Cloud Tenders
Philippine Health Insurance Corporation Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 1. The Philhealth Regional Office Xii, Through The Corporate Operating Budget For Cy 2025 Intends To Apply The Sum Of Five Million Seven Hundred Seventy-six Thousand Four Hundred Sixty-four And 98/100 Pesos Only (p5,776,464.98) Being The Abc To Payments Under The Contract For The Item In The Procurement Of Various It Supplies For Cy 2025 With Invitation To Bid No. Bac-pb-2025-002. Bid Received In Excess Of The Abc For The Item Shall Be Automatically Rejected At Bid Opening. 2. The Philhealth Regional Office Xii Now Invites Bids For The Above Procurement Project. Item No. Item Description Quantity Unit Approved Budget (php) 1 Cable Manager_iv: Wire Moulding, Flat, 1 Inch_length 50 Length 8,500.00 2 Cable Manager_iv: Wire Moulding, Flat, 2 Inches_length 50 Length 22,500.00 3 Cable_iv: Hdmi Cable 30m_pc 12 Pcs 27,563.16 4 Ethernet Connector_iv: Rj 45, Standard, For Cat6_pc 446 Pcs 4,821.26 5 Modular Box_iv: Rj 45 Modular Box_pc 30 Pcs 5,475.00 6 Printer Parts (for Existing Printers)_iv: Imaging Unit For Lexmark Ms823dn Printer Black_unit 3 Units 22,200.00 7 Printer Parts (for Existing Printers)_iv: Maintenance Kit For Hp Laserjet Printer M611dn_unit 3 Units 83,970.00 8 Printer Parts (for Existing Printers)_iv: Maintenance Kit For Lexmark Ms823dn Printer_unit 3 Units 83,100.00 9 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6641, Ink Black_box 1 Box 343.20 10 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6642, Ink Cyan_box 1 Box 352.00 11 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6643, Ink Yellow_box 1 Box 352.00 12 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6644, Ink Magenta_box 1 Box 352.00 13 Printer Consumables (for Existing Printers)_iv: Hp 201a , Cf400a, Black_cartridge 6 Carts 33,696.48 14 Printer Consumables (for Existing Printers)_iv: Hp 201a, Cf401a , Cyan Laserjet Toner Cartridge_cartridge 6 Carts 39,593.10 15 Printer Consumables (for Existing Printers)_iv: Hp 201a, Cf402a , Yellow Laserjet Toner Cartridge_cartridge 6 Carts 39,593.10 16 Printer Consumables (for Existing Printers)_iv: Hp 201a, Cf403a , Magenta Laserjet Toner Cartridge_cartridge 6 Carts 39,593.10 17 Printer Consumables (for Existing Printers)_iv: Ink Cartridges, Hp F6v26aa (hp 680), Tri-color_cartridge 40 Carts 24,261.20 18 Printer Consumables (for Existing Printers)_iv: Ink Cartridges, Hp F6v27aa (hp 680), Black_cartridge 20 Carts 12,130.60 19 Printer Consumables (for Existing Printers)_iv: Lexmark 8d3h00 Black Toner_cartridge 60 Carts 1,151,700.00 20 Printer Consumables (for Existing Printers)_iv: Printer Ribbon For Evolis Primacy & Evolis Zenius Id Card Printer, Evolis Ymcko R5f002saa, Color Ribbon, 200 Prints/roll_ribbon 2 Carts 16,364.00 21 Printer Consumables (for Existing Printers)_iv: Ribbon Cartridge For Epson Lq2180/2190 Dot Matrix Printer, So15531/so15086, Black_cartridge 20 Carts 17,700.00 22 Printer Consumables (for Existing Printers)_iv: Ribbon Cartridge For Epson Lx-310 Dot Matrix Printer, S015632, Black_cartridge 10 Carts 1,707.10 23 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Black Original Laserjet Toner Cartridge, Cf410a_cartridge 4 Carts 27,604.48 24 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Cyan Original Laserjet Toner Cartridge, Cf411a_cartridge 2 Carts 17,791.52 25 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Magenta Original Laserjet Toner Cartridge, Cf413a_cartridge 4 Carts 35,463.04 26 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Yellow Original Laserjet Toner Cartridge, Cf412a_cartridge 2 Carts 17,731.52 27 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp Ce390a, Black_cartridge 15 Carts 215,160.00 28 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Brother Tn-2280, Black_cartridge 4 Carts 13,285.32 29 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Cf237a (hp 37a, M607n), Black_cartridge 50 Carts 716,596.50 30 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Black W2090a_cartridge 6 Carts 19,537.50 31 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Cyan W2091a_cartridge 6 Carts 20,865.06 32 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Magenta W2093a_cartridge 6 Carts 20,865.06 33 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Yellow W2092a_cartridge 6 Carts 20,865.06 34 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Black Toner Cartridge (ce740a)_cartridge 1 Cart 12,487.83 35 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Cyan Toner Cartridge (ce741a)_cartridge 1 Cart 21,890.13 36 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Magentatoner Cartridge (ce743a)_cartridge 1 Cart 21,890.13 37 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Yellow Toner Cartridge (ce742a)_cartridge 1 Cart 21,890.13 38 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 62xl Black High Yield Original Ink Cartridge (c2p05an)_cartridge 6 Carts 20,814.00 39 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 62xl Tri-colour High Yield Original Ink Cartridge (c2p07an)_cartridge 6 Carts 21,240.00 40 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp Cf217a (hp17a) Black Laserjet_cartridge 6 Carts 29,677.98 41 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp Cf248a (hp 48a), Black,_cartridge 10 Carts 37,145.90 42 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp Cf281a (hp81a) Black Laserjet_cartridge 15 Carts 216,937.35 43 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp W1470a (hp147a) Black Laserjet_cartridge 183 Carts 2,510,209.17 44 Utp Cable_iv: At Least Cat6 Or Latest, 305m, 1000ft Ethernet Cable_box 15 Boxes 100,650.00 Total 5,776,464.98 Delivery Of The Goods Is Required For A Period Of Sixty (60) Days Without Extension Commencing From The Time Of Receipt By The Winning Supplier Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years (may 19, 2023 – May 18, 2025) 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. A. 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 Philhealth Regional Office Xii – Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8:00 Am - 5:00 Pm From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 29,2025 – May 18, 2025 (8:00 Am – 4:00 Pm, During Weekdays Only) And On May 19, 2025 (8:00 Am – 9:30 Am), From The Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb: Approved Budget For The Contract Maximum Cost Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,00 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Philhealth Regional Office Xii Will Hold A Pre-bid Conference At 02:00 Pm Onwards On May 07, 2025 At The Philhealth Regional Office Xii Training Room, Csa I Building Corner Zulueta Street- General Santos Drive, City Of Koronadal, South Cotabato And Through Video Conferencing Via Ms-teams Platform, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below Or Online Or Electronic Submission As Indicated Below (bidders Maybe Requested To Submit Hard Copies Of The Bidding Documents During Bid Evaluation Stage Of The Procurement) On Or Before 10:00 Am On May 19, 2025. 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 May 19, 2025 At 10:00 Am Onwards At The Philhealth Regional Office Xii Training Room, Csa I Building Corner Zulueta Street- General Santos Drive, City Of Koronadal, South Cotabato And Through Video Conferencing Via Ms-teams Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Shall Submit Their Electronic Bids Using A Two-factor Security Procedure Consisting Of An Archive Format Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual Bid Opening On May 19, 2025 At 10:00 Am. Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions Is Allowed. 11. The Philhealth Regional Office Xii 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: Sharon Rose B. Ysmael/mark Vincent N. Romero Bac Secretariat Philhealth Regional Office Xii 4th Floor, Csa I Building Corner Zulueta Street - General Santos Drive, City Of Koronadal, South Cotabato Bac.pro12@philhealth.gov.ph Telephone No. (083) 228-4733 Www.philhealth.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Https://www.philhealth.gov.ph/suppliers/iaeb/index.htm For Online Bid Submission: Bac.pro12@philhealth.gov.ph Issued This 29th Day Of April 2025. _____________________________ Lorelie G. Bonilla Chairperson, Bids And Awards Committee Noted: __________________________________ Hector Zenon Leonardo P. Malate, Md Head Of The Procuring Entity
Closing Date19 May 2025
Tender AmountPHP 5.7 Million (USD 103.6 K)
Province Of Sarangani Tender
Others
Philippines
Details: Description Invitation To Bid Supply, Delivery, Installation, Training And Commissioning Of One (1) Lot Cctv Materials For The Province Of Sarangani (pado-ict) 1. The Provincial Government Of Sarangani, Through Its Ab Cy 2025, Intends To Apply The Sum Of Fifteen Million Pesos (p15,000,000.00), Inclusive Of All Taxes And Freight Charges, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply, Delivery, Installation, Training And Commissioning Of One (1) Lot Cctv Materials For The Province Of Sarangani (pado-ict) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required And Must Be In Accordance With Section Vi (schedule Of Requirement Of The Bidding Documents). 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). 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 Bac Secretariat And Inspect The Bidding Documents At The Address Given Above During Office Hours From Mondays To Fridays At 9:00 Am To 3:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 26, 2025 (wednesday) From The Given Address And Websites Of The Philippine Government Electronic Procurement System (philgeps And Of The Procuring Entity. Pursuant To The Latest Guidelines Issued By The Gppb, The Interested Bidders Shall Pay The Applicable Fee In The Amount Of Twenty-five Thousand Pesos (25,000.00), Which Is Non-refundable. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On March 4, 2025 (tuesday), 9:00 Am At Bac Conference Room, 2nd Floor, Pgso Bldg., Capitol Complex, Alabel, Sarangani Province. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before March 18, 2025 (tuesday) At 9:00am. 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 March 18,2025 (tuesday), 9:00am At The Given Address Above. 10. The Provincial Government Of Sarangani 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. 11. For Further Information, Please Refer To: Bids And Awards Committee Secretariat 2nd Floor, Pgso Building, Capitol Complex Alabel, Sarangani Province 9501 E-mail: Bacsecsarangani@gmail.com Telephone Number: (083) 508-3008 Atty. Jenric Y. Garcia Bids And Awards Committee Chairman 1. 1 Lot/s Supply, Delivery, Installation, Training And Commissioning Of One (1) Lot Cctv Materials 35 Unit/s Atleast 4mp Dome Ip Camera Image Sensor 1/2.7"progressive Scan Cmos Scanning Mode Progressive Dynamic Range: Atleast 120db 16:9 Aspect Ratio (4 Mega Pixel Mode) 68 Unit/satleast 4mp Bullet Ip Camera Image Sensor ½.8’’ Progressive Scan Cmos Scanning Mode Progressive Dynamic Range: Atleast 120db 16:9 Aspect Ratio (4 Mega Pixel Mode) 1 Unit/s Ptz (pan/tilt/zoom) Atleast 2mp Camera Image Sensor 1/2.8” 2.0-megapixel, Progressive Scan, Cmos Scanning Mode Progressive Dynamic Range: Atleast120db Aspect Ratio (16:9)/aspect Ratio (4:3) Defog Intelligent Video Motion Detection Digital Zoom: Atleast 16x Optical Zoom: Atleast 33xg 7 Unit/s Atleast 16ch Network Video Recorders (nvr) Inputs Up To 16 Network Cameras Support Local Display Hdmi: 4k Hdd Slot Internal 2 Hdd Slots Hdd Type 3.5-inch Sata Hdd 1 Unit/s Artificial Intelligence (ai) Analytic Server Processor: Intel Core I7 Or Xeon Cpu Ram: Atleast 32 Gb Ram (minimum) Storage: Atleast 480gb Ssd (minimum) Atleast 1tb Hdd (minimum) 1 Unit Artificial Intelligence (ai) Analytic Software Can Use Multiple Ai License In One Camera Software Appliance-based Analytics Simple, Easy-to-use Google-like Interface 2 Unit/s Artificial Intelligence (ai) Facial Recognition License With Video Search Face Search (no Face Database) Real-time & Batch-mode Face Recognition (match With Face Database) Video Search (object Search & Detection) Support Multi-camera Video Search (central Search) Detect Direction Of People Motion Tracking 2 Unit/s Artificial Intelligence (ai) Plate Number Recognition License With License Plate Recognition License Plate Recognition Analytics For 100+ Countries Real-time Alert For Blacklist/whitelist/unidentified (not In Any List) 1 Set/s Desktop Workstation Processor: Intel Core I7 14th Ram: Atleast 32 Gb Storage: Atleast 1tb Ssd Gpu: Atleast 4gb Monitor: Atleast 22” Inches With 650va, And Mouse / Keyboard 1 Unit/s Atleast 10 Port Cloud Managed Router Fixed Lan Port(s): 6×10/100/1000 Base-t Fixed Wan Port: 1×10/100/1000 Base-t Cpu: 2 Cores, 1.35 Ghz Sdram/ram: Atleast 512 Mb Poe Power Budget: Atleast 110 W 1 Unit/s Atleast 24 Port Managed Gigabit Poe Layer 2 Switch Ports: 24 X 10/100/1000base-t Poe+ Ports, 4 Sfp+ Uplink Switching Capacity: Atleast 128 Gbps Mac Address Table: Atleast 16000 1 Unit/s Gpon 4-pon Olt Qty: 4 Gpon Port: Qty 4 Transmission Distance: Atleast 20km 10 Unit/s Atleast 6 Port Unmanaged Switch W/ Atleast 4 Port Poe +2 Sfp Slot Switching Capacity: Atleast 6.8g Packet Forwarding Rate: Atleast 4.91mpps 3 Unit/s Atleast 11 Port Gigabit Switch With Atleast 8 Port Poe Unmanaged Port 11: 1 × Rj-45 10/100/1000 Mbps (uplink) Switching Capacity: Atleast 33 Gbps Packet Forwarding Rate: Atleast 16.37 Mpps Packet Buffer Memory: Atleast 1.75 Mbit 1 Unit/s Atleast 16 Port Unmanaged Gigabit Poe Switch Ethernet Port: Atleast 16 7 Unit/s Atleast 65" Surveillance Monitor 25 Unit/s Atleast 650va Uninterruptible Power Supply 15 Unit/s Atleast 1kva Uninterruptible Power Supply 14 Unit/s Atleast 10 Tb Hard Disk 5 Unit/s Atleast 1kva Automatic Voltage Regulator 1 Unit/s Atleast 42u Data Cabinet 15 Unit/s Atleast 6u Data Cabinets 30 Unit/s Gpon/epon Xpon Ftth Onu Modems 98 Piece/s Cctv Utility Box 2400 Meters Category 6 U/utp Installation Cable, Outdoor 6000 Meters Cat6 Pure Copper Cable, Indoor 750 Piece/s Rj45 Connector Cat6 2000 Km/s Single Mode Atleast 4 Cores Optical Fiber Cable 4000 Km/s Single Mode Atleast 2 Cores Optical Fiber Cable 1 Piece/s Direct Attach Cable (dac) Sfp Passive Cables 10 Piece/s Fiber Optic Splitter Atleast 8 Port Connector Cable Box 8 Piece/s Nap Box Fiber Splitter Box Atleast 8-port 90 Piece/s Ftth Retractor / Fiber Optic Cable Hanger Hook Pole 100 Piece/s Fiber Optic Cable Anchoring Clamp S-type F Clamp 90 Piece/s Sc Connector Single Core Butterfly 65 Piece/s Ftth Bridle Ring/overhead Line Accessories 40 Piece/s Ftth Fiber Optic Drop P Clamp Suspension Wire Clamp Tensioner 1 Lot/s Piping, Aerial Cabling Materials And Consumables Pvc, Moldings, Clamps, Cable Ties And Etc. 1 Lot/s Cable Tray And Other Materials Foc Patch Cables, Brackets, Cable Organizer And Etc 1 Lot/s Technical Installation And Supervision Accommodations, Plane And Bus Tickets And Other Expenses Warranty • Provide Warranty Service Within The Warranty Period. Provide Upgrades And Patches To Be Installed Free Of Charge During The Warranty Period. The Bidder Shall Be Responsible For All The Costs Related To The Warranty Period For Hardware Products. Equipment – One (1) Year From The Delivery • Render Support Services To The Province Within The Warranty Period As Follows: Technical Support Through Phone Calls Or Email Within Regular Working Hours From Monday To Friday, 8:00am To 5:00pm In Case Of Defective Equipment, Replacement With The Same Or Higher Specifications Training • Provide Demonstration And Training For Personnel That Will Be Assigned To Monitor Cctv System And Maintain Cctv Equipment. Appropriate Certification Must Be Issued To The Participants. • Conduct Basic Training For System Administration And Knowledge Of Basic Operation Commissioning, Testing And Acceptance • The Winning Bidder Must Conduct Commissioning And Testing To Ensure The Maximum Level Of Reliability By Reviewing And Testing The Physical Design Of The Cctv System As A Whole. • Upon Completion Of Commissioning And Testing, The Province Shall Issue A Certificate Of Acceptance Subject For Payment Scope Of Work And Activities (1.) To Ensure The Quality Of Service, The Bidder Shall Submit The Following Documents: • Proposed Detailed Plan/design And Specifications For Structured Cabling And Cctv Solution Subject For The Approval Of The Province Prior To Bidding; • Project Management Plan Which Provides An Implementation Timeline That Reflects All The Milestones In The Gantt Chart; • Acceptance Certification From A Government Sector To Prove That The Prospective Bidder Had An Experience Of Having Completed At Least One (1) Contract That Is Similar To This Project Completed At Least Three (3) Years From The Date Of Bidding • A Certification From The Manufacturer Indicating That The Bidder Is: The Sole Authorized Distributor In The Philippines To Supply And Carry Out The Installation For The Province Of Sarangani Project; The Appointed Authorized Bidder To Supply And Install The Ai Video Analytics Platform & Engines • A Document To Show A Summary Key Results From The Evaluation Of Nist (national Institute Of Standards And Technology, Us Department Of Commerce) On Face Recognition Algorithms • An Official Statement From The Camera Manufacturer That The Cameras And Recorder Are Not Manufactured By Any Banned Video Surveillance Manufacturer As Stated In The National Defense Authorization Act (ndaa) • Warranty Certification From The Cctv Manufacturer. (2.) Project Duration: 180 Working Days System Requirements To The Bidder • The Prospective Bidder Must Have At Least Ten (10) Years’ Experience In The Supply, Delivery, Installation, Testing And Commissioning Of Cctv Surveillance System Within The Government Sector • Proposed Design, Configuration, And Specifications Of Offered Design, Systems, And Technology Must Show Compliance, Compatibility, And Best Fit To The Required Systems For Evaluation Of The Procuring Entity • Proposed Work Plan And Detailed Implementation Schedule For The Project Covering The Whole Period. Prospective Bidders Must Inspect The Site. This Is To Ensure The Reliability, Security, And Efficiency Of The Services That Are Needed Which The Prospective Bidder Will Be Offering. Each Activity Should Have A Timeframe And A Gantt Chart Summary. Responsibility And Accountability Of The Winning Bidder • Submission Or Acquisition Of All Required Permits • Improvement Of The Existing Cameras • Supply, Delivery And Installation Of The New Cameras And Other Equipment’s • Integration Of Newly Installed Cctv To Existing Cameras • Supply Of Labor, Delivery And Installation Of Various Fiber Cables And Components For Fiber Cable Laying Point To Point • Termination Of Fiber Server To Nap Facility • Cable Pulling, Rough-ins, Cable Retagging And Labelling • Mobilization, Hook Up Devices And System Configurations • Conduct Termination, Testing And Commissioning Conduct Rigid Operational Testing Before Turn Over
Closing Date18 Mar 2025
Tender AmountPHP 15 Million (USD 261.5 K)
City Of Valencia Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 2025-03 02/18/2025 Invitation To Bid For The Purchase Of Supplies For Float Competition And Street Dancing & Ground Presentation Of The Kaamulan Festival 2025 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of One Million Seven Hundred Seventy-eight Thousand Pesos (php 1,778,000.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Purchase Of Supplies For Float Competition And Street Dancing & Ground Presentation Of The Kaamulan Festival 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For Purchase Of Supplies For Float Competition And Street Dancing & Ground Presentation Of The Kaamulan Festival 2025. Particulars Describes As Follows: Item No. Qty. Unit Description Specification Total 1 1 Pakage Float Fabrication Materials * Metal Works; Overall Structure And Platform 4 M Width, 15m Length, 4.5 M Height * Sculpture, Full Body; Community Scene 5 Ft; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 2 Pieces * Sculpture, Half Body; Marriage Scene 8 Ft; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 2 Pieces * Sculpture, Full Moon And Clouds 8 Ft Diameter; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 1 Piece * Sculpture, Mountain 3 M; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 4 Pieces 940,000.00 940,000.00 * Sculpture, Warriors Conflict 2-3 Ft; Made: Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 10 Pieces * Reconciliation Relief Carvings Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 4 Pieces * Floral Formation Fresh Flowers, Floral Foam, Twigs; Made: 4 In Styro, Landay, 10mm Crb, Flat Bar, 1 Set * Rental; Sound System And Generator Set Sounds System : Pro Audio System, Generator : F15 Kva, Pickup Microphone ,1 Set 2 45 Pieces Abacca Bundle 5 Ft Length 500.00 22,500.00 3 1 Piece Bangkaso, Bamboo 3 Ft X 4 Ft 2,000.00 2,000.00 4 45 Pieces Basket, Metal 20 In Height, 10 In Diameter 1,500.00 67,500.00 5 45 Pieces Fish Trap 4 Ft Height, 1 Ft Diameter 500.00 22,500.00 6 45 Pieces Nigo 3 Ft Height, 2 Ft Width 500.00 22,500.00 7 1 Piece Number Bearer/totem Pole 12 Ft Height, 4 Ft Width 3,000.00 3,000.00 8 10 Pieces Raiser, Moving 6 Ft Height, 3 Ft Width 4,000.00 40,000.00 9 90 Pieces Saliringan Abacca, 3 Ft Length 500.00 45,000.00 10 10 Pieces Set A Totempole 12 Ft Height, 4 Ft Width 3,000.00 30,000.00 11 10 Pieces Set B Totempole 12 Ft Height, 4 Ft Width 3,000.00 30,000.00 12 10 Pieces Set C Totempole 8 Ft Height, 4 Ft Width 3,000.00 30,000.00 13 90 Pieces Shield/taming 3 Ft Height, 1 Ft Width 1,000.00 90,000.00 14 90 Pieces Spear/bangkaw 6 Ft Height, 1 Ft Width 500.00 45,000.00 15 16 Piece Dabakan Wood & Cow Skin, Height: 24 Inches, Diameter: At Least 15 Inches 17,000.00 272,000.00 16 2 Piece Agong Brass, Diameter: 20 Inches 30,000.00 60,000.00 17 1 Set Kulintang Brass, 8 Pieces Per Set 30,000.00 30,000.00 18 1 Piece Kudlong Two-stringed Guitar, With 12-hole Amplifier 15,000.00 15,000.00 19 2 Piece Flute Bamboo, 6-holes 4,000.00 8,000.00 20 2 Piece Rainmaker Bamboo, Diameter: 2.5 Inches 1,500.00 3,000.00 Please See Attached Designs Note: Award By Lot ******nothing Follows****** Total 1,778,000.00 Delivery Of Goods Is Required Within 15 Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipts 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. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". 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, 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 5183. 4. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 19, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On February 27, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 13, 2025 (1:00 P.m). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 13, 2025 (1:30 Pm) At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Be Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 8. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 9. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 10. The Head Of The Procuring Entity (hope) Reserves The Right To Reject Any Or All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 12. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Bac Office, 2nd Floor, Executive Building, City Hall Compound 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date13 Mar 2025
Tender AmountPHP 1.7 Million (USD 31 K)
LEVIOR s.r.o. Tender
Software and IT Solutions
Czech Republic
Details: The subject of the contract is the supply and implementation of a hardware and software solution for building a network infrastructure for a new warehouse of Levior Sro. Within the scope of the contract, software for storing logs, a system for analyzing network traffic, a Pim/pam system, a monitoring system for IT infrastructure, a system for central administration and a central log storage will be supplied and installed or implemented. The subject of the contract is also the supply of metallic and optical interconnection of technical rooms, a backup server, a backup tape library, switches and access points. The subject of the contract is also the provision of a cloud service for user collaboration and data protection. The subject of the contract is also the implementation and connection with the client's existing systems. The Subject of the Contract also includes the provision of Service-level Agreement (hereinafter referred to as "SLA") and technical support for a period of 60 months from the delivery of the Subject of the Contract and its commissioning. In addition to the above, the Subject of the Contract also includes Transport to the Place of Performance, Delivery of All Connecting and Mounting Elements - Cables, Optical Modules, Etc., and Operator Training.
Closing Date28 Apr 2025
Tender AmountCZK 20 Million (USD 910.3 K)
Landkreis Potsdam Mittelmark Tender
Education And Training Services
Germany
Details: The Potsdam-Mittelmark district intends to implement an e-learning platform for the area of information security and data protection. This contract is to be awarded by way of a negotiated award without a prior competition. An e-learning platform for the subject area of information security and data protection is to be made available, the training content of which is to be regularly supplemented and updated. In addition to training our employees, the focus is also on raising their awareness. Current security measures, vulnerabilities and attack patterns, including phishing and social engineering, are to be taught in a learning environment prepared according to learning psychology aspects. Phishing campaigns are also to be sent out by email on a regular basis. Optionally, the platform should be expanded to include the subject areas of occupational safety, equal opportunities and anti-corruption. As part of the application management of the e-learning platform, it should be possible to activate different modules simultaneously and at different times. The activation of individual modules should be possible in the classification according to the corresponding fields of activity. Heterogeneous learning formats should guarantee that different learning types are addressed and that individual knowledge transfer takes place. A corresponding platform should therefore enable the following learning forms: gamification, videos, reading texts, voice notes (audios) and multiple-choice questions. The system should be compatible with AD connections and mobile use. The system must be able to transfer and update/synchronize the required data from the district administration's directory service via a secure interface in accordance with the state of the art. The system must also offer the option of implementing your own training units. The e-learning platform should either be operated "on premise" in the district administration's data center or as a cloud solution by the provider or a hosting service provider, whereby in the latter case the servers must be hosted within the European Union or the European Economic Area. In addition, it should be guaranteed that with a cloud solution there is a very high level of system availability (at least 99%) on the part of the provider. In addition, the provider should take technical and organizational measures appropriate to the risk to ensure the confidentiality, integrity and availability of the processed data.
Closing Date10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Update: Attached Are Rfi Received From Vendors. See Attachment Rfi Response From Vendors.
1. This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Is A Request For Quotation (rfq). All Responsible Sources May Submit A Firm-fixed Price (ffp) Quote Which Will Be Considered By The Agency.
2. Solicitation Number: F1s3ac4326ac01**please Provide The Full Solicitation Number On All Packages**
3. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2019-02ta And Dpn 20190215 And Dafac 2018-0525.
4. This Requirement Will Be: Open Market, Total Small Business Set Aside.the North American Industry Classification System (naics) Number For This Acquisition Is 811210 With A Size Standard Of $34m.
description Of Services To Be Acquired: Deliver Prioritized And Routine Maintenance Support, Both Recurring And On-demand, Collaborating With Relevant Maintenance Teams To Restore Equipment Functionality. See Performance Work Statement For Additional Details.
5. Clin Nomenclature: The Following Below Is Like Or Similar To What The Government Is Looking For:
A. Clin 0001 –recurring Monthly Maintenance And Repair. The Contractor Shall Provide Priority And Routine Preventive Maintenance Support Services On A Recurring Basis In Accordance With The Performance Work Statement (pws), (qty). 12
B. Clin 0002 –equipment Removal And Installation The Contractor Shall Accomplish Removal And Installation Of Equipment In Accordance With Performance Work Statement (pws), Qty. 12
C. Clin 0003 –over And Above The Contractor Shall Repair Equipment Damage Due To Neglect Or Misuse Following The Procedures Outlined In The Performance Work Statement (pws), Qty. 12
D. Clin 1001 (option) –recurring Monthly Maintenance And Repair. The Contractor Shall Provide Priority And Routine Preventive Maintenance Support Services On A Recurring Basis In Accordance With The Performance Work Statement (pws), (qty). 12
E. Clin 1002 (option) –equipment Removal And Installation The Contractor Shall Accomplish Removal And Installation Of Equipment In Accordance With Performance Work Statement (pws) , Qty. 12
F. Clin 1003 (option) –over And Above The Contractor Shall Repair Equipment Damage Due To Neglect Or Misuse Following The Procedures Outlined In The Performance Work Statement (pws), Paragraph 1.2.4.1, Qty. 12
G. Clin 2001 (option) –recurring Monthly Maintenance And Repair. The Contractor Shall Provide Priority And Routine Preventive Maintenance Support Services On A Recurring Basis In Accordance With The Performance Work Statement (pws) (qty). 12
H. Clin 2002 (option) –equipment Removal And Installation The Contractor Shall Accomplish Removal And Installation Of Equipment In Accordance With Performance Work Statement (pws) Paragraph 1.2.6, Qty. 12
I. Clin 2003 (option) –over And Above The Contractor Shall Repair Equipment Damage Due To Neglect Or Misuse Following The Procedures Outlined In The Performance Work Statement (pws), Paragraph 1.2.4.1, Qty. 12
J. Clin 3001 (option) –recurring Monthly Maintenance And Repair. The Contractor Shall Provide Priority And Routine Preventive Maintenance Support Services On A Recurring Basis In Accordance With The Performance Work Statement (pws) (qty). 12
K. Clin 3002 (option) –equipment Removal And Installation The Contractor Shall Accomplish Removal And Installation Of Equipment In Accordance With Performance Work Statement (pws) Paragraph 1.2.6, Qty. 12
L. Clin 3003 (option) –over And Above The Contractor Shall Repair Equipment Damage Due To Neglect Or Misuse Following The Procedures Outlined In The Performance Work Statement (pws), Paragraph 1.2.4.1, Qty. 12
M. Clin 4001 (option) –recurring Monthly Maintenance And Repair. The Contractor Shall Provide Priority And Routine Preventive Maintenance Support Services On A Recurring Basis In Accordance With The Performance Work Statement (pws) (qty). 12
N. Clin 4002 (option) –equipment Removal And Installation The Contractor Shall Accomplish Removal And Installation Of Equipment In Accordance With Performance Work Statement (pws) Paragraph 1.2.6, Qty. 12
O. Clin 4003 (option) –over And Above The Contractor Shall Repair Equipment Damage Due To Neglect Or Misuse Following The Procedures Outlined In The Performance Work Statement (pws), Paragraph 1.2.4.1, Qty. 12
6. Description Of Requirements For The Items To Be Acquired:
A. The Air Force Test Center (aftc), Edwards Air Force Base (eafb), Ca Has A Requirement To Provide Top Quality, Customer-oriented Communications Services For Edwards Afb (eafb), Air Force Research Laboratory (afrl) And Air Force Plant 42 (afp 42).
(1) Estimated Delivery: 45 Dara Fob: Destination Edwards Afb, Ca
(2) The Provision At 52.212-1, Instructions To Offerors-commercial Products And Commercial Services, Applies To This Acquisition.all Provisions And Clauses Can Be Viewed In Their Entirety At Acquisition.gov.
addendum To Far 52.212-1 Instructions To Offerors Commercial Items
offerors Shall Prepare Their Quotations Iaw Far 52.212-1, In Addition The Following Information Shall Be Included:
1. Provide The Following Contractor Information With Your Quote:
uei Number:
tin Number:
cage Code:
contractor Name:
payment Terms (net30) Or Discount:
point Of Contact And Phone Number:
email Address:
fob (destination Or Origin):
warranty (if Applicable)
date Offer Expires
2. The Provision At 52.212-2, Evaluation-commercial Products And Commercial Services Applies To This Acquisition.
addendum To 52.212-2, Evaluation – Commercial Items.
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered.
any Resulting Contract Of This Rfq Will Be Awarded As Firm Fixed-price. Quotes Will Be Evaluated To Determine Best Value. Price, Features Of The Supply, Delivery Terms, And Warranty Terms Are All Factors To Be Considered When Determining Best Value.
if Options Are Included, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
a Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services, With Its Offer. Completion Of Far 52.212-3 Electronically At Sam.gov Is Acceptable.
the Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (dec 2022), Applies To This Acquisition.
the Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jun 2023), Applies To This Acquisition.
the Following Clauses Cited In Far 52.212-5 Apply To This Acquisition:
far 52.203-6 Restrictions On Subcontractor Sales To The Government (nov 2021), With Alternate I
far 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017)
far 52.204-23 Prohibition On Contracting Or Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023
far 52.204-25 Prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
far 52.204-27 Prohibition On A Bytedance Covered Application (june 2023)
far 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jan 2025)
far 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015)
far 52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022)
far 52.219-6 Notice Of Total Small Business Set-aside (nov 2020)
far 52.219-8 Utilization Of Small Business Concerns (jan 2025)
far 52.219-28 Post Award Small Business Program Representation (jan 2025)
far 52.222-3 Convict Labor (june 2003)
far 52.222-35 Equal Opportunity For Veterans (oct 2020)
far 52.222-36 Equal Opportunity For Workers With Disabilities (jul 2020)
far 52.222-37 Employment Reports On Veterans (jun 2020)
far 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act (dec 2010)
far 52.222-50 Combating Trafficking In Persons Alternate I (mar 2015)
far 52.223-20 Aerosols (may 2024)
far 52.223-23 Sustainable Products And Services (may 2024)
far 52.232-33 Payment By Electronic Funds Transfer—system For Award Management (oct 2018)
far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023)
far 52.233-3 Protest After Award (aug 1996)
far 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004)
(xiii) Additional Contract Requirement Or Terms And Conditions: The Following Is A Contemplated List Of Provisions/clauses; The Final List Of Clauses Is Dependent Upon Actual Dollar Value Of The Contract Award And May Change From The List Provided Below.
solicitation Provisions
far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
far 52.204-26 Covered Telecommunications Equipment Or Services Representations (oct 2020)
far 52.209-7 Information Regarding Responsibility Matters (oct 2018)
far 52.212-2 Evaluation—commercial Products And Commercial Services (nov 2021)
dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (nov 2011)
dfars 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016)
dfars 252.204-7016 Covered Defense Telecommunications Equipment Or Services Representation (dec 2019)
dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021)
dfars 252.215-7008 Only One Offer (oct 2022)
dfars 252.225-7000 Buy American Statute-balance Of Payments Program Certificate (feb 2024)
dfars 252.225-7031 Secondary Arab Boycott Of Israel (jun 2005)
dfars 252.225-7050 Disclosure Of Ownership Or Control By The Government Of A Country That Is A State Sponsor Of Terrorism (dec 2018)
additional Contract Clauses
far 52.203-3 Gratuities (apr 1984)
far 52.204-13 System For Award Management Maintenance (oct 2018)
far 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020)
far 52.217-2 Cancellation Under Multi-year Contracts (oct 1997)
far 52.223-5 Pollution Prevention And Right-to-know Information (may 2024)
far 52-228-5 Insurance-work On A Government Installation (jan 1997)
dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022)
dfars 252.204-7003 Control Of Government Personnel Work Product (apr 92)
dfars 252.204-7004 Antiterrorism Awareness Training For Contractors (jan 2023)
dfars 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Information (jan 2023)
dfars 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024)
dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023)
dfars 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (nov 2023)
dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023)
dfars 252.225-7048 Export-controlled Items
dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023)
dfars 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018)
dfars 252.232-7006 Wide Area Workflow Payment Instructions (jan 2023)
dfars 252.232-7010 Levies On Contract Payments (dec 2006)
dfars 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel (jan 2023)
dfars 252.239-7000 Protection Against Compromising Emanations (oct 2019)
dfars 252.239-7010 Cloud Computing Services (jan 2023)
dfars 252.239-7018 Supply Chain Risk (dec 2022)
dfars 252.243-7002 Requests For Equitable Adjustment (dec 2022)
dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023)
dfars 252.246-7003 Notification Of Potential Safety Issues (jan 2023)
(xiv) Defense Priorities And Allocation System (dpas): N/a (xv) Proposal Submission Information:
offers Are Due By 21 March 2025 At 10:00 Am Pacific Savings Time (pst). Offers Must Be Sent To Willie Toles At Willie.toles@us.af.mil And Norman Mackie At Norman.mackie.1@us.af.mil Via Electronic Mail.no Late Submissions Will Be Accepted.
please Submit Any Questions Regarding This Solicitation, In Writing To The Poc Email Listed Below.questions Regarding This Solicitation Are Due 13 March 2025 On Or Before 2:00 Pm Pacific Savings Time (pst).
(xvi) For Additional Information Regarding This Solicitation Contact:
primary Point Of Contact:
contract Specialist Willie Toleswillie.toles@us.af.mil
secondary Point Of Contact:
contracting Officer Norman Mackienorman.mackie.1@us.af.mil
Closing Date21 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
United States
Details: Nrl Combined Synopsis/solicitation For Commercial Items
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-03
effective: 23 February 2024
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 334418.
the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is 5998.
the Naval Research Laboratory (nrl), Located In Washington D.c. Is Seeking To Purchase High-speed Digitizer Card And Software.
_x__ See Attached Schedule Of Supplies/services Or _____ See Chart Below
______ See Specification Attachment
supplies: Brand Name Or Equal.
items Must Be Brand Name Or Equal In Accordance With Far 52.211-6.
far 52.212-1 Has Been Tailored To Include The Following Additional Instructions:
• This Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The Manufacturer's Warranty.
• Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized Dealer, An Authorized Distributor, Or An Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions
• Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An Authorized Distributor For The Specific Items Being Procured.
delivery Address:
X U.s. Naval Research Laboratory
4555 Overlook Avenue, S.w.
bldg. 49 – Shipping/receiving
code 3400
washington, Dc 20375
U.s. Naval Research Laboratory
7 Grace Hopper Avenue,
bldg. 702
monterey, Ca 93943-5502
U.s. Naval Research Laboratory
7 Grace Hopper Avenue, Stop 2
bldg. 704
monterey, Ca 93943-5502
Us Naval Research Laboratory
stennis Space Center
bldg. 2406, Code 7035.2
stennis Space Ctr., Ms 39529-5004
**fob Destination Is The Preferred Method**
the Following Far & Dfars Provisions And Clauses As Identified Below Are Hereby Incorporated. Any Far & Dfars Provisions Or Clauses Not Applicable By Their Terms Shall Be Self-deleting. Any Far Or Dfars Provisions Or Clause(s) Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract.
the Full Text Of Far & Dfars Provisions And Clauses May Be Accessed Electronically At
https://www.acquisition.gov. The Clauses And Provisions Identified Below Are To Be Considered The Most Up-to-date Version, As Accessible At Https://www.acquisition.gov/.
52.203-11, Certification & Disclosure Regarding Payments To Influence Certain Federal Transactions
52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements—representation
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-7, System For Award Management
52.204-16, Commercial And Government Entity Code Reporting
52.204-17, Ownership Or Control Of Offeror
52.204-20, Predecessor Of Offeror
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment – Attached Below To Be Completed And Returned With Quote/proposal.
52.204-26, Covered Telecommunication Equipment Or Services - Representation
52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law
52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use
52.212-1, Instructions To Offerors-commercial Products And Commercial Services
52.212-3, Offerors Representations And Certifications-commercial Products And Commercial Services
52.217-5, Evaluation Of Options
52.219-1, Small Business Program Representations
52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation
52.225-18, Place Of Manufacture
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or
Transactions Relating To Iran—representation And Certifications
52.237-1, Site Visit
52.252-1, Solicitation Provisions Incorporated By Reference
nrl Also Includes The Following Provisions That Must Be Completed And Returned By The Offeror:
1. Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations- Representation.
2. Far 52.222-22, Previous Contracts And Compliance Reports
3. Far 52.222-25, Affirmative Action Compliance
offerors Must Complete Annual Representations And Certifications On-line At Https://www.sam.gov/ In Accordance With Far 52.212-3, Offerors Representations And Certifications-commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Far Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Far Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract:
52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services
52.203-3, Gratuities
52.203-12, Limitation Of Payments To Influence Certain Federal Transactions
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards
52.204-18, Commercial And Government Entity Code Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-21, Basic Safeguarding Of Covered Contractor Information Systems
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.219-8, Option To Extend Services
52.217-9, Option To Extend The Term Of The Contract
52.219-28, Post-award Small Business Program Rerepresentation
52.232-1, Payments
52.232-8, Discounts For Prompt Payment
52.232-11, Extras
52.232-23, Assignment Of Claims
52.232-39, Unenforceability Of Unauthorized Obligations
52.232-40, Providing Accelerated Payments To Small Business Subcontractors
52.233-1, Disputes
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.243-1, Changes-fixed-price
52.247-34, F.o.b Destination
52.249-1, Termination For Convenience Of The Government (fixed Price)(short Form)
52.249-4, Termination For Convenience Of The Government (services)(short Form)
52.252-2, Clauses Incorporated By Reference
2. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services
the Following Subparagraphs Of Far 52.212-5 Are Applicable, Unless Otherwise Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting:
52.204-10
52.209-6
52.219-6
52.222-3
52.222-19
52.222-21
52.222-26
52.222-36
52.222-50
52.223-18
52.225-13
52.232-33
3. Dfars 212.301 - Solicitation Provisions And Contract Clauses For The Acquisition Of Commercial Products And Commercial Services Dod Class Deviation 2018-o0021, Commercial Item Omnibus Clause For Acquisitions Using The Standard Procurement System, Issued October 1, 2018 (revised October 1, 2018): Dod Class Deviation 2018-o0021
the Following Solicitation Dfars Provisions Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Provisions Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation:
252.203-7005, Representation Relating To Compensation Of Former Dod Officials
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7016, Covered Defense Telecommunications Equipment Or Services – Representation
252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation
252.215-7007, Notice Of Intent To Resolicit
the Following Solicitation Dfars Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract:
252.203-7000, Requirements Relating To Compensation Of Former Dod Officials
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.204-7003, Control Of Government Personnel Work Product
252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting
252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications
Equipment Or Services
252.211-7003, Item Unique Identification And Valuation
252.211-7008, Use Of Government-assigned Serial Numbers
252.223-7008, Prohibition Of Hexavalent Chromium
252.225-7013, Duty-free Entry
252.227-7015, Technical Data - Commercial Products And Commercial Services
252.227-7037, Validation Of Restrictive Markings On Technical Data
252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.239-7010, Cloud Computing Services
252.239-7018, Supply Chain Risk
252.244-7000, Subcontracts For Commercial Products Or Commercial Services
252.246-7003, Notification Of Potential Safety Issues
252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations
submission Instructions:
all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote.
include Your Company’s Unique Entity Id And Cage Code/n Cage Code On Your Quote.
please Reference This Combined Synopsis/solicitation Number: N00173-25-q-1301223545 On Your Correspondence And In The "subject" Line Of Your Email.
the Technical And Price Quotation Shall Be Submitted Via Email To:
government Point Of Contact
purchasing Agent Name: Ashley Grimes
tel: (202)-875-9579
email: Ashley.n.grimes6.civ@us.navy.mil
questions Concerning The Rfq: All Questions Concerning This Rfq Are Due Via Email To The Purchasing Agent’s Email Address Above No Later Than (nlt) 10 Business Days After The Sending Of This Request For Quotation (rfq) To Ensure Timely Award. The Government May, In Its Sole Discretion, Choose Not To Respond To Questions Received After The Deadline.
the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be Made Without Discussions Or Negotiations; Therefore, Prospective Contractors Shall Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation.
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
lowest Price Technically Acceptable - Offers Will Be Ranked Lowest To Highest According To Price. A Price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single Award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers, Will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance With The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable). If The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair And Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be Made Based On The Lowest Price Offer(s). If The Lowest Price Offer Is Determined Technically Unacceptable, Another Analysis Will Be Conducted Amongst The Remaining Offers To Determine If A Single Or Multiple Awards Will Provide The Lowest Price. The Lowest Price Offer(s) Will Be Sent For Technical Evaluation. This Process Is Repeated In Order Of Price Until An Offer Or Combination Of Offers Is Deemed Technically Acceptable And Price Is Determined Fair And Reasonable.
options. When Applicable, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
terms And Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
exceptions. Quoter Shall List Exception(s) And Rationale For The Exception(s).
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Emailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Email.
quotation Contents
quotations Shall Comply With Or Clearly State, At A Minimum, The Following Information:
(1) Open Market Or Gsa Federal Supply Schedule (fss) Pricing. Quotations Should State “open Market” Or Should Reference The Applicable Gsa/fss Number.
(2) Expiration Date Of Quoted And Submitted Prices.
(3) Contractor’s Federal Tax I.d., Cage Code, And Duns Number.
(4) Payment Terms Will Be Net 30 Unless Stated Differently On The Quote.
(5) If Available, Please Include Your Company’s Current Published Price List.
(6) Include Shipping And Handling If Applicable.
Closing Date17 Feb 2025
Tender AmountRefer Documents
City Of Tayabas Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project #25-003 Supply And Delivery Of Foods For Capability Building On Basic Concepts For Gad, Gender Analysis And Gender Responsive Planning And Budgeting For Brgy. Gad Focal Point System - Gad 1. The City Government Of Tayabas, Through The General Fund 2025intends To Apply The Sum One Million One Hundred Eighty-eight Thousand Pesos (php 1,188,000.00) Being The Abc To Payments Under The Contract For Project # 25-003 Supply And Delivery Of Foods For Capability Building On Basic Concepts For Gad, Gender Analysis And Gender Responsive Planning And Budgeting For Brgy. Gad Focal Point System - Gad. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabasnow Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By As Per Advise Of The End-user. Bidders Should Have Completed, Within Five (5) Year 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. A. 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 City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 (friday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabaswill Hold A Pre-bid Conference On January24, 2025 (friday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 05, 2025 (wednesday), 10:00 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 February 05, 2025 (wednesday), 10:01 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11. The City Government Of Tayabasreserves 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. 12. For Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty Food For 1st Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 1. Pax Am Snack: Pansit Tamis Anghang, Puto, Cucumber Lemonade Juice (350ml) 90 2. Pax Lunch: Steamed Rice, Roasted Pork, Buttered Veggies, Mango Supreme, Iced Tea Juice (350ml) 90 3. Pax Pm Snack: Cheeseburger, French Fries, Fresh Melon Juice (350ml) 90 Food For 1st Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 4. Pax Am Snack: Spaghetti, Toasted Bread, Lemonade Juice(350ml) 90 5. Pax Lunch: Steamed Rice, Chicken Pastel, Veggie Foo Yung, Fresh Fruits, Four Seasons Juice (350ml) 90 6. Pax Pm Snack: Clubhouse Sandwich, Potato Mojos, Fresh Buko Juice (350ml) 90 Food For 2nd Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 7. Pax Am Snack: Carbonara, Garlic Bread, Cucumber Lemonade Juice (350ml) 90 8. Pax Lunch: Steamed Rice, Chicken Barbeque, Seafood Chopsuey, Minatamisnakamote, Fresh Melon Juice (350ml) 90 9. Pax Pm Snack: Chicken Burger, Potato Wedges, Four Season Juice (350ml) 90 Food For 2nd Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 10. Pax Am Snack: Chicken Sopas With Boiled Egg, Cheesecake, Lemonade Juice (350ml) 90 11. Pax Lunch: Steamed Rice, Pork Bistek, Adobongtalong, Mango Supreme, Orange Juice (350ml) 90 12. Pax Pm Snack: Canton Sotanghon, Puto, Buko Lychee Juice (350ml) 90 Food For 3rd Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 13. Pax Am Snack: Macaroni With Spaghetti Sauce, Ube Cake, Cucumber Lemonade Juice (350ml) 90 14. Pax Lunch: Steamed Rice, Pork Baby Back Ribs, Torta Congrejo, Coffee Jelly, Fresh Melon Juice (350ml) 90 15. Pax Pm Snack: Cheeseburger, Potato Mojos, Iced Tea Juice (350ml) 90 Food For 3rd Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 16. Pax Am Snack: Arroz Caldo With Boiled Egg, Puto, Blue Lemonade Juice (350ml) 90 17. Pax Lunch: Steamed Rice, Chicken Afritada, Tortangtalong, Minatamisnasaging, Iced Tea Juice (350ml) 90 18. Pax Pm Snack: Creamy Pesto, Toasted Bread, Orange Juice (350ml) 90 Food For 4th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 19. Pax Am Snack: Chicken Mami With Boiled Egg, Puto, Cucumber Lemonade Juice (350ml) 90 20. Pax Lunch: Steamed Rice, Buttered Garlic Chicken, Veggie Salpicao, Leche Plan, Fresh Melon Juice (350ml) 90 21. Pax Pm Snack: Mikibihon, Pitchipitchi, Iced Tea Juice (350ml) 90 Food For 4th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 22. Pax Am Snack: Macaroni With Spaghetti Sauce, Yema Cake, Lemonade Juice (350ml) 90 23. Pax Lunch: Steamed Rice, Pork Giniling, Pinakbet, Fruits In Season, Iced Tea Juice (350ml) 90 24. Pax Pm Snack: Clubhouse Sandwich, Fresh Melon Juice (350ml) 90 Food For 5th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 25. Pax Am Snack: Chicken Sopas With Boiled Egg, Cheesecake, Cucumber Lemonade Juice (350ml) 90 26. Pax Lunch: Steamed Rice, Lechon Paksiw, Fooyung, Minatamisnasaging, Iced Tea Juice (350ml) 90 27. Pax Pm Snack: Palabok, Puto, Orange Juice (375ml) 90 Food For 5th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 28. Pax Am Snack: Spaghetti, Ube Cake, Lemonade Juice (350ml) 90 29. Pax Lunch: Steamed Rice, Chicken Ala King, Fresh Lumpianggulay, Leche Plan, Four Seasons Juice (350 Ml) 90 30. Pax Pm Snack: Chicken Burger, Potato Wedges, Fresh Melon Juice (350ml) 90 Food For 6th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 31. Pax Am Snack: Chicken Mami With Boiled Egg, Cheesecake, Lemonade Juice (350ml) 90 32. Pax Lunch: Steamed Rice, Chicken Barbecue, Chopseuy, Pandan Jelly, Fresh Melon Juice (350ml) 90 33. Pax Pm Snack: Mikibihon, Pitchipitchi, Four Seasons Juice (350ml) 90 Food For 6th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 34. Pax Am Snack: Macaroni Salad, Cheesecake, Iced Tea Juice (350ml) 90 35. Pax Lunch: Steamed Rice, Pork Sinigang, Shanghai, Mango Tapioca, Lemonade Juice (350ml) 90 36. Pax Pm Snack: Cheese Burger, French Fries, Fresh Melon Juice (350ml) 90 Food For 7th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 37. Pax Am Snack: Chicken Sopas With Boiled Egg, Cheesecake, Blue Lemonade Juice (350ml) 90 38. Pax Lunch: Steamed Rice, Pork Baby Back Ribs, Fooyung, Mango Tapioca, Iced Tea Juice (350ml) 90 39. Pax Pm Snack: Spaghetti, Shanghai, Four Seasons (350ml) 90 Food For 7th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 40. Pax Am Snack: Fettuccine Pesto, Toasted Bread, Cucumber Lemonade (350ml) 90 41. Pax Lunch: Steamed Rice, Breaded Chicken Fillet, Chopseuy, Coffee Jelly, Fresh Melon Juice (350ml) 90 42. Pax Pm Snack: Cheeseburger, Potato Wedges, Iced Tea (350ml) 90 Food For 8th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 43. Pax Am Snack: Pansit Lucban, Cheese Pimiento Sandwich, Iced Tea Juice (350ml) 90 44. Pax Lunch: Steamed Rice, Adobong Manok Sa Gata, Torta Congrejo, Minatamisnakamote, Blue Lemonade Juice (350ml) 90 45. Pax Pm Snack: Chicken Burger, French Fries, Fresh Melon Juice (350ml) 90 Food For 8th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 46. Pax Am Snack: Chicken Mami With Boiled Egg, Cheesecake, Lemonade Juice (350ml) 90 47. Pax Lunch: Steamed Rice, Pork Hamonado, Tortangtalong, Mango Tapioca, Fresh Melon Juice (350ml) 90 48. Pax Pm Snack: Macaroni With Spaghetti Sauce, Puto, Iced Tea Juice (350ml) 90 Food For 9th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 49. Pax Am Snack: Mikibihon, Ham Sandwich, Cucumber Lemonade Juice (350ml) 90 50. Pax Lunch: Steamed Rice, Lechon Kawali, Monggo Guisado, Coffee Jelly, Fresh Melon Juice (350ml) 90 51. Pax Pm Snack: Chicken Sopas With Boiled Egg, Cheesecake, Iced Tea Juice (350ml) 90 Food For 9th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 52. Pax Am Snack: Carbonara, Garlic Bread, Iced Tea Juice (350ml) 90 53. Pax Lunch: Steamed Rice, Chicken Barbeque, Pinakbet, Leche Plan, Blue Lemonade Juice (350ml) 90 54. Pax Pm Snack: Cheeseburger, French Fries, Fresh Melon Juice (350ml) 90 Food For 10th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 55. Pax Am Snack: Pansit Tamis Anghang, Puto, Cucumber Lemonade Juice (350ml) 90 56. Pax Lunch: Steamed Rice, Roasted Pork, Buttered Veggies, Mango Supreme, Iced Tea Juice (350ml) 90 57. Pax Pm Snack: Cheeseburger, French Fries, Fresh Melon Juice (350ml) 90 Food For 10th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 58. Pax Am Snack: Spaghettie, Toasted Bread, Lemonade Juice (350ml) 90 59. Pax Lunch: Steamed Rice, Chicken Pastel, Veggie Foo Yung, Fresh Fruits, Four Seasons Juice (350ml) 90 60. Pax Pm Snack: Clubhouse Sandwich, Potato Mojos, Fresh Buko Juice (350ml) 90 Food For 11th Cluster, Day 1, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 61. Pax Am Snack: Carbonara, Garlic Bread, Cucumber Lemonade Juice (350ml) 90 62. Pax Lunch: Steamed Rice, Chicken Barbeque, Seafood Chopsuey, Minatamisnakamote, Fresh Melon Juice (350ml) 90 63. Pax Pm Snack: Chicken Burger, Potato Wedges, Four Season Juice (350ml) 90 Food For 11th Cluster, Day 2, Includes Venue, Service Crew And Sound System, Free Flowing Coffee 64. Pax Am Snack: Chicken Sopas With Boiled Egg, Cheesecake, Lemonade Juice (350ml) 90 65. Pax Lunch: Steamed Rice, Fried Chicken, Veggie Kare Kare, Leche Plan, Iced Tea Juice (350ml) 90 66. Pax Pm Snack: Canton Sotanghon, Puto, Buko Lychee Juice (350ml) 90 January 17, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date5 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.3 K)
GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender
Food Products
Philippines
Details: Description Invitation To Bid Procurement Of Catering Services Through Framework Agreement Ib#2025-03-006 1. The Gov. Celestino Gallares Memorial Medical Center (gcgmmc), Through Gaa (general Appropriations Act) And Income Intends To Apply The Sum Of Three Million One Hundred Sixty-nine Thousand Three Hundred Forty Philippine Pesos Only (3,169,340.00) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Gov. Celestino Gallares Memorial Medical Center (gcgmmc) Now Invites Bids For Procurement Of Catering Services Through Framework Agreement. Delivery Of The Goods Is Required On The Day Of The Activity. 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. A. 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. Interested Bidders May Obtain Further Information From Gov. Celestino Gallares Memorial Medical Center (gcgmmc) Thru Electronic Mail Via Gcgmmc.bacdietarynevents@gmail.com Or Through Telephone Call At (038) 411-4868 To 69 Local 286 Or Through The Cellular Number 0931-799-3197. 5. Bidding Documents Is Posted In Philgeps Website. A Complete Set May Be Acquired And Downloaded By Interested Bidders From Gcgmmc Google Drive (gcgmmc.bacdietarynevents@gmail.com) On March 17, 2025 – April 7, 2025 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 Philippine Pesos Only (php5,000.00). Paid Through Online Banking Or Bank Deposit Using The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcgmmc General Fund Account Number: General Fund Account No. 00-0-00001-780-3 For Bidders Paying Thru Online Transfer Or Bank Deposits, A Successful Transaction/payment Must Be Sent To The Bac’s Official Email Address. Acknowledgement Receipt Will Be Issued In Lieu Of The Official Receipt (coa Circular No. 2021-014 Clause 5.2) As Proof That Payment Is Verified, Confirmed And Received By Gcgmmc. Only Upon The Issuance Of The Acknowledgement Receipt Shall The Bidder Be Granted Access To The Bac Google Drive (gcgmmc.bacdietarynevents@gmail.com). 6. The Gov. Celestino Gallares Memorial Medical Center Will Hold A Pre-bidding Conference On March 25, 2025 At 10:00 Am At Gcgmmc, 5th Floor, Cloud Lounge, Miguel Parras St., Tagbilaran City, 6300 Bohol, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before April 7, 2025 At 9:59 Am (pst). 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 April 7, 2025 At 10:00 Am At Gcgmmc, 5th Floor, Department Of Internal Medicine Conference Room, Miguel Parras St., Tagbilaran City, 6300 Bohol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. N/a 11. The Gov. Celestino Gallares Memorial Medical Center 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: Julie Ann A. Domasin Bac Secretariat 5/f Bac Office Gov. Celestino Gallares Memorial Medical Center 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol Email: Gcgmmc.bacdietarynevents@gmail.com Tel. No. (038) 411-4868 Local 286 Cel. No. 0931-799-3197 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website Http://www.philgeps.gov.ph Gcgmmc Website Https://www.gcgmh.gov.ph Approved: (sgd) Engr. Maribeth G. Limpot Bac Chairperson (dietary Supplies And Trainings/seminars/workshops/ Events And Others) Noted: (sgd) Miguelito S. Jayoma, Md, Fpcs, Fpsgs, Mhm Medical Center Chief Ii Head Of Procuring Entity (hope) *_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_ Item / Service Type And Nature Of Each Item/service Cost Per Item Maximum Quantity Total Cost Per Item S/n Stock Property No. Item Description Qty Unit Lot 1: Snacks Only 1 161948 Bone And Joint Disorder Awareness Lecture Date: October 24, 2025 Venue: Gcgmmc Mktm Auditorium 135.00 50 Pax 6,750.00 2 143383 Scoliosis Screening In Selected Elementary School Date: September 8, 2025 Venue: Tagbilaran City Central School And Cogon Elementary School 135.00 400 Pax 54,000.00 3 420265 Mom's Meet Up 1st Batch: April 25, 2025 (35pax) 2nd Batch: .sept. 19, 2025 (35pax) 135.00 70 Pack 9,450.00 4 433657 Tara Latch Bohol Date: August 29, 2025 135.00 200 Pack 27,000.00 5 353660 Senior Time-out Wellness Activities For Senior Employees Except For January, February, March, October & December (50 Pax Per Month For 7 Months) Date: April 25, 2025, May 30, 2025, June 24, 2025, July 25, 2025, August 22, 2025, September 26, 2025 And November 28, 2025. 135.00 350 Pax 47,250.00 6 737527 Cervical Cancer Awareness Day Date: May 2025 Venue: To Be Announced 135.00 50 Pack 6,750.00 7 737527 Research Paper Contest Date: October 2025 Venue: To Be Announced 135.00 50 Pack 6,750.00 8 737527 Menopause Day Date: September 2025 Venue: To Be Announced 135.00 50 Pack 6,750.00 9 737527 Ahip Event Date: August 2025 135.00 300 Pack 40,500.00 10 149069 Celebration Of National Cerebral Palsy Day Date: October 6, 2025 Venue: Bohol Cultural Center 135.00 200 Pax 27,000.00 Notes: The Activities Without Specific Menu, The Bidder Shall Offer 3 Sets Of Menu. Sub-total: 232,200.00 Lot 2: Snacks For Blood Donation 1 2592 Mobile Blood Donation Activity Snacks Inclusions: 1. Bottle Water - 350 Ml, 2. Biscuit/cup Cake/brownie,3. Bread With Ham Or Tuna Spread Notes: Winning Supplier Must Be Paid Upon Completely Served. 35.00 10,800.00 Piece 378,000.00 Sub-total: 378,000.00 Lot 3: Meals (pack Meals Only) 1 822381 Tree Planting (hospital Week) Date: August 2025 - Breakfast 200.00 100 Pack 20,000.00 2 542859 Hospital Week Opening (hospital Week) Date: August 2025 - Breakfast 200.00 1600 Pack 320,000.00 3 385840 Coastal Clean - Up (hospital Week) Date: August 2025 - Breakfast 200.00 50 Pack 10,000.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 350,000.00 Lot 4: Meals (pack Meals Only) 1 143383 Scoliosis Screening In Selected Elementary School Date: September 8, 2025 - Lunch 270.00 20 Pack 5,400.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 5,400.00 Lot 5: Pack Meals Only (lunch With 1 Snack Am/pm) 1 627342 Medical Mission (hospital Week) Date: August 2025 405.00 60 Pack 24,300.00 2 874302 Chemotherapy Completer Graduation And Patient Empowerment Date: December 06, 2025 405.00 300 Pack 121,500.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 145,800.00 Lot 6: Pack Meals Only(lunch With 2 Snacks Am&pm) 1 395970 Mss Outreach Program Date: December 19, 2025 540.00 120 Pack 64,800.00 2 682014 Outreach Lecture On Fall Prevention And Balance Activities For The Elderly Date: October 10, 2025 Venue: To Be Arranged 540.00 50 Pack 27,000.00 3 274164 Stroke Awareness And Rehabilitation Lecture Batch 1: May, 2025 (40pax) Batch 2: August 2025 (40pax) 540.00 80 Pack 43,200.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 135,000.00 Lot 7: Meals (lunch Only) 1 298916 Hospital Week Culmination (hospital Week) August 2025 - Lunch 270.00 1600 Pax 432,000.00 2 113589 Year End Accomplishment Review Date: December 2025 - Lunch 270.00 1600 Pax 432,000.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 864,000.00 Lot 8: Meals Only (lunch With 2 Snacks Am&pm) 1 782490 Filipino Elderly Week Celebration - Day 1: October 1,2025 At 11:00 Am Venue: Auditorium 540.00 63 Pax 34,020.00 2 771310 Basic Course In Research Writing Batch 1: May 03, 2025 (100 Pax) Batch 2: May 10, 2025 (100 Pax) Batch 3: May 17, 2025 (100 Pax) Batch 4: May 24, 2025 (100 Pax) Batch 5: May 31, 2025 (100 Pax) Venue: Gcgmmc Mktm Auditorium 540.00 500 Pax 270,000.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 304,020.00 Lot 9: Meals (lunch With 2 Snacks Am&pm) With Pool Only 1 103265 Down Syndrome And Adhd Awareness Week Celebration Batch 1: June 27, 2025 (50 Pax) Batch 2: October 24,2025 (50 Pax) 540.00 100 Pax 54,000.00 2 782490 Filipino Elderly Week Celebration Day 3: October 3, 2025 At 11:00 Am 540.00 65 Pax 35,100.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 89,100.00 Lot 10: Meals (lunch With 2 Snacks Am&pm) With Registration Only 1 672256 Dysphagia Management Workshop Date: October 23-24,2025 540.00 80 Pax 43,200.00 2 861654 Splinting Workshop Rehab With Registration Day 1: July 19 (8o Pax Per Session) Day 2: July 20(80 Pax Per Session) 540.00 160 Pax 86,400.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 129,600.00 Lot 11: Venue With Meals Only (lunch With 1 Snack Am) 1 513262 National Disability Rehabilitation Week Celebration Day 1: Tentative July 24, 2025 (200 Per Batch) Day 2: Tentative July 25, 2025(200 Per Batch) 405.00 400 Pax 162,000.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 162,000.00 Lot 12: Venue With Meals Only (lunch With 2 Snacks Am&pm) 1 815619 Basic Competencies Of Recognizing, Recording, Reporting, And Referring (4rs) For Women And Child Abuse Cases 1st Batch: October 9, 2025 (35pax) 2nd Batch : October 10, 2025 (35pax) 540.00 70 Pax 37,800.00 2 489699 7th Women And Children Advocates Congress Date: November 28,2025 540.00 150 Pax 81,000.00 3 877544 Lactation Management Training 2nd Batch Day 1:august 13, 2025 ( 30pax) Day 2: August 14, 2025 (30pax) Day 3: August 15, 2025 (30pax) 540.00 90 Pax 48,600.00 4 237144 Filipino Elderly Week Celebration (buffet Style) - Day 2: October 2, 2025 540.00 63 Pax 34,020.00 5 437860 Bohol Gender Empowered Students (gems) Day 1: August 21, 2025 (60 Pax) Day 2: August 22, 2025 (60pax) 540.00 120 Pax 64,800.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 266,220.00 Lot 13: Outside Gcgmmc With Meals (lunch With 2 Snacks Am&pm) 1 456750 Community Mother Support Group Date: June 20, 2025 (30pax) 540.00 30 Pack 16,200.00 2 101632 Case Conference And Health Information Program Date: December 5, 2025 540.00 70 Pax 37,800.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 54,000.00 Lot 14: Simultaneous Venue (lunch With 2 Snacks Am&pm) 1 389121 Tara Latch Bohol 2025 August 29, 2025 (100pax) Venue: Gcgmmc And Tba 540.00 100 Pack 54,000.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 54,000.00 Grand Total: 3,169,340.00 Expected Delivery Timeframe After Receipt Of A Call-off On The Day Of The Activity Or Any Date As Determined By The P.e.
Closing Date7 Apr 2025
Tender AmountPHP 3.1 Million (USD 55.5 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: Sources Sought Notice
sources Sought Notice
page 12 Of 12
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 12
this Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement.
the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 528a5-24-504, Project Upgrade Buildings 7&8 Electric Room At The Canandaigua Vamc At 400 Fort Hill Ave, Canandaigua Ny 14424. This Project Will Expand The Existing Electrical Rooms On The Ground Floor Of Building 7 And 8, Into Adjacent Spaces And Replace Electrical Components.
this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before May 20th, 2025 . Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb (or Vosb) In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award.
in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation
all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action.
exsisting Conditions:
the Canandaigua Vamc Is Located At 400 Fort Hill Avenue, Canandaigua, Ny 14424. Building 7 And 8 Are Two Of The Main Campus Structures And Contains Sensitive Programming Including Clc S With In-patient Care. The Existing Electrical Rooms Are Insufficient In Size And Does Not Meet Current Codes/standards As Set By The Va. The Adjacent Spaces To These Electrical Rooms Consist Of Available Space For Expansion. All Electrical Equipment Shall Be Replaced Unless Otherwise Directed By The Va And All Building Services Shall Placed On Emergency Power. All Proposed Equipment Shall Meet Current Va Standards And Codes.
scope Of Service Required
1. Provide Investigative, Schematic, And Design Development Services, Production Of Construction Documents, Working Drawings, Specifications, And Cost Estimates, And Perform Construction Administration Including Shop Drawing And Submittal Review As Required To Complete The Work And As Per The Architect/engineer (a/e) Required Deliverables. The A/e Firm Shall Analyze The Existing Conditions And Working With The Medical Center Staff Develop Various Proposals To Meet The Project Intent. Develop Accepted Proposal Into A Final Design And Cost Estimate To Best Suit The Needs And Constraints Of The Government, While Incorporating Vamc Canandaigua Engineering Services, Va Network 2, Or Any Other Government Comments.
2. Provide For Necessary Design For Utility Connections, Alternative Power, Phasing, And Support For Building Operations Through Construction With Minimal Interruptions.
3. Perform Load Test On Existing Generator And Emergency Power System To Confirm Existing Supply Will Support Additional Loads.
4. Provide An Independent Analysis To Locate Any Underground Or Hidden Utilities For Inclusion In The Design If Applicable, To Confirm Viability Of Planned Excavations Or Demolitions Of To Support Design Objectives. Such Analysis May Include Ground Penetrating Radar, Review Of Existing Va Documentation Or Other Viable Options To Verify These Utilities.
5. Attend All Design Review Meetings And Make All Necessary Site Visits During Design Phases To Gather Information Necessary From The Existing Site Conditions, Building Plans, Utility Plans, Etc. To Provide A Complete Assessment Of The Proposed Work. The Proposal Shall Include An Identified Number Of Visits. The Va Shall Provide Access To Hardcopy/electronic Files. The A/e Firm Shall Perform All Searches Of The Files For Any Required Reference Materials To Support Design Efforts. Limited Digital Drawings Are Available.
6. Attend Pre-bid Job Walk And Provide All Engineering Responses To Questions Asked By Potential Bidders And Issue Addendum When Necessary.
7. All Work Shall Be In Accordance With All Applicable Codes In The Department Of Veteran Affairs (va) Design Manuals And Va Publications (master Construction Specifications, Construction Standards, National Fire Protection Association (nfpa), Underwriters Laboratory, International Building Code Ibc, National Electric Code (nec), Building Codes And Standards, And Va Information Security Handbook 6500.6, Etc.)
8. All Work Containing Hazardous Materials Shall Be In Accordance With New York State Code Rule 56 Regarding Asbestos And Other Hazardous Materials, Ahera Regulations 40 Cfr Part 763.86, 763,87, And Osha 1926.1101(k)(1).
9. All Submissions Shall Include Physical And Digital Submissions Of Drawings And Specifications.
10. All Drawings Shall Be Submitted At Architectural E1 (30 X 42 ) For Full Sized Sets And Architectural C (18 X 24 ) For Half Sized Sets. All Sets Shall Be Bound.
11. All Cad Submissions Shall Be Provided In Autocad 2017 Unless Discussed Otherwise. Revit Models Shall Also Be Submitted In Addition To Cad Documents If Created.
12. The Autodesk Build Construction Management Platform (autodesk Construction Cloud Acc) Will Be Used For Information Sharing And Project Management Through The Design And Construction Phases. This Software Is Provided By The Va At No Additional Cost To The A/e.
a. Platform Training Will Be Provided By The Va And Is Required By All Parties To Access.
b. The A/e Shall, Upon Award, Provide A Comprehensive List Of Project Staff Who Will Need Access To Acc Including:
i. Full Name
ii. Company Name
iii. Email Address
iv. Role/position On The Project
c. Completion Certificates Of Training By All Members Of The Team Shall Be Provided To The Cor Within 12 Calendar Days.
d. Additional Members Can Be Added At Any Time Upon Written Request To The Cor.
e. Acc Shall Be Used For All Digital Submissions, Official Project Correspondence, Submittals, Rfis, Schedules, Actionable Tasks, Photos, Surveys, Reports, Inspections, Etc.
13. Provide Design, Construction, And Post-construction Services As Listed Below.
a Full Scope Of Services Including The Deliverables Will Be Included In The Formal Solicitation After A Review Of The Sf330s.
Location
canandaigua Vamc. 400 Fort Hill Avenue Canandaigua, Ny 14424
cost Range
estimated Construction Cost Range: Between $5,000,000 And $10,000,000.
type Of Contract Contemplated
the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract.
design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In 220 Calendar Days From The Notice To Proceed (ntp).
selection Criteria Descriptions
the Selection Criteria Descriptions Are Provided Below.
professional Qualifications Necessary For Satisfactory Performance Of Required Services.
offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines Architecture, Structural, Mechanical, Electrical, Interior Design, Environmental Services And Fire Protection Engineering As Needed. The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located.
submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf-330 Part 1 Section G.
(2) Specialized Experience And Technical Competence
specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials.
offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Similar To Those Anticipated Under This Contract With Regard To:
experience With Design Of Inpatient Medical Care Facilities.
experience With Design Of Multifunctional Offices.
experience With Specialized Hvac And Electrical Distribution Systems Design For Healthcare Facilities;
experience In Providing Post Construction Award Services (shop Drawing Review, As-built Drawing And Quality Assurance Plan (qap) Preparation, Construction Inspection Services, And Operating And Maintenance Manuals).
experience With Government Designs And Construction.
experience With Extensive Site Survey Skills
submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above And The Scope Of Work Of The Project. Example Projects Shall Note Project S Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Actually Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf-330 Part 1, Section F Item 25 Firms From Section C Involved In This Project, Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address, And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Actually Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration.
note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated.
failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower.
all Information For Criterion 1 Should Be Submitted In Part 1, Section F Of The Sf-330. The Government Will Not Consider Information Submitted In Addition To Part 1, Section F In Evaluating Criterion 1.
(3) Capacity
this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time.
submission Requirements: Describe The Firm S Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm S Capacity To Accomplish Multiple Projects Simultaneously.
the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated.
list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office.
ii. Indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period;
iii. Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates
(4) Past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm.
i. Recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought.
ii. Relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts.
respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation.
submission Requirements: Submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If There Is Not A Completed Cpars/acass Evaluation, The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. An Offeror Shall Not Submit A Ppq When A Completed Cpars/acass Is Available. If A Cpars/acass Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Completed Ppqs Should Be Submitted With Your Sf-330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 2 Attn: Amanda Baumler Via Email At Amanda.baumler@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A/e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation.
(5) Location: Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project
iv. To Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor S Main Office Or Official Satellite Office To The Canandaigua Vamc At 400 Fort Hills Avenue. Canandaigua, Ny 14424.
v. This Distance Is Determined According To Http://maps.google.com/
vi. This Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above.
submission Requirements: Indicate Firms/teams Location, Including Main Offices, Branch Offices And Any Subconsultants Offices And Demonstrate How This Will Be Advantageous To The Government.
(6) Veteran Owned: The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors.
(7) Construction Period Services: Experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services.
(8) Experience Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team.
submission Requirements: Offerors Shall Submit Evidence Of Individuals Experience And Qualifications In Their Respective Fields. Additionally, Documentation Must Be Provided To Show These Individuals Have Worked Together As A Team On Previous Projects And Their Role. (completing Sections E, F, And G, On The Sf-330 Meets The Documentation Requirement). Furthermore, Offerors Shall Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable.
(9) Reputation Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.
submission Requirements: Offerors Shall Provide Documentation (awards, Certificates, Publications, Commendations From Within The Community) As Evidence Of Reputation And Standing Of Its Firm.
(10) - Claims - Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services. Offerors With Substantiated Claims Against The Firm As A Result Of Improper Architectural And Engineering Services Provided In The Last Three (3) Years.
submission Requirements: Records And Any Other Documentation Of Substantiated Claims Highlighting Improper Or Incomplete Architectural Engineering Services Against The Firm Within The Last Three (3) Years. The Sf-330 Shall Contain A Statement Affirming That There Are No Records Of Significant Claims Because Of Improper Or Incomplete Architectural And Engineering Services.
please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Ten (10) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications.
evaluation Scoring
evaluation Factors 1, 2, 3, 5, 8, 9 And 10 Will Be Evaluated Using The Following Adjectival Ratings As Follows:
outstanding: Proposal Meets Requirements And Indicates An Exceptional Approach And Understanding Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low.
good: Proposal Meets Requirements And Indicates A Thorough Approach And Understanding Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low.
acceptable: Proposal Meets Requirements And Indicates An Adequate Approach And Understanding Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is Moderate.
marginal: Proposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach And Understanding Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High.
unacceptable: Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Is Not Awardable. The Firm S Proposal Demonstrates A Misunderstanding Of The Requirement And The Approach Fails To Meet Performance Standards. The Firm S Proposal Has Major Omissions And Inadequate Details To Assure Evaluators That The Offeror Has An Understanding Of Requirement.
the Ratings Identified Below Were Used In The Evaluation Of Past Performance (criterion 4):
substantial Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A High Expectation That The Offeror Will Successfully Perform The Required Effort. No Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract.
satisfactory Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort. Little Doubt Exists Based On The Offeror S Past Performance That They Could Satisfy The Requirements Of The Contract.
unknown Confidence (neutral): No Recent/relevant Performance Record Is Available Or The Offeror S Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned.
limited Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectation That The Offeror Will Be Able To Successfully Perform The Required Effort. Some Doubt Exists Based On Past Performance That They Could Satisfy The Terms And Conditions Of The Contract.
no Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectations That The Offeror Will Be Able To Successfully Perform The Required Effort. Significant Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract.
limitations
852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022)
(a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb :
(1) Means A Small Business Concern -
(i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition);
(ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran;
(iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document;
(iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And
(v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause.
(2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16).
(3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632).
(4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause).
(b) General.
(1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered.
(2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award.
(3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences.
(c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70.
(d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows:
(1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract
(2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract.
(ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements.
(3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs.
(4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs.
(5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6.
(e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows:
_x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or
__by The End Of The Performance Period For Each Order Issued Under The Contract.
(f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program.
(h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment).
submission Requirements:
unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below. Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements.
email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Amanda.baumler@va.gov No Later Than 10am, Eastern Standard Time (est) On Tuesday, January 21st 2025 Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc.
all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document:
1. Cover Page With Solicitation Number, Project Number And Title
2. Table Of Contents
3. Copy Of Valid State Registration For Each Lead Designer
4. Copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification
5. Duns Number
6. Cage Code
7. Tax Id Number
8. Email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
Closing Date21 Jan 2025
Tender AmountRefer Documents
4811-4820 of 4923 archived Tenders