Follows: stage I - The Technical Qualifications And Experience Of Proposed Prime Ae Firms Will Be Evaluated From The Initial Technical Qualification Package, Including Review Of Their Complete Team Of Engineers And Consultants. A Short-list Will Be Established Of The Prime Ae Firms Determined To Be The Most Highly Technically Qualified. The Short-listed Prime Ae Firms Will Be Invited To Continue With Stage Ii Of The Selection Process. stage Ii - Interviews Will Be Conducted With The Short-listed Prime Ae Firms. The Short-listed Prime Ae Firms Will Be Ranked, And The Top-ranked Firms Will Be Selected To Receive The Solicitation And Conduct Negotiations. stage 1 Submission Requirements prime Ae Firms That Fully Meet The Requirements Described In This Notice Are Invited To Submit A Technical Qualification Package To Include The Following, In The Order Listed: cover Letter Referencing The Sam.gov Announcement Number And Briefly Describing The Firm And Its Location, The Geographic Zone They Wish To Be Considered For, Organizational Makeup, Noteworthy Accomplishments, And The Proposed Working And Legal Relationship Between Its Components If The Prime Ae Firm Is A Partnership, Corporation, Association, Joint Venture, Or Other Legal Entity. acknowledgement Of All Amendments Posted Prior To The Closing Date. active Sam Record. executed Agreement(s), If Applicable. standard Form (sf) 330 Architect Engineer Qualifications Part I & Ii responses To The Submission Requirements And Evaluation Criteria Listed Below. prime Ae Firms Shall Submit Separate Complete Technical Qualification Packages For Each Geographic Zone The Firm Is Interested In Being Considered For. only Electronic Submissions In Pdf Format Will Be Accepted; No Hard Copies Will Be Accepted Or Reviewed. pdf Submissions Shall Be Concise And Organized, In 8 1/2" X 11" Format, And The Assembled Content Shall Not Exceed Seventy-five (75) Pages. All Assembled Pages In The Pdf Submissions Shall Be Continuously Numbered, Meaning The Cover Letter, Table Of Contents, Cover Pages, Etc. Are To Be Included In The Continuously Numbered Pages; There Are No Exclusions Allowed In The Specified Page Limitation. ensure The Submission Clearly Identifies The Information Being Submitted For Each Evaluation Factor, Either By Using Cover Pages For Each Evaluation Factor Content Or By Annotating At The Top Of Each Page Which Evaluation Factor(s) The Information Applies To. sf 330 Instructions: prime Ae Firms Are To Complete And Submit A Current Sf 330 Part I & Ii. All Sections Of The Sf330 Must Be Filled Out In Their Entirety And Must Address All Elements Identified Under The Stage 1 Evaluation Criteria. interested Firms With More Than One (1) Office Must Indicate On Their Sf 330 The Staffing Composition Of The Office In Which The Work Will Be Performed Under The Specified Geographic Zone. Include A Completed Part Ii Only For Each Proposed Consultant/ Subcontractor Listed In Part I - Section C. in Addition To The Standard Instructions Provided On The Sf 330, The Following Are Supplemental Instructions For Sf 330 Part I Sections Under This Announcement: section C: The Prime Ae Firm Should Prioritize Team Members And Only Provide Those That Are Essential To Creating The Most Well-rounded Team. section E: The Prime Ae Firm Should Prioritize And Provide Those That Best Represent The Firm's Ability To Accomplish The Requirements Of This Contract. Ceos And Other Executive Personnel Should Not Be Submitted Unless They Will Have Direct Responsibility For Accomplishing The Task Orders Under This Contract. It Is Required That The Lead Architectural Designer And The Primary Point Of Contact That Would Be Responsible For Managing This Contract And Assigning Task Orders Be Included. It Is Recommended That The Key Personnel Directly Responsible For Work Submitted In Section F Should Also Be Included. section F: All Projects Provided Should Be Designed And Completed Within The Last Ten (10) Years; "designed And Completed" Means The Design Work And Associated Construction Work For A Submitted Project Are Both To Have Been Completed In The Last Ten (10) Years. The Prime Ae Firm May Submit The Same Projects For Multiple Evaluation Factors If They Address The Specified Information Required For Each. Ensure Each Project Specifically Notes Which Factor It Is Being Submitted For. Ensure That An Accessible Owner Point Of Contact Including Name, Title, Address, Current Email Address And Current Phone Number Is Provided. section G: Indicate Key Personnel And Consultant/ Subcontractors Who Participated In The Example Projects Under Section F. section H: Certification Is Required By The Prime Ae Firm That They Have An Active Main Office And/or Branch Office Located Within The Applicable Geographic Area They Wish To Be Considered; The Last Entry Under This Section Must Read "i Hereby Certify That The Prime Ae Firm Listed In Section C Meet(s) The Geographic Limitations Stated In The Synopsis For This Contract". stage 1 Evaluation Criteria the Evaluation Criteria And Associated Relative "weight" For Each Criteria Element Is As Follows: 1. Specialized Experience (35%) 2. Professional Qualifications And Experience Of Key Personnel (25%) 3. Past Performance (20%) 4. Project Management And Quality Control Plan (10%) 5. Geographic Location (5%) 6. Small Business Socio-economic Categories (5%) the Evaluation Criteria And Submission Requirements For Each Are Further Described Below: 1. Evaluation Factor No. 1: Specialized Experience (35%) this Factor Considers The Prime Ae Firm’s Specialized Experience For Projects That Meet The Submittal Requirements Project Definition For This Factor. The Prime Ae Firm Shall Provide Their Most Relevant Experience In Response To Gsa’s “requirements Under The Contract” Description And Demonstrate Success In Appropriately Addressing Complex Design, Research, Innovation, And Strategy Issues Such As Unique Requirements, Significance Of Community Or Cultural Context On Building Or Interior Design, Image, Function, Scale, Scope, Complexity, And Experience Or Perception Of Users. The Prime Ae Firm Shall Demonstrate Innovation In Design, Research, Construction And Project Management Approaches Using Integrated Multidisciplinary Teams On A Range Of Projects Including But Not Limited To Innovative Building Design Solutions, Strategic Endeavors, And Efforts To Achieve Sustainable Solutions. The Prime Ae Firm Shall Also Demonstrate Experience Providing Services Ranging From Pre-design Studies Through Construction Administration; Highlight Areas Of Concentration Or Competence And Range Of Expertise In Diverse Areas Such As Workplace Strategy, Change Management And/or Historic Preservation; Highlight Achievements In Resolution Of Technical Issues Such As Abaas Improvements, Security Design And Energy Projects. the Standard For This Factor Is Met When: the Prime Ae Firm Demonstrates Success In Addressing Complex Design And/or Challenges Through Evidence Of Experience Addressing The Elements Above. additional Consideration Under This Factor: more Weight May Be Given For Firms Who Submit Projects Reflecting Any Of The Following- (1) Experience With Projects Owned By Public Agencies, Including But Not Limited To Federal, State, And Municipal Agencies. (2) Awards Or Other Forms Of Public Recognition From Nationally Recognized Organizations Demonstrating Excellence In Design. submittal Requirements For Factor 1: the Prime Ae Firm Must Submit Three (3) Projects Total For This Factor, No More And No Less. For Each Project, Submit A Maximum Three (3) Page Narrative, Including Any Photographs And Drawings, That Illustrate Specialized Experience Of Projects Where The Construction Was Completed Within The Last Ten (10) Years, And Each Having A Construction Value Of $1 Million Or More. Projects Submitted May Be For Both Renovations And New Construction. 2. Evaluation Factor No. 2: Professional Qualifications And Experience Of Key Personnel (25%) this Factor Considers The Prime Ae Firm’s Professional Qualifications, Experience Of Key Personnel, And Design Philosophy. The Prime Ae Firm Shall Demonstrate Professional Qualifications And Experience Of The Proposed Key Personnel Assigned To This Project Necessary For Satisfactory Performance Of The Required Services. Qualifications And Experience Of The Prime Ae Firm’s Key Personnel Will Be Reviewed First; Then The Overall Proposed Team Qualifications And Experience Will Be Reviewed To Ensure They Will Provide Necessary Support To The Prime Ae Firm To Perform The Required Services. The Prime Ae Firm Shall Also Address The Principal Or Lead Designer’s Philosophy To Include Past Work That Exhibits A Balance Of Design Quality With Other Factors That Affect Public Architecture Including Security, Review Processes, And Budget And Schedule. the Standard For This Factor Is Met When: the Prime Ae Firm Submits All Required Information Demonstrating The Qualifications, Experience, And Design Philosophy As Described. additional Consideration Under This Factor: more Weight May Be Given For Firms Who Submit Information Addressing Any Of The Following - (1) The Degree To Which Any Of The Key Personnel’s Qualifications Are Superior (2) History Of Leadership In Volunteer Organizations Related To The Field Of Architecture, Engineering, And Construction. (3) Awards Or Other Forms Of Public Recognition From Nationally Recognized Organizations Demonstrating Excellence In Design. (4) A Design Philosophy That Provides Evidence Of Flexibility, Innovation, Balance, And Awareness Of Design Excellence In Public Architecture. submittal Requirements For Factor 2: the Prime Ae Firm Shall Provide A Narrative Description, Not To Exceed Two (2) Pages, Summarizing The Principal Or Lead Designer’s Philosophy And Approach To Project Solutions And Providing Examples. Information Provided May Include Appropriate Graphic Material. the Prime Ae Firm Must Submit Resumes Of Proposed Team Members, Not To Exceed Two (2) Pages Each, For Personnel In The Following Disciplines: (1) Prime Architect (one Individual Can Fulfill More Than One Role) principal (architect Of Record) lead Designer project Manager (individual Responsible For Task Orders) (2) Consultants Of Record civil Engineer structural Engineer mechanical Engineer electrical Engineer plumbing Engineer fire Protection Engineer historic Preservation Architect interior Designer landscape Architect resumes Must Indicate Professional Qualification Of Team Members, Including Education, Professional Certification And Licensure, Relevant Experience, Any Specialized Expertise, And The Length Of Service With The Firm. Include And Clearly Identify Resumes For Individuals Who Will Serve As Principal/architect Of Record, Lead Designer, And Project Manager(s), As Well As The Lead Designers In Each Discipline (whether They Are A Part Of The Prime Ae Firm Or A Sub-consultant). resumes Submitted Must Demonstrate Familiarity With New Construction And/or Renovation Projects In Occupied Buildings Where The Construction Was Completed Within The Last Ten (10) Years, And Each Having A Construction Value Of $1 Million Or More. 3. Evaluation Factor No. 3: Past Performance (20%) this Factor Considers The Prime Ae Firm Past Performance On A Range Of Projects Of Varying Scopes, Scales, And Complexities. The Prime Ae Firm’s Role On Each Project Submitted Must Be Identified, Including Demonstrated Success At Collaborative Relationships With Consultants If Applicable. in Evaluating Past Performance For Projects That Meet The Submittal Requirements Project Definition For This Factor, The Government May Review The Contractor Performance Assessment Reporting System (cpars) Database And/or Past Performance Questionnaires (ppq) Submitted By The Prime Ae Firm. Points Of Contact Provided For Projects Submitted Under This Factor And Other Factors May Be Contacted, And The Government May Also Review Any Other Source Of Past Performance Information At Its Discretion. Evaluation Of Past Performance Is A Subjective Assessment Based On Consideration Of All Relevant Facts And Circumstances. It Will Not Be Based On Absolute Standards Of Acceptable Performance. In The Case Of An Offeror Without A Record Of Past Performance, Or For Whom Information On Past Performance Is Not Available, That Offeror Will Be Given Neither A Favorable Nor An Unfavorable Evaluation Regarding Past Performance. the Standard For This Factor Is Met When: the Prime Ae Firm’s Overall Past Performance Record Demonstrates Satisfactory Performance On Three (3) Projects That Meet The Submittal Requirements Project Definition For This Factor. submittal Requirements For Factor 3: the Prime Ae Firm Must Submit Three (3) Projects Total For This Factor, No More And No Less. For Each Project, Submit A Maximum Three (3) Page Narrative, Including Any Photographs And Drawings, Where The Construction Was Completed Within The Last Ten (10) Years, And Each Having A Construction Value Of $1 Million Or More. Include Tangible Evidence Such As Certificates, Awards, Peer Recognition, Etc., Demonstrating Design Performance. Projects Submitted May Be For Both Renovations And New Construction. Each Project Specified Is To Clearly Identify The Project Name, Design Contract Number (if Applicable), Location Of Work, Design Contract Value, Construction Value, And Accurate Client Reference Information Including Name, Title, Address, Email, And Phone Number. Points Of Contact Provided For Projects Submitted Under Other Evaluation Criteria May Be Contacted. additionally, The Prime Ae Firm Must Submit A Ppq Or Copy Of The Completed Cpars Evaluation For Each Of The Three (3) Projects Submitted Under This Factor. The Ppq Or Cpars Evaluation Pages Are In Addition To The Three (3) Page Maximum Narrative Specified For Each Project. 4. Evaluation Factor 4: Project Management And Quality Control Plan (10%) this Factor Evaluates The Prime Ae Firm’s Project Management And Quality Control Plan, Which Provides A Plan Specific To This Idiq Contract. At A Minimum, The Submitted Plan Must Clearly Identify Key Roles And Lines Of Communication, And Must Explain Steps To Ensure Cost And Schedule Control, Quality Control, Project Team Capacity, And Requirements For All Review Stages And Submittals. the Project Management And Quality Control Plan Must Also Demonstrate The Capacity Of The Prime Ae Firm To Accomplish Multiple, Large And Small Projects Simultaneously, And The Ability To Sustain The Loss Of Key Personnel While Accomplishing The Work Within The Required Time Limits. Under The Anticipated Idiq Contract, Each Contract Awardee Must Have The Capability To Concurrently Perform Design And Engineering Work For At Least Five (5) Gsa Projects/ Task Orders. the Standard For This Factor Is Met When: the Prime Ae Firm Demonstrates The Following - the Methods To Deliver Quality Design Or Deliverable While Maintaining Cost And Schedule Controls. the Capability To Respond To The Government’s Needs In A Timely Manner. the Capability To Perform And Balance Multiple Task Orders Concurrently And To Balance Competing Needs Of Multiple Customers. their Ability, Methods, And Processes To Adequately Staff Project Teams. submittal Requirements For Factor 4: the Prime Ae Firm Shall Submit A Project Management And Quality Control Plan, Six (6) Pages Maximum, That Demonstrates The Firm’s Approach For Delivering Individual Projects And Addresses How The Plan Will Be Catered To The Anticipated Idiq Contract, As Described Above. 5. Evaluation Factor 5: Geographic Location (5%) this Factor Evaluates The Prime Ae Firm’s Knowledge Of Local Conditions Within The Geographical Zone(s) In Which They Wish To Be Considered For Contract Award Including Design And Project Strategies Used For Solutions To Design Issues Specific To Local, Environmental, And Geographic Areas Within A Zone. This Must Include Project Delivery Processes, Construction Methodologies, And Related Involvement Or To The Consultants. This Factor Also Considers The Prime Ae Firm’s Familiarity Of The Applicable Geographic Area’s Architectural Standards And Codes, Building Codes, Environmental Regulations, Soil Conditions, Seismic Requirements, And Agency Regulations. the Standard For This Factor Is Met When: the Prime Ae Firm Clearly Demonstrates Knowledge Of Local Conditions And Familiarity With Applicable Geographic Areas Standards And Codes, As Described Above. submittal Requirements For Factor 5: the Prime Ae Firm Must Submit Three (3) Projects Total For This Factor, No More And No Less, And Must Provide A Maximum Of Three (3) Page Narrative For Each Project, Including Any Photographs And Drawings As Applicable, For A Total Of Three (3) Projects Where The Construction Was Completed Within The Last Ten (10) Years, And Each Having A Construction Value Of $1 Million Or More, Describing The Prime Ae Firm’s Knowledge Of Locality Criteria Described Above. Projects Submitted May Be For Both Renovations And New Construction. 6. Evaluation Factor No. 6: Small Business Socio Economic Categories: Hubzone, Sdvosb, Wosb (5%) this Factor Considers The Prime Ae Firms Status As A Small Business Concern In The Following Socio-economic Categories: Historically Underutilized Business Zone (hubzone) Small Business Concern; Service-disabled Veteran Owned Small Business (sdvosb) Concern; Women-owned Small Business (wosb) Concern. including This Factor In The Evaluation Of The Prime Ae Firm Will Result In A Higher Evaluation Rating Being Given To Firms Who Fall Within One Of The Specified Socio-economic Categories. the Standard For This Factor Is Met When: the Prime Ae Firm Provides Confirmation Of Their Small Business Socio-economic Status Within One Or More Of The Specified Categories, If Applicable. submittal Requirements For Factor 6: the Prime Ae Firm Must Submit Proof Of Current Sba Certification Within The Socio-economic Category Specified. stage Ii Process Summary the Names Of The Short-listed Prime Ae Firms Who Will Be Invited To Participate In Stage Ii Of The Selection Process Will Be Published On Sam.gov. This Publication Will Be The Only Notice For Prime Ae Firms Who Submit Stage I Technical Qualification Packages And Are Not Short-listed Will Receive. Short-listed Prime Ae Firms Will Be Provided More Detailed Information On The Stage Ii Process. prime Ae Firms Slated For Interviews Will Be Asked To Present Information On The Evaluation Factors. The Primary Presenter Must Be The Proposed Project Manager/ Lead Project Architect, With Assistance From Up To Two (2) Additional Team Members As Necessary. Interviews Will Be Conducted Via Google Meet. following The Technical Review And Interview Process The Final Selected Prime Ae Firms Will Be Requested To Provide Pricing To Include Overhead Rates, Profit Rates And Hourly Rates For The Anticipated Disciplines For Use In Negotiating Fixed Price Task Orders. notice To Prime Ae Firms prime Ae Firms Submitting Qualification Packages Under This Notice Must Be A Small Business Firm With A Main Office And/or Branch Office In Each Of The Geographic Zone(s) They Are Interested In Being Considered For. Additionally, Failure To Address Each Of The Evaluation Factors And Provide The Requested Information May Result In Failure To Qualify. it Is The Prime Ae Firms Responsibility To Monitor Sam.gov For Any Changes To This Announcement. questions: the Deadline For Submitting Questions Is October 4, 2024, 4:00 Pm Pt. Questions Must Be Submitted In Writing Via Email To Heather Caney, Contracting Officer At Heather.caney@gsa.gov. Questions Received After The Date Specified Will Not Be Accepted Or Responded To. An Amendment Will Be Issued To Provide Responses To All Questions Received By The Deadline. closing Date And Time: prime Ae Firms Which Possess The Qualifications To Perform The Services Described In This Notice Are Invited To Submit Their Complete Technical Qualification Package No Later Than November 1, 2024, 4pm Pt. The Email Submission Must Clearly Identify The Synopsis/solicitation Number And The Applicable Geographic Zone For Which The Prime Ae Firm Is To Be Considered. For Prime Ae Firms Submitting For Multiple Zones, Send A Separate Email For Each Zone. all Submissions Shall Be Sent Via Email To Heather Caney, Contracting Officer At Heather.caney@gsa.gov. only Electronic Pdf Submissions Will Be Considered. No Late Submissions Will Be Accepted. it Is The Prime Ae Firm’s Responsibility To Ensure Technical Qualification Packages Are Complete And Submitted Early Enough To Be Received By The Contracting Officer Before The Deadline, And To Confirm Receipt Before The Deadline. Technical Qualification Packages Which Are Received By The Contracting Officer Later Than The Time Noted Will Be Rejected And Will Not Be Considered. the Maximum File Size For Email Submissions Is 25 Mb. Gsa Has Occasionally Experienced Delays In Delivery Of Emails From The Gsa Server To An Email Account. Therefore, Prime Ae Firms Need To Plan Accordingly. list Of Attachments: the Following Are A List Of Attachments Provided With This Notice: 1. Ppq (word) 2. Sf330 Part 1 & 2 With Form Instructions (pdf) 3. Sf330 - Part 1 (pdf) 4. Sf330 - Part 2 (pdf) 5. Sf330 - Extra Section C (pdf) 6. Sf330 - Extra Section E (pdf) 7. Sf330 - Extra Section G (pdf) 8. Sf330 - Extra Section H (pdf)
Closing Date1 Nov 2024
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services revision 01 effective: 05/30/2023 description this Is A Combined Synopsis/solicitation For Commercial Products And Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As Rfq 36c24125q0028. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-07. the Associated North American Industrial Classification System (naics) Code For This Procurement Is Naics 561730 (landscaping Services) Sba Size Standard $9.5 Million. this Is Being Bid As A Sdvosb Set-aside. this Is A Solicitation For Va Connecticut Healthcare System Requires Snow Removal, Hauling, And Treatment Services At The West Haven Va Medical Center. Services Are Required To Support Active Medical Center Access And Operations 24-hour Access 7 Days A Week For Veterans And Staff. The Duration Of The Contract Will Be A Base Plus 4 Oy. Any Technical Questions Will Be Directed At Melissa Metevelis 203-932-5711 X4199. all Interested Companies Shall Provide Quotations For The Following: mandatory Pre-bid Site Visit interested Bidders Shall Participate In A Mandatory Pre-bid Site Visit And Walk Through At The Va Medical Center West Haven Located At 950 Campbell Avenue; West Haven, Ct 06516 At 9:00 A.m. On October 18, 2024. Bidders Shall Meet At Building 15 In The Facilities Management Service Conference Room To Complete A Sign-in Sheet That Will Be Submitted To The Va Contracting Officer. A Temporary Badge Will Be Required Upon Arrival To Building 15. A Valid Driver S License (any State) Is Required To Obtain A Temporary Badge. Va Connecticut Healthcare System Facilities Management Maintenance Staff Will Escort An On Campus Walk Through Of All Parking Lot Areas, Drives, Bays, Salt Shed Storage, Snow Piling Location(s) And Any Adjacent And/or Ancillary Spaces. Specific Questions Shall Be Directed To The Va Contracting Officer For A Response. statement Of Work snow Removal Services background va Connecticut Healthcare System Requires Snow Removal, Hauling, And Treatment Services At The West Haven Va Medical Center. justification services Are Required To Support Active Medical Center Access And Operations 24-hour Access 7 Days A Week For Veterans And Staff. location Of Services va Medical Center West Haven 950 Campbell Avenue west Haven, Ct 06516 period Of Performance the Contract Time Period Of Performance Includes Winter And Snow Season Months Of November 01 April 30 Of The Contract Period. base Contract Period Shall Be 11/01/2024 10/31/2025. The Contract Will Also Contain The Provision For (4) Annual Option Years: option Year 1: 11/01/2025 10/31/2026 option Year 2: 11/01/2026 10/31/2027 option Year 3: 11/01/2027 10/31/2028 option Year 4: 11/01/2028 10/31/2029 qualifications to Be Considered Eligible For Consideration, Potential Bidders Shall Have A Field Service Representative Located Within 200 Miles Of, And A Minimum Response Time Of 2 Hours To, The West Haven Campus Of The Va Connecticut Healthcare System And Have Proper Equipment, Materials, And Support To Provide Services. Bidders Shall Provide Upon Request, Documentation Of Certification/training On The Specific Equipment Under The Terms Of This Contract. the Contracting Officer (co) And/or Contracting Officer S Representative (cor) Specifically Reserve The Right To Reject Any Of The Service Provider S Personnel And Refuse Them Permission To Work On The Equipment Outlined Herein, Based Upon Credentials Provided. mandatory Pre-bid Site Visit interested Bidders Shall Participate In A Mandatory Pre-bid Site Visit And Walk Through At The Va Medical Center West Haven Located At 950 Campbell Avenue; West Haven, Ct 06516 At 9:00 A.m. On October 18, 2024. Bidders Shall Meet At Building 15 In The Facilities Management Service Conference Room To Complete A Sign-in Sheet That Will Be Submitted To The Va Contracting Officer. A Temporary Badge Will Be Required Upon Arrival To Building 15. A Valid Driver S License (any State) Is Required To Obtain A Temporary Badge. Va Connecticut Healthcare System Facilities Management Maintenance Staff Will Escort An On Campus Walk Through Of All Parking Lot Areas, Drives, Bays, Salt Shed Storage, Snow Piling Location(s) And Any Adjacent And/or Ancillary Spaces. Specific Questions Shall Be Directed To The Va Contracting Officer For A Response. scope Of Work the Medical Center Shall Remain Clear Of Snow And Operational For All Patient Visits And Required Staff 24 Hours And 7 Days Per Week. Service Provider Shall Exercise Care And Courtesy In Order To Minimize Impact On Medical Center Operations. shoveling And Salting Of Walkways, Steps, Fire Hydrants, Handrails, And Building Entrances Will Be Performed By Onsite Va Staff. scheduled And Unscheduled Maintenance Shall Be Completed 24 Hours A Day 7 Days A Week. For Normal/expected Service In Advance Of Known Snow Events, Va Will Provide 24hrs Notice To Contractor That Service Will Be Required. However, For Trouble Calls And Emergency Service, The Service Provider Shall Respond Within 1 Hour After Receiving Notification From The Cor Or The Facilities Management Service Grounds Supervisor To Commence Snow And/or Ice Removal And Surface Treatment. service Provider Shall Respond 24/7 During Normal Business Hours (6 A.m. 6 P.m.), Nights, Weekends (saturday, Sunday, And Holidays. The Service Provider Shall Furnish The Cor With A List Of Telephone Numbers Where The Service Provider Or Authorized Representative May Be Contacted Seven (7) Days A Week, 24 Hours A Day For The Required Services. parking Lots And Roadways Are Utilized By Patients, Staff, The Public, And Contractors. Work Areas Shall Be Restored At The Completion Of Work Each Day. Material, Debris, And Tools Shall Be Removed From The Work Stie And Secured. service Provider Shall Immediately Report Any Damage To The Va Contracting Officer And Cor. Service Provider Shall Be Responsible For Replacement And/or Repair Costs For Damage To Medical Center Exterior Signage, Fixtures, Fences, Vehicles, Etc. description Of Services: snow Removal roadways And Drives [refer To The West Haven Campus Map And Parking Lot Inventory] clear And Remove Snow At All Roadways On The Va West Haven Campus, Including Campbell Avenue Entrance, Spring Street Entrance, Lawson Road, Service Road And To Include Area At Building 1 Loading Dock, Building 2 Loading Dock, Building 2 Main Entrance, Building 5 Main Entrance, Ambulance Bay, Ring Road, And Area Serving Building 19, Building 16, And Veterans Drive. parking Lots [refer To The West Haven Campus Map And Parking Lot Inventory clear And Remove All Snow At All Parking Lots On The Va West Haven Campus, Including Parking Lot 1, Parking Lot 2, Emergency Room, Parking Lot 4, Parking Lot 5, Parking Lot 6, Parking Lot 7, Parking Lot 8, Parking Lot 10, Parking Lot 14, Parking Lot 15, Parking Lot 16, Fisher House, Parking Lot 18, And Parking Lot 24. hauling when Snow Storage Is Full Or Directed By The Cor, Load And Haul Stockpiled Snow Onsite In The Designated Area(s). Designated Areas May Differ From Event To Event; However, Designated Areas Will Always Be Located On The West Haven Va Medical Center Campus. the Facility Has Minimum Snow Dump Area(s) Available. The Service Provider Shall Pile And Stack Snow In A Safe And Efficient Manner. Piles Shall Be Stacked To Maintain Safety And Maximum Usable Parking Area. no Snow Shall Be Piled And/or Stacked In Any Parking Spaces On The Medical Center Campus Unless Directed By The Facilities Management Grounds Supervisor And/or Maintenance Supervisor And/or Cor. blocking Of Wayfinding And Traffic Signage, Fire Hydrants, Walkways, And Building Entrances And Exits Is Prohibited. west Haven Va Medical Center Parking Lot Inventory parking Lot campus Map regular Spaces accessible Spaces parking Lot 1 p1 10 0 parking Lot 2 p2 19 0 emergency Room emergency Care ambulance Entry ambulance Entry parking Lot 4 (new Parking Garage Open January 2025) p4 (parking Garage Not In Contract). 0 8 On Street parking Lot 5 p5 0 30 parking Lot 6 p6 131 0 parking Lot 7 p7 10 72 parking Lot 8 p8 60 0 parking Lot 10 p9, P10, P11, P12 906 8 parking Lot 14 p14 19 0 parking Lot 15 p15 38 0 parking Lot 16 p16 12 0 fisher House p17; Gate Operated parking Lot 18 p18 164 11 parking Lot 24 building 24 9 0 total 1378 129 the Awarded Service Provider Shall Furnish All Supervision, Labor, Tools, Equipment, Materials, Fuel, And Plant Necessary To Remove Snow On Medical Center Roads, Parking Lots, Treat Surfaces, Load Piles Of Snow And Transport To A Snow Dump. service Provider Shall Be Responsible For Keeping Parking Lot And Lot Access Open During The Storm, Final Clean-up Will Commence When Storm Has Ended. no Staging Or Storage Of Contractor S Equipment Will Be Permitted Onsite With Exception To One Loader For Salting Operations. Service Provider May Furnish And Store On Site One Loader In A Designated Parking Location For The Winter Season Months Of November April Outlined Within This Contract. contractor Is Responsible For Removing All Other Equipment At The End Of Each Event S Operations. Any Request For Equipment Storage In Advance Or Unique Or Extreme Snow Events Shall Be Requested, And Approved, By The Cor. Fuel Storage, And Fuel Storage Cubes, Are Prohibited. service Provider Shall Utilize The Government S Salt Storage For Roadway And Bituminous Parking Surface Treatment. Va Medical Center Grounds Staff Shall Load Va Supplied Salt Into Service Provider S Furnished Equipment For This Purpose. Va Furnished Salt Shall Be Utilized For Va Medical Center Treatment Only As Outlined Within This Contract. all Equipment Shall Have Operable Snow Removal Lights, Daytime And Nighttime Running Lights. Lights Shall Be Used Whenever Equipment Is In Operation. All Trucks And Motor Vehicles Shall Possess A Valid Registration (any State) And Insurance For The Intended Use. no Government Furnished Equipment (gfe) Will Be Included For Use In This Contract. Contractor Must Provide All Snow Removal, Ice Removal, Salt Spreading, And Snow Moving Equipment. Additionally, Contractor Must Provide All Fuel. Use Of Government Fuel And Fueling Stations Is Prohibited. deicing Operations (straight Salt) Shall Be Performed With Equipment That Has The Capability Of Salting The Paring Area In One Pass. truck, Motor Vehicle And Equipment Operators Shall Possess Valid Licenses To Operate. Provide A Copy Of License And Proof Of Training To Contracting Officer. service Provider Is Responsible For Furnishing And Utilizing Appropriate Personal Protective Equipment While Performing Work Such As Reflective Clothing, Eyewear, Gloves, Etc. service Provider Shall Maintain Their Own Spill Cleanup Kits For Fuel, Oil, Or Solvent Spills. Report All Spills Immediately To The Contracting Officer, Cor, And Facilities Management Service Maintenance Supervisor. dispose Of Waste And Debris In Accordance With Nfpa 241. Remove From The Site Daily. submittals/deliverables the Va Shall Furnish A Site Map Of The West Haven Va Medical Center And Inventory Of Parking Lots And Total Number Of Parking Spaces. provide Copy Of Equipment Safety Inspections To Contracting Officer Prior To Use. provide Copies Of All Personnel Qualifications, Training, And Licenses As Applicable For The Work. the Service Provider Shall Provide Electronic Copy Of All Services Performed To The Contracting Officer, Cor, And Facilities Management Service Maintenance Supervisor Within 48 Hours Of Services Provided. pricing/invoicing contract Contains Unit Costs And Not To Exceed Quantities In Accordance With The Schedule. Service Provider Shall Invoice For Work Performed, Quantities Removed From The Site And Offloaded At A Snow Dump. the Cor And Va Facilities Management Service Maintenance Supervisor Shall Be The Vamc Officials Responsible For Monitoring Contract Compliance. Monitoring Mechanisms Shall Include: Written Documentation, Reports And Locations Of All Complaints Regarding Surfaces; Verification Of Quantities For Rock Salt And Ice Melt Treatment (cubic Yards, Material And Quantity Of Spreaders Used); Log Of Equipment On Site And In Use With Full Name Of Operator; Registration, Model And Size Of Equipment, Trucks, And Loader(s); And Verification That The Service Provider Has Completed And Provided All Written Documentation. snow Operations Shall Be Priced Per Storm Based On Actual Accumulation And Supported By A Certified Snowfall Total. Provide Unit Pricing For The Following: 1 3 : >3 6 : >6 9 : >9 12 : each Additional 1 Of Snow Above 12 : treatment: service Provider Shall Provide Daily Documentation To Demonstrate Manpower, Equipment And Material Used Per Day And Per Storm: quantities Of Salt Per Day And Per Storm. quantities Of Ice Melt Per Day And Per Storm. quantity Removed From The Site Per Day And Per Storm. prior To Submitting Invoice, Provide All Required Written Documentation. In Addition To Licensure, Safety Inspections, Insurance And Registration, Provide The Following: name Of Each Operator Personnel. equipment Description. equipment Quantity. plow Size With Corresponding Plate Number. truck Size With Corresponding Plate Number. equipment Logs. operator Logs. total Snow Removed (cubic Yards) For The Day. approximate Time Load Left Site. approximate Time Of Delivery To Dump. approximate Quantity Of Load. dump Tickets. a Print Out Of The Applicable Snow Total From The National Weather Service/noaa Is Required To Be Submitted With All Invoices. all Logs And Tickets Shall Identify Equipment, Operator, Quantity, Location With Date And Time(s), Start And Stop Times. Service Provider Shall Certify That Written Documentation Has Been Reviewed For Accuracy And Is Complete. general all Service Provider Personnel, Sub-service Providers And Representatives Visiting Va Sites Will Be Required To Sign In Upon Arrival At Building 15 And/or Retain A Temporary Va Badge. Each Visiting Individual Be Required To Enter Their Name, Their Company S Name, Va Project Title, Reason For Visit, And The Times Of Arrival And Departure. Arrangements For After Normal Hour Working Site Visits Must Be Made In Advance And During Normal Working Hours. general: The Contracting Officer Reserves The Right To Terminate Any Services, Without Payment For Services Completed, If Such Services Are Not Needed Or Are Not Being Adequately Completed. the Service Provider Shall Remain Responsible For Operating And Maintaining The Site In Full Accordance If The Requirements Of This Solicitation. the Service Provider Shall Develop And Provide To The Va The Following: safety Plan: The Service Provider Shall Produce Work In Accordance With The Latest Editions Of All Applicable Dva Guidelines (e.g. Construction Standards, Master Specifications, Standard Details, Special Design Criteria To Meet Hospital Joint Commission (tjc) Requirements), Nfpa, Federal And State Codes Pertinent To The Project Scope. per Va Directive 1805, Smoking Vaping, And Smokeless Tobacco Are Prohibited On The Grounds Of Va Facilities, Including In Vehicles. This Directive Applies To All Service Providers And Their Employees. no Photography Of Va Premises Is Allowed Without Written Permission Of The Contracting Officer. Patients And Staff Are Not To Be Photographed At Any Time. parking For Service Provider And Its Employees Shall Be In Designated Areas Only. Service Provider To Coordinate With Cor. the Service Provider Shall Confine All Operations (including Storage Of Materials) On Government Premises To Areas Authorized Or Approved By The Va Contracting Officer. The Service Provider Shall Hold And Save The Government, Its Officers, And Agents, Free And Harmless From Liability Of Any Nature Occasioned By The Service Provider S Performance. Working Space And Space Available For Storing Materials Shall Be As Determined By The Cor. Workers Are Subject To The Rules Of The Medical Center Applicable To Their Conduct. Execute Work In Such A Manner As To Reduce Impacts With Work Being Done By Others. billing: Provide Cor With A Report Or Statement Of Work Completed And Include Statements With Request For Payment. Statement Should Include Service Completed And The Date Each Service Item Was Completed. Labor Charges Shall Be Billed Hourly, And Any Unused Labor Totals Will Be Credited Back To The Va Medical Center On The Next Billing Cycle, Upon Receipt Of The Service Report. travel: service Provider And/or Subcontractors Providers Will Travel From Their Place Of Business To The West Haven Vamc Of The Va Connecticut Healthcare System. nara Records Management Requirements the Following Standard Items Relate To Records Generated In Executing This Contract: citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c. Chapter 21, 29, 31, And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. the Contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. The Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. the Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage, Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. the Contractor Is Required To Obtain The Contracting Officer S Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under Or Relating To This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. evaluation Process award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15. The Contracting Techniques Associated With Far Part 15 Are Not Mandatory. the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:â  price (follow These Instructions): offeror Shall Complete The Attached Price Schedule, With Offerors Proposed Contract Line-item Prices Inserted In Appropriate Spaces.â  ensure Your Representations And Certifications Are Complete In The System For Award Management (sam)( Https://www.sam.gov). Otherwise, You Will Need To Fill Out Solicitation Clause 52.212-3 "offeror Representation And Certifications -commercial Items And Submit With The Quote. Federal Acquisition Regulations Require That Federal Contractors Register In The Sam Database At Http://www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Quotation. past Performance: provide (3) References Of Work, Similar In Scope And Size With The Requirement Detailed In The Performance Work Statement. References Must Include Contact Information; Brief Description Of The Work Completed, And Contract # (if Relevant).â  Please Utilize Attachment 1 Past Performance Worksheet For Your References And Please Submit As Part Of Your Quote Submission. References May Be Checked By The Contracting Officer To Ensure Your Company Can Perform The Performance Work Statement. The Government Also Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From All Sources. technical: The Offeror S Quote Shall Be Evaluated To Determine If The Organization Has The Experience And Capabilities To Provide The Requested Services Iaw The Performance Work Statement In A Timely Efficient Manner.â  contractor Shall Demonstrate Their Corporate Experience And Approach To Meet All Requirements Stated In The Performance Work Statement. contractor Shall Demonstrate That Their Technicians Meet The Qualification Standards Stated In The Performance Work Statement. contractor Shall Provide All Current And Relevant Or License(s) To Include Manufacture Training Certificate Etc. if You Are Planning To Sub-contract Some Or All Of This Work, Please Provide The Name And Address(s) Of All Subcontractor(s) (if Applicable) And A Description Of Their Planned Subcontracting Effort. 4. Veterans Preference Factor (per 852.215-70): The Government Will Assign Evaluation Credit For An Offeror (prime Contractor) Which Is A Service-disabled Veteran-owned (sdvosb) Or A Veteran-owned Small Business (vosb). Non-sdvosb/vosb Offerors Proposing To Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. a. For Sdvosbs/vosbs: In Order To Receive Credit Under This Factor, An Offeror Shall Submit A Statement Of Compliance That It Qualifies As A Sdvosb Or Vosb In Accordance With Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors . Offerors Are Cautioned That They Must Be Registered And Verified In Vendor Information Pages (vip) Database (http://www.vetbiz.gov). verified Sdvosbs Will Receive A 5% Price Credit (e.g. If A Sdvosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $95.00). ii. Verified Vosbs Will Received A 2.5% Price Credit (e.g. If A Vosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $97.50). the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. (xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020), 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.228-5 Insurance-work On A Government Installation (jan 1997), 52.232-40 Providing Accelerated Payments To Small Business Subcontracting (dec 2013), 852.212-70 Provisions And Clauses Applicable To Va Acquisitions Of Commercial Items (apr 2020) 852.203-70 Commercial Advertising 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside 852.232-72 Electronic Submissions Of Payment Requests 852.233-70 Protest Content/alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives Of Contracting Officers 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018) as Prescribed In 819.7203(a) Insert The Following Clause: (a) This Solicitation Includes 852.219-74, 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. 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) 852.219-77 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. as Prescribed In 819.7009(c) Insert The Following Clause: va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (sep 2021) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.] (i) [x] Services. In The Case Of A Contract For Services (except Construction), The Contractor 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 852.219-74 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. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) [ ] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) 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. (3) 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. The 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 With The Limitations On Subcontracting Requirement. 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. i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. 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) 852.242-71 Administrative Contracting Officer. as Prescribed In 842.271, Insert The Following Clause: administrative Contracting Officer (oct 2020) the Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Shall Be Furnished To The Contractor. (end Of Clause) (xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (wage Determination West Haven And Newington Vamc Wd 2015-4127 And 2015-4119 (rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6 (xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above. (xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement. (xv) Rfq Questions Are Due Nlt 10/20/2024 At 17:00 Pm Est. Rfq Responses Are Due Nlt 10/23/2024 At 17:00 Pm Est. Rfq Responses Must Be Submitted Via Email With Rfq #36c24125q0028 In The Subject Line To: Nathan.langone@va.gov Hand Deliveries Shall Not Be Accepted. (xvi) The Poc Of This Solicitation Is Nathan Langone (nathan.langone@va.gov)
Closing Soon23 Oct 2024
Tender AmountRefer Documents 

Province Of Iloilo Tender

Others...+1Construction Material
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Transportation & Proper Disposal Of Hazardous Materials Bid No. Hmo-24-1478-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………..18 Section I. Invitation To Bid Purchase Of Transportation & Disposal Of Hazardous Materials Bid No. Hmo-24-1478-b 1. The Iloilo Provincial Government Through The Supplemental Budget #1 2024 Intends To Apply The Sum Of One Million Nine Hundred Twenty-nine Thousand Nine Hundred Ninety-nine Pesos (php 1,929,999.00) Being The Abc To Payments Under The Contract For The Purchase Of Transportation & Disposal Of Hazardous Materials. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Five (5) Months Or Upon Completion Based On The Number Of Kilograms Stipulated In The Contract, Whichever Comes First. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 3, 2024 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On October 10, 2024 At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol On Or Before October 24, 2024 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On October 24, 2024 At 9:01 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com September 26, 2024 Engr. Romeo C. Andig Vice Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Transportation & Proper Disposal Of Hazardous Materials With Bid No. Hmo-24-1478-b. The Procurement Project (referred To Herein As “project” Is Composed Of One (1) Item, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2024 In The Amount Of Of One Million Nine Hundred Twenty-nine Thousand Nine Hundred Ninety-nine Pesos (php 1,929,999.00). 2.2. The Source Of Funding Is: A. Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Hospital Management Office Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Hospital Management Office. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Items Number Description Quantity Total Delivered, Weeks/months 1 Transportation & Proper Disposal Of Hazardous Materials (m501) (21,444.44kg Of Hazardous Materials @p90.00/kg) 1 1 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Hmo-24-1478-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Transportation & Proper Disposal Of Hazardous Materials (m501) (21,444.44kg Of Hazardous Materials @p90.00/kg) Standard Requirements: 1. Valid Transporter, Treater And Final Disposal Facility’s Registration Certificate/accreditation Issued By The Denr-emb 2. Transportation Shall Be Within Panay Island With Office, Garage And Registration Certificate From Denr-emb (attached Photocopy Of Permit From 10 Years Up To Present) 3. Certificate Of Training And Accreditation Of Pollution Control Officer Of Transporter And Treater. 4. Proof Of Training And Accreditation Of Waste Handlers From Denr-emb; Transporter Should Have At Least 12 Accredited Handlers. 5. Proof Of Treatment (with Photos), Transport Manifest Form, Certificate Of Treatment And Certificate Of Final Disposal 6. With Experience In Healthcare Waste Transport Treatment, And Disposal For At Least 10 Years Preferably Within Region Vi. 7. For Treatment Facility Outside Of Panay Island, Provide Valid And Existing Notarized Moa Or Certification From Shipping Company Indicating That Cargo Is Hazardous/hospital Waste Material From Inter-island Region Vi For The Past 10years (attached Yearly Proof Of Transport). 8. Waste Transport Management Plan/procedure And Transport Contingency And Emergency Plan 9. List Of At Least Fifteen (15) Clients In Region Vi (government Or Private). 10. Contractor Must Provide Appropriate Packaging Materials: Double Liner Sack (with Plastic Lining Inside), Steel Or Pvc Drums (properly Sealed And Labelled). Contractor Will Do The Packaging And Ensure That The Area Is Cleaned And Disinfected After Every Hauling (provide Pictures). 11. Compliance To All Denr-emb Requirements And Pertinent Laws. 12. Submission Of Manifest Form, Certificate Of Treatment And Final Disposal After Every Hauling. 13. Collection/hauling Of Waste Should Be Done Daily Until All Of The Quantity Of Waste In The Contract Is Completed. Contract Period: Five (5) Months Or Upon Completion Based On The Number Of Kilograms Stipulated In The Contract, Whichever Comes First. Terms And Conditions 1. Transporter Shall Provide Emb/denr Approved Vehicles For The Collection And Transportation Of Wastes Collected From The 12 Districts Hospital In The Province Of Iloilo. 2. The Treater Shall Treat/process The Waste Using The Autoclaving Process For Final Disposal In An Emb/denr Accredited Sanitary Fill. 3. Treater And Transporter Agree That They Shall Indemnify And Hold The Generator Free From All Liabilities, Damages And Claims Arising From Negligence During Transport And Treatment Of Wastes For Disposal. 4. Moa Shall Be Executed Between The Winning Bidder And End User Of Agency Containing The Aforementioned Terms And Conditions Upon Receipt Of P.o. ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Soon24 Oct 2024
Tender AmountPHP 1.9 Million (USD 33.6 K)
8801-8810 of 8817 active Tenders