Computer Tenders

Computer Tenders

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items And Services Prepared In Accordance With (iaw) The Format In Subpart 12.6 “streamlined Procedures For Evaluation And Solicitation For Commercial Items”, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. the Purpose Of This Requirement Is To Provide The Fleet Readiness Center South West (frcsw) Preventative Maintenance And Service On Eighteen (18) Machines Manufactured By Dmg Mori, Mori Seiki, And Fastems. The Work To Be Performed Under The Contract Will Include Preventative Maintenance, Emergent Service And Scheduled Service Repairs, And Over And Above Work. set Aside: None. This Will Be A Full And Open Competition. Naics Code For This Announcement Is 811310. solicitation Closing Date: All Proposals Must Be Received By The Closing Date/time On December 9, 2024 At 4:00 Pm Est. Preferred Delivery Method For Submission Of Your Proposal Is Via Dod Safe. A Dod Safe Link Will Be Provided By Contacting Amanda Taylor, At Email: Amanda.j.taylor80.civ@us.navy.mil. Requests Shall Be Made Within 7 Calendar Days Of The Closing Of The Solicitation. Proposals Shall Include At A Minimum, The Following: unit Pricing Per Line Item As Shown On The Separately Attached Schedule Of Items Table; vendor Contact Name, Phone Number And Email Address company Cage Code And Duns Number/unique Entity Id Number business Size: Small/large/other: _______________ to Obtain Or Renew A Duns Number And/or Cage Code, Please Visit Https://beta.sam.gov/. all Companies Must Be Registered In The System For Award Management At Https://beta.sam.gov/ To Be Considered For Award. The Government Will Not Provide Contract Financing For This Acquisition. Invoice Instructions Shall Be Provided At Time Of Award note: A Price Matrix Table Has Been Provided As A Separate Attachment To Assist With Supplying The Required Pricing And Vendor Contact Information. contract Type: Under Far Part 13.5 The Government Intends To Award A Single Firm Fixed Price (ffp) Contract. description Of Requirement: the Commander, Fleet Readiness Center (comfrc) Procurement Group (pg), In Support Of The Fleet Readiness Center Southwest (frcsw) – North Island, Intends To Procure Preventative Maintenance And Emergent Repair Services For 18 Cnc Machines Manufactured By The Following: Dmg Mori, Dmg Mori/burener Maschinenfabrik, Mori Seiki, And Fastems. The Requirement Will Include Providing Preventative Maintenance, Emergent And/or Scheduled Maintenance, And Over And Above Work. please See Attached Statement Of Work And Cdrls For Full Requirements warranties: A Warranty Shall Be Provided For A Minimum Of Twelve (12) Months (e.g. 365 Days) That Follows “start-up, System(s) Testing, And Acceptance/recognition Of Project Completion,” By The Government And Final Payment Acceptance By The Contractor. Please See Attached Statement Of Work For Additional Warranty Requirements. place Of Performance, Inspection, And Acceptance: Deliver Fob Destination, Services Shall Start No Later Than Fifteen (15) Days From Date Of Contract Award. address For Delivery And Place Of Performance: Frcsw Nas North Island Bldgs 347 And 472, San Diego, Ca 92135 list Any Acceptance Criteria: All Or None Basis. conformance To Sow: You Must Provide The Supplies And Services In Accordance With The Statement Of Work. Unless An Exception Is Specifically Noted Within Your Proposal, Your Proposal Will Be Considered To Be In Complete Conformance To The Solicited Requirements. submissions: The Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition, And Is Amended As Follows: the Offeror Agrees To Hold The Prices In Its Offer Firm For 120 Calendar Days From The Date Specified For Receipt Of Offers. the Response Will Consist Of The Following: part I – The Proposal Consists Of A Cover Page That Is Signed And Includes The Authorizing Point-of-contact. In Doing So, The Offeror Agrees To The Contract Terms And Conditions As Written In The Solicitation, With Attachments. The Cover Letter May State Any Delineating Exceptions Taken To The Solicitation Terms And Conditions With Accompanying Rationale. However, Offerors Are Cautioned That Any Noncompliance With The Terms And Conditions Of The Solicitation May Cause Their Quote To Be Determined Not Eligible For Award. Offerors Shall Ensure That All Clauses And Provisions That Require "fill In" Information Are Appropriately Completed (attachment 4). part Ii - Price - Submit One (1) Electronic Copy Of The Completed Price Matrix (attachment 3) (electronic Copies Must Be Compatible With Microsoft Excel). basis For Selection: Pursuant To Far 12.603, Contract Award Will Be Made Using Simplified Acquisition Procedures In Accordance With Far 13.5. Offeror’s Submissions Will Be Evaluated Based Upon The Following: technical: Offeror Shall Clearly Demonstrate Its Technical Approach To Meet The Requirements Of Clin/line Items Based On The Requirements Of The Request For Proposal, Quantity, Quality And Timeliness Of Delivery. price: The Offeror Shall Complete Clin Pricing Matrix, Attachment 4, Of This Solicitation. In Addition To The Completed Clin Pricing On Page One (1), The Offeror Shall Provide Sufficient Price Information To Allow The Contracting Officer To Determine The Completeness And Reasonableness Of The Offerors Prices. far 52.212-2, Evaluation - Commercial Items, Applies To This Acquisition And Is Amended As Follows: 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 Will Be Used To Evaluate Offers: factor: (1) Technical (2) Price technical Is Less Significant Than Price. options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). 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), Unless A Written Notice Of Withdrawal Is Received Before Award. this Is A Competitive Lowest Price, Technically Acceptable Acquisition Following Simplified Acquisition Procedures Iaw Far Subpart 13.5 In Which Competing Offerors Price Will Be Evaluated On A Basis Significantly More Important Than Technical. By Submission Of Its Offer In Accordance With The Instructions Provided In Clause Far 52.212-1, Instructions To Offerors, The Offeror Accedes To The Terms Of This Model Contract And All Such Offers Shall Be Treated Equally Except For Their Prices And Technical Records. Offerors Must Clearly Identify Any Exception To The Solicitation Terms And Conditions And Provide Complete Accompanying Rationale. The Evaluation Process Shall Proceed As Follows: price Evaluation. All Offerors Will Be Ranked According To Price In Order Of Lowest To Highest Based On Their Total Evaluation Price, Including Option Prices. An Offeror’s Total Price Will Be Determined By Adding Together The 12-month Price For The Line Items For Preventive Maintenance For The Base Year And Each Option Period. the 6-month Extension Of Services Is Iaw Far 52.217-8, "option To Extend Services" And Will Only Be Utilized If Necessary. The 6-month Extension Of Services Is Not Considered Part Of Option Period 4 And Will Be A Separate Option Exercise If It Is Utilized. However, Proposed Pricing For The 6-month Extension Will Be Based On Option Period 4 Pricing. technical Evaluation. Beginning With The Lowest Priced Offer, The Contracting Officer Will Seek Recent And Relevant Technical Information On All Offers Based On The References Provided By The Offeror, If The Lowest Priced Evaluated Offer Is Judged Technically Acceptable, Then That Offer Represents The Best Value For The Government And The Evaluation Process Stops At This Point. Award Shall Be Made To That Offeror Without Further Consideration Of Any Other Offers. If The Lowest Priced Offeror Is Not Judged Technically Acceptable, The Next Lowest Priced Offeror Will Be Evaluated, And The Process Will Continue (in Order By Price) Until An Offeror Is Judged Technically Acceptable Or Until All Offerors Are Evaluated. 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 (attachment 3). discussions: The Government Intends To Award A Purchase Order Without Discussions With Respective Vendors. The Government However, Reserves The Right To Conduct Discussions/interchanges If Deemed In Its Best Interest. Communication Conducted To Resolve Minor Or Clerical Errors Will Not Constitute Interchanges And The Contracting Officer Reserves The Right To Award A Contract Without The Opportunity For Revision. The Government Reserves The Right To Hold Interchanges Using Interchange Notices (ins) If, During The Evaluation, It Is Determined To Be In The Best Interest Of The Government. Offeror Responses To Ins Will Be Considered In Making The Award Decision. The Government May Conduct Interchanges With One, Some, None, Or All Vendors At Its Discretion. cost Of Proposals: Expenses Incurred In The Preparation Of Proposals In Response To This Rfp Are The Vendor’s Sole Responsibility And Not Reimbursable By The Government. invoicing And Payment: Invoices Shall Be Submitted As A 2-in-1 Or Combo Invoice Via Wide Area Workflow (wawf) To A Wawf Acceptor That Will Be Identified In The Resulting Contract Per Dfars Clause 252.232-7006 Wide Area Work Flow. It Is The Contractor’s Responsibility To Register In The Wawf System In Order To Insure Prompt Payment. Once The Invoice Is Received In Wawf, The Acceptor Will Review And If Correct Accept It For Payment. applicable Provisions And Clauses: The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-07. The Government Intends To Include The Following Far And Dfar Clauses And Provisions, Either By Reference Or In Full Text In The Resulting Award. note: The Far And Dfars Clauses May Be Accessed In Full Text At Http://www.acquisition.gov/browse/index/far. provisions By Reference: 52.203-11 certification And Disclosure Regarding Payments To Influence Certain Federal Transactions sep 2007 52.204-7 system For Award Management oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.204-17 ownership And Control Of Offeror aug 2020 52.204-20 predecessor Of Offeror aug 2020 52.209-7 information Regarding Responsibility Matters oct 2018 52.209-11 representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law feb 2016 52.212-1 instructions To Offerors – Commercial Items dec 2021 52.212-3 offeror Representations And Certifications—commercial Items dec 2021 52.217-5 evaluation Of Options jul 1990 52.222-25 affirmative Action Compliance apr 1984 52.223-22 public Disclosure Of Greenhouse Gas Emissions And Reduction Goals – Representation dec 2016 52.225-25 prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran – Representation jun 2020 252.203-7005 representation Relating To Compensation Of Former Dod Officials nov 2011 252.204-7008 compliance Safeguarding Covered Defense Information Controls oct 2016 252.204-7016 covered Defense Telecommunications Equipment Or Services- Representations dec 2019 252.204-7017 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services- Representation may 2021 252.204-7019 notice Of Nist So 800-171 Dod Assessment Requirements nov 2020 252.204-7024 notice On The Use Of The Supplier Performance Risk System mar 2023 252.225-7974 representation Regarding Persons That Have Business Operations With The Maduro Regime (deviation 2020-o0005) feb 2020 clauses By Reference: 52.203-6 restrictions On Subcontractor Sales To The Government jun 2020 52.203-12 limitation On Payments To Influence Certain Federal Transactions jun 2020 52.204-9 personal Identity Verification Of Contractor Personnel jan 2011 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.204-19 incorporation By Reference Of Representation And Certifications dec 2014 52.204-21 basic Safeguarding Of Covered Contractor Information Systems nov 2021 52.209-2 prohibition On Contracting With Inverted Domestic Corporations nov 2015 52.209-6 protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarrment nov 2021 52.211-6 brand Name Or Equal aug 1999 52.212-1 instructions To Offerors-commercial Products And Commercial Services nov 2021 52.212-3 Alt I offeror Representations And Certifications- Commercial Products And Services Alternative I nov 2021 52.212-4 contract Terms And Conditions – Commercial Items dec 2021 52.226-8 encouraging Contractor Policies To Ban Txt Messaging While Driving may 2024 52.232-1 payments apr 1984 52.232-39 unenforceability Of Unauthorized Obligations jun 2013 52.232-40 providing Accelerated Payments To Small Business Subcontractors dec 2021 52.233-3 protest After Award aug 1996 52.233-4 applicable Law For Breach Of Contract Claim oct 2004 52.244-6 subcontracts For Commercial Items jan 2022 52.245-1 government Property jan 2017 52.245-9 use And Charges apr 2012 52.246-4 inspection Of Services – Fixed Price aug 1996 52.247-34 f.o.b. Destination nov 1991 52.249-2 termination For Convenience Of The Government (fixed Price) apr 2012 52.252-2 clauses Incorporated By Reference feb 1998 52.253-1 computer Generated Forms jan 1991 252.201-7000 contracting Officer’s Representative dec 1991 252.203-7000 requirements Relating To Compensation Of Former Dod Officials sep 2011 252.203-7002 requirement To Inform Employees Of Whistleblower Rights sep 2013 252.204-7002 payment For Contract Line Or Subline Items Not Separately Priced apr 2020 252.204-7003 control Of Government Personnel Work Product apr 1992 252.204-7004 dod Antiterrorism Awareness Training For Contractors feb 2019 252.204-7012 safeguarding Of Unclassified Controlled Technical Information dec 2019 252.204-7015 notice Of Authorized Disclosure Of Information To Litigation Support Contractors may 2016 252.204-7018 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services jan 2021 252.204-7020 nist Sp 800-171 Dod Assessment Requirements nov 2020 252.211-7003 item Unique Identification And Valuation mar 2016 252.211-7007 reporting Of Government Furnished Property aug 2012 252.223-7008 prohibition Of Hexavalent Chromium jun 2013 252.225-7001 buy American And Balance Of Payments Program dec 2017 252.225-7048 export-controlled Items jun 2013 252.227-7015 technical Data—commercial Items feb 2014 252.227-7037 validation Of Restrictive Markings On Technical Data sep 2016 252.232-7003 electronic Submission Of Payment Requests And Receiving Reports dec 2018 252.232-7006 wide Area Workflow Payment Instructions dec 2018 252.232-7010 levies On Contract Payments dec 2006 252.232-7017 accelerating Payments To Small Business Subcontractors—prohibition On Fees And Consideration apr 2020 252.244-7000 subcontracts For Commercial Items jan 2021 252.246-7008 sources Of Electronic Parts may 2018 252.247-7023 transportation Of Supplies By Sea – Basic feb 2019 incorporated By Full Text: The Following Provisions And Clauses In Full Text Have Been Separately Attached: 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment dec 2021 52.204-25 prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment dec 2021 52.204-26 covered Telecommunications Equipment Or Services – Representation oct 2020 52.212-5 contract Terms And Conditions Required To Implement Statues Or Executive Orders – Commercial Items jan 2022 52.217-8 option To Extend Services nov 1999 52.217-9 option To Extend The Term Of The Contract mar 2000 52.252-1 solicitation Provisions Incorporated By Reference feb 1998 52.252-2 clauses Incorporated By Reference feb 1998 52.252-5 authorized Deviations In Provisions nov 2020 52.252-6 authorized Deviation In Clauses nov 2020 questions And Inquiries Concerning This Rfp: All Questions And Inquiries Concerning Any Aspect Of This Requirement Must Be Submitted In Writing To Amanda Taylor And Tiffany Crayle, Amanda.j.taylor80.civ@us.navy.mil; Tiffany.l.crayle.civ@us.navy.mil. Telephone Requests Will Not Be Honored. Deadline For Submittal Of Questions Is December 2, 2024 At 4:00 Pm Est. The Government’s Response To Inquiries Will Be Made In Writing. Any Resulting Additions, Deletions Or Changes To The Rfp Will Be Updated On This Sam.gov Posting. please Note: A Proposal Does Not Constitute An Award; Therefore, An Obligation To Your Company Is Not Official Until You Receive An Awarded Contract. attachments: attachment 1: Statement Of Work attachment 2: Contract Data Requirement List (cdrls) attachment 3: Price Matrix attachment 4: Clauses And Provisions Incorporated By Full Text
Closing Date9 Dec 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: 66--computer,flight Con, In Repair/modification Of
Closing Soon28 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Software and IT Solutions
United States
Details: This Synopsis Serves To Meet The Requirement Of Far 5.201. The Naval Information Warfare Systems Command (navwar), In Support Of The Program Executive Office For Command Control, Communications And Computers (peo C4i) Program Manager, Warfare (pmw) 160, Tactical Networks, Intends To Issue A Full And Open Competitive Request For Proposal (rfp) N0003925r9510 For The Procurement Of A Wide Area Networks (wan) Contract. The Rfp Will Be Released In Q2fy25, With A Contract Award Estimated For The Q4fy25 Timeframe. The Pmw 160 Wan Division Includes Automated Digital Network System (adns) And Enterprise Pier Connectivity Architecture (epca), Also Known As Piers. These Individual Programs Combine To Provide Connectivity To The Fleet Via Wide-area Tactical Networks. Adns Is A Navy Program Of Record (por) That Adapts A Variety Of Commercial-off-the-shelf (cots) And Government Off-the-shelf (gots) Hardware And Software. Due To Configuration And Technical Upgrades, Adns Is Fielded In Differing Variants For Surface, Ship, Submarines, Aircraft, And Naval Shore Stations. Communication As A Service (caas), A Software-defined Routing Capability That Will Be Integrated And Subsumed Under The Adns Por, Will Be Delivered Via A Minimum Viable Product (mvp) Hardware Set That Includes A Server, Switch, And Router. Beginning In 2029, Caas Versions Will Be Software Only, Containerized And Hosted On Adns. Epca Is A Project Operating Under A Project Definition Document. The Scope Of The Project Is Limited To Procurement, Integration, Installation, And Sustainment Of Existing Cots Communications Equipment And Software Compatible With Future Upgrades To Adns.the Wan Procurement Will Be Conducted Under Full And Open Competition. The Government Anticipates Issuing A Multiple Award Contract (mac) Indefinite Delivery Indefinite Quantity (idiq) Contract. The Mac Idiq Contract Will Be An Eight (8) Year Ordering Period. The Government Anticipates Utilizing A Firm Fixed Price (ffp) Clin Structure For: 1) Adns Systems To Include: Caas Hardware, Cyber Threat Upgrades & Mission Focused Upgrades, 2) Spares, 3) Epca Systems, And 4) Software. This Notice Is Provided For Information Only; It Is Not A Request For Proposal And Is Not To Be Construed As A Commitment By The Government To Issue A Contract. The Government Will Not Pay For Any Effort Expended In Response To This Notice. Any Information Submitted In Response To The Synopsis Will Become Property Of The U.s. Government. All Questions/comments Concerning This Synopsis Are To Be Submitted In Writing To Contract Specialist, Andrea M. Cohn, Email Address At Andrea.m.cohn.civ@us.navy.mil And Contracting Officer, Susana L. Wiker, Email Address At Susana.l.wiker.civ@us.navy.mil.future Information, If Released, Will Be Synopsized On The System For Award Management At Https://www.sam.gov/ And Navwar E-commerce Central Website At Https://e-commerce.dc3n.navy.mil/. Interested Parties Are Responsible For Monitoring These Sites For Additional Information Pertaining To This Notice.
Closing Date20 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: 28--pentium Iv Computer - And Other Replacement Parts, In Repair/modification Of
Closing Date5 Mar 2025
Tender AmountRefer Documents 

DEPARTMENTAL OFFICES USA Tender

Other Consultancy Services...+1Consultancy Services
United States
Details: U.s. Department Of The Treasury office Of Technical Assistance economic Crimes Team Advisor the U.s. Department Of The Treasury, Office Of Technical Assistance (ota), Economic Crimes Team (ect) Is Recruiting Individuals On A Competitive Basis To Serve As Resident (long-term) And/or Intermittent (short-term) Advisors Under A Personal Services Contract. To Be Considered, Candidates Must Be Well Versed And Experienced In Applying Recognized International Standards And Requirements Related To Anti-money Laundering And Countering The Financing Of Terrorism (aml/cft) Regime Development. Significant International Travel Is Required. about: ota Works In Partnership With Its Foreign Government Counterparts To Carry Out Its Mission To Advance International Financial Security And Stability Through Focused Technical Assistance To Government Agencies In Developing And Transitioning Economies. the Ota/ect – Operating Through Resident Or Intermittent Engagements – Assists Counterpart Governments In The Development And Implementation Of Aml/cft Regimes. This Work Is Premised On Sound Partnerships With Host-country Stakeholders At Ministries Of Finance, Justice, And Interior; Central Banks And Other Regulatory Bodies; And Financial Intelligence Units. Ect Technical Assistance Is Aimed At Developing The Capacity In Counterpart Countries To Prevent, Detect, Investigate, And Prosecute Money Laundering, Terrorist Financing, And The Related Illicit Activity. It Is Comprehensive In Nature And Multi-dimensional In Focus, To Include Mentoring And Awareness-raising. Activities May Also Include Legal Framework Development And Training. This Assistance Ranges Across The Entire Spectrum Of Governmental Aml/cft-related Preventive And Enforcement Activities. qualifications: required Qualifications: bachelor’s Degree; A Master’s Degree In A Relevant Field (such As Criminology, International Relations, International Development, Program Management, Etc.) Or Juris Doctor Is Recommended. minimum Of Ten Years’ Experience, To Include Experience In At Least One Of The Following: financial Sector (banks, Money Service Business, Securities, Insurance, Etc.) Aml/cft Regulation And Examination; investigation And Prosecution Of Financial Crimes; the Operation Of Financial Intelligence Units; the Management Of Seized And Forfeited Assets; Or the Development Of Multi-stakeholder Task Forces Or Working Groups Focused On Financial Crimes; at Least Five Years Of Experience In A Field Related To Technical Assistance Or Combatting Illicit Finance. knowledge And Understanding Of The Aml/cft International Standards And Best Practices. strong Knowledge And Experience Of Aml/cft Risk Factors And Drivers. strong Writing Skills, Including The Use Of Editing Tools. proficient In Use Of Personal Computers And Ms Office Products And General Office Equipment. self-starter With Ability To Work Independently And With Confidentiality. exceptional Analytical And Problem-solving Abilities. ability To Motivate The Counterpart And Build Consensus. ability To Be Flexible By Changing Focus And Approaches Based On Needs Of The Client. strong Communication And Leadership Skills. the Following Qualifications Are Desirable: experience In: the Application Of The Aml/cft International Standards And Best Practices; curriculum Development And Adult Education; program Development/management; And working With Or In Developing Countries. background In: forensic Accounting; internal Audit; asset Tracing And Forfeiture; legislative/regulatory Drafting; financial Examination; electronic Evidence Methods; And/or business Process Planning And Information Technology Application. experience In The Technical Analysis Of Information To Solve Problems, Make Recommendations, Associate Findings With Courses Of Action, Etc. knowledge Of International Financial Institutions And Their Policies And Practices. proficiency In A Foreign Language Is Highly Desirable. preference Given To Individuals With Current U.s. Government Medical And Security Clearances. in Their Application, Candidates Should Highlight Prior Overseas Experience Working Or Training In Challenging Environments; Managerial Experience; Use Of International Aml/cft Standards And Best Practices; And Foreign Language Fluency. candidates Must Be U.s. Citizens. salary And Benefits: salaries Will Be Negotiated In Accordance With Program Regulations Prescribed By The Office Of Technical Assistance Not To Exceed The Senior Executive Service Ex-iii Hourly Equivalent. The Current Hourly Rate Is From $78.56 To $97.70 Per Hour. Overseas Benefits Are Provided As Allowed By Federal Regulations. background Checks And Security Clearance: Secret. the Advisor Will Work In Developing And Transitional Countries Worldwide To Support U.s. Treasury And U.s. Government Economic And National Security Objectives. The Advisor May Be Deployed To Countries With Elevated Threat Levels, Including Potentially High/critical Threat Posts, As Determined By The U.s. Government. successful Applicants Must Be Able To Obtain And Maintain A Secret Level Security Clearance. Successful Applicants Must Also Be Able To Obtain State Department Medical Clearance For Worldwide Travel. If Selected, The Applicant Will Be Required To Fulfill Office Of Government Ethics Financial Disclosure Requirements. how To Apply: applicants Should Submit A Cover Letter And Resume By E-mail To: Recruitment@ota.treas.gov. For Consideration, Emailed Applications Should Not Be Sent, Or Contain A Cc, To Any Ota, Irs, Or Other Government Personnel Or Email Address. please Reference Solicitation 2032k825r00005 On Your Cover Letter And Resume. When E-mailing, The Subject Line Must Contain The Following: Solicitation 2032k825r00005 –economic Crimes Advisor – Applicant’s Last Name, First Name. Emails Received Not Containing This Subject Line Will Be Deemed Non-responsive, And Thus, Will Not Be Forwarded To The Program Office/selection Official(s) For Consideration. no Phone Calls Please And No Hand Carries. This Announcement Is Open And Continuous Until May 30, 2025, Although Selections May Be Made In Advance Of That Date. the U.s. Government Is An Equal Opportunity Employer.
Closing Date31 May 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others
United States
Description: Combined Synopsis/solicitation For Commercial Products And Commercial Services (oct 2024) general Information Title: Golf Simulator Document Type: Combined Synopsis/solicitation Solicitation Number: Fa875125q0817 Posted Date: 30 October 2024 Original Response Date: 13 November 2024 Classification Code: 7810 Set-aside: Total Small Business Naics Code: 423910 contracting Office Address department Of The Air Force, Air Force Materiel Command, Afrl – Rome Research Site, Afrl/information Directorate, 26 Electronic Parkway, Rome, Ny, 13441-4514 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation (paper Copy) Will Not Be Issued. Further, Offerors Are Responsible For Monitoring This Site For The Release Of Amendments (if Any) Or Other Information Pertaining To This Solicitation. solicitation Fa875125q0817 Is Issued As A Request For Quotation (rfq). this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 And Defense Federal Acquisition Regulation Supplement Change Notice (dcn) 20241010. see Https://www.acquisition.gov/ For The Full Text Of All Provisions And Clauses Incorporated By Reference Herein. this Procurement Is Being Issued As Small Business Set-aside Under Naics Code 423910 And Small Business Size Standard 100 Employees. notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. the Contractor Shall Provide The Following Item With The Minimum Specifications On A Brand Name Or Equal, Firm Fixed Price Basis Including The Cost Of Shipping Fob Destination: trugolf Max Golf Simulator Package (quantity 1) gaming Computer: Capable Of Running E6 Apex Software And Compatible Launch Monitor (minimum Intel I7-13700, 16 Gb Ddr4-3200 Mhz Ram, Nvidia Rtx 4060 W/ 8 Gb Gddr6x Dedicated, 1 Tb Pcle Nvme M.2 Ssd, Windows 11 Pro 64-bit, Hp 310 Wired Keyboard/mouse, Realtek Rtl8852be Wi-fi 6 (2x2), Bluetooth 5.3) projector: Minimum 1080p 21” Touch Screen Monitor launch Monitor: Ability To Measure Ball Speed, Back Spin, Side Spin, Vertical Launch Angle, Horizontal Launch Angle, Club Head Speed, Club Face Angle And Club Path must Integrate With E6 Apex & E6 Connect Software impact Screen: Minimum Size 13.5’ X 8.4’ software: E6 Connect – Standard License (pc) software: E6 Connect Expanded 1 Year Subscription frame & Enclosure: minimum Dimensions: 14’ L X 9’ H appropriate Depth For Required Distance From Impact Screen; Varies By Launch Monitor side Nets landing Turf Floor tee Box/hitting Mat: Minimum 5’ X 12’ available Space Dimensions: 18’ W X 20’ W X 11’ H ship Hardware To: dodaac: F4hbl1 countrycode: Usa afrl Riolsc af Bpn No Milsbills Processes 148 Electronic Pkwy rome, Ny 13441-4503 united States name, Email Address, And Phone Number Of The End User Poc Associated With The Delivery Will Be Provided Via Section F Of Any Award Resulting From This Solicitation. offerors Shall Provide At Least The Same Warranty Terms, Including Offers Of Extended Warranties, Offered To The General Public In Customary Commercial Practice. the Delivery Date Is 30 Days After Receipt Of Order (aro). All Deliveries Shall Be Made In Accordance With Far 52.247-34 Fob Destination (nov 1991). The Place Of Delivery, Acceptance And Fob Destination Point Is 120 Electronic Parkway Rome, Ny 13441. the Provision At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition. addendum To The Following Paragraphs Of 52.212-1 Are: (b) Written Proposals/quotes Are Due At Or Before 3 Pm, (eastern Time) 13 November 2024. Submit By Email To Tiffany.slopka@us.af.mil. Offerors Are Encouraged To Submit Their Quotes Using The Sf 1449, Solicitation/contract/order For Commercial Products And Commercial Services. (b)(4) Submit A Technical Description Of The Items Being Offered. (b)(11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. (b)(12) Include A Statement Verifying That Your Firm Is Capable Of Conforming To The Requirements Of Dfars Clause 252.211-7003, Item Identification And Valuation. (g) Contract Award. The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror’s Initial Offer Should Contain The Offeror’s Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer And Waive Informalities And Minor Irregularities In Offers Received. the Provision At Far 52.212-2, Evaluation -- Commercial Products And Commercial Services (nov 2021) Applies. In Addition To The Information Within Paragraph (a), The Following Factors Shall Be Used To Evaluate Offers: (i) Technical Capability Of The Item Offered To Meet The Government Requirement (ii) Price offerors Are Required To Complete Representations And Certifications Found In The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Products And Commercial Services (feb 2024) As Well As The Following: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) 252.225-7055,representation Regarding Business Operations With The Maduro Regime (may 2022) for Your Convenience All Referenced Certifications Are Attached To This Solicitation. (attachment No. 1). the Clause At 52.212-4, Contract Terms And Conditions -- Commercial Products And Commercial Services (nov 2023), Applies To This Acquisition. addenda To The Following Paragraphs Of 52.212-4 Are: the Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products And Commercial Services (may 2024) Applies To This Acquisition. the Following Additional Far Clauses Cited Are Incorporated In This Contract By Reference To Implement Provisions Of Law Orexecutiveorders Applicable To Acquisitions Of Commercialproductsand Commercial Services: (a)thecontractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In Thiscontractby Reference, To Implement Provisions Of Law Orexecutiveorders Applicable To Acquisitions Of Commercialproductsand Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Itssuccessorprovisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Orequipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (6) 52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7) 52.233-4, Applicable Law For Breach Ofcontractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)) (b)thecontractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In Thiscontractby Reference To Implement Provisions Of Law Orexecutiveorders Applicable To Acquisitions Of Commercialproductsand Commercial Services: ___ 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). ___ 52.219-6, Notice Of Total Small Business Aside (15 U.s.c. 644) (nov 2020) ___ 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024)(15 U.s.c. 632(a)(2)). ___ 52.222-3, Convict Labor (jun 2003) (e.o. 11755) ___ 52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). ___ 52.222-21, Prohibition Of Segregated Facilities (apr 2015). ___ 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246) ___ 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793) ___ 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). ___ 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.’s Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury) ___ 52.232-33, Payment By Electronic Funds Transfer—system For Award Management (oct 2018) (31 U.s.c. 3332) the Following Additional Far And Far Supplement Provisions And Clauses Also Apply: (reference Far 12.301) ___ 52.211-6, Brand Name Or Equal (aug 1999) _____ 52.247-34, Fob Destination (nov 1991) _____ 52.252-1 Solicitation Provisions Incorporate By Reference (feb 1998) _____ 52.252-2 Clauses Incorporated By Reference (feb 1998) _____ 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials (sep 2011) (section 847 Of Pub. L. 110-181) _____252.203-7002 Requirement To Inform Employees Of Whistleblower Rights. (sep 2013) _____252.204-7003 Control Of Government Personnel Work Product (apr 1992) _____ 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) _____ 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) _____252.204-7019, Notice Of Nist Sp 800-171 Dod Assessment Requirements (nov 2023) _____252.204-7020, Notice Of Nist Sp 800-171 Dod Assessment Requirements (nov 2023) ______252.211-7003, Item Identification And Valuation (jan 2023) para. (c)(1)(i): ______ (insert Contract Line, Subline, Or Exhibit Line Item Number And Item Description: N/a) para. (c)(1)(ii): ______ (identify Contract Line, Subline, Or Exhibit Line Item Number And Item Description: N/a) para. (c)(1)(iii): ______ (insert Attachment Number: N/a) para. (c)(1)(iv): ______ (insert Attachment Number: N/a) para. (f)(2)(iii): ______ (insert Exhibit Number: N/a) _____ 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors. (jan 2023) ______ 252.223-7008, Prohibition Of Hexavalent Chromium (jan 2023) ______ 252.223-7998 Prohibition On Procurement Of Certain Items Containing perfluorooctane Sulfonate Or Perfluorooctanoic Acid (deviation 2022-o0010) (apr 2023) _____ 252.225-7001, Buy American And Balance Of Payments Program (feb 2024) (41 _____ 252.225-7048 Export-controlled Items (jun 2013) _____ 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) (10 U.s.c. 2227) _____ 252.232-7006, Wide Area Workflow Payment Instructions (jan 2023) _____ 252.232-7010, Levies On Contract Payments (dec 2006) _____252.244-7000, Subcontracts For Commercial Products And Commercial Services (nov 2023) _____ 252.246-7008, Source Of Electronic Parts (jan 2023) _____ 252.247-7023, Transportation Of Supplies By Sea – Basic (oct 2024) (10 U.s.c. 2631(a)) _____ 5352.201-9101, Ombudsman (jul 2023) Is Hereby Incorporated Into This Solicitation. The Ombudsman For This Acquisition Is: Ombudsman: Afrl/pk Director, Alternate Ombudsman: Afrl/pk Deputy Director, 1864 Fourth Street, Wafb Oh 45433, Phone: (937) 904-9700, Fax: (937) 656-7321, Email: Afrl.pk.workflow@us.af.mil note That The Clause At 252.211-7003 Is Included In This Solicitation. Agency Specific Guidance Is Provided Below: for Proposed Line Item Numbers With A Unit Price ≥ $5,000. Vendors Will Be Expected To Supply Unique Item Identifier (uii/ Uid) Labels. uii/ Uid Component Data Elements Should Be Marked On An Item Using Two Dimensional Data Matrix Symbology That Complies With Iso/iec International Standard 16022, Information Technology - International Symbology Specification - Data Matrix; Error Checking And Correction 200 (ecc200) Data Matrix Specification. (a)label: if Using Construct 1: Encode The Two Dimensional Data Matrix With Cage Code (enterprise Id) And Serial #. if Using Construct 2: Encode The Two Dimensional Data Matrix With Cage Code, Serial #, And Part/lot/batch #. any Costs Associated In Complying With These Terms Should Be Included As Part Of The Firm Fixed Priced Offer Herein. all Responsible Organizations May Submit A Quote, Which Shall Be Considered.
Closing Date13 Nov 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Details: Save The Date!!!! audience: Defense Industry Partners (small & Large), U.s. Department Of Defense (dod) Acquisition Community, Prospective Vendors, And Other Businesses With A Focus On Service And Supply Related Industries. mission: Tobyhanna Army Depot (tyad) Possesses Unmatched Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance And Reconnaissance (c5isr) Capabilities To Enable Rapid Operational Readiness For The United States Armed Forces. Tyad Provides All Levels Of Sustainment And Mobilization, Surge Or Reconstitution Support, As Per Army Regulation (ar) 750-1. Tyad Industrial Operations Campus Has 2.4 Million Square Feet Of Mission Space Located In Buildings That Provide Design, Development, Integration, Logistics, Engineering, Maintenance, Sustainment And Full Life Cycle Support. As A Strategic Defense Industrial Base Service Provider, Tyad Recognizes The Need For Robust And Comprehensive Full Spectrum Sustainment And Logistics Support Through The Dedicated Workforce And Electronics Expertise That Ensures The Depot Is The Joint C5isr Provider Of Choice For All Branches Of The Armed Forces And Industry Partners. this Two Or Three-day Event Will Be Held 12-14 August 2025. attendees Will Hear Briefings On Depot Capabilities, Obtain Insight On How To Best Partner For Dod Contract Awards, Receive An In-depth Depot Tour, And Be Notified Of Upcoming Procurement Opportunities. as Of 13 November 2024, This Posting Is A “save The Date” For The August 2025 Industry Day. More Registration, Hotel Reservation, And Lunch Ordering Details Will Be Made Available In The Coming Months. please Save This Sam.gov Search For Notifications Of Updates To This Event.
Closing Date12 Aug 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Details: Page 4 Of 4 statement Of Work mill And Fill Northport Parking Lots Phase 2 introduction the Scope Of This Project Is To Perform Mill, Fill, Concrete, Sidewalk, Ramps, And Curb Work For Parking Lots A, C, And Q At The Northport Vamc. The Approximated Square Footage Of All Three Parking Lots Is 145,000 Square-feet. The Attached Drawing, Attachment A, Within These Contract Documents Outlines The Scoped Areas With Approximate Measurements And Dimensions. All Measurements And Dimensions Are To Be Verified In The Field. Specifications Are Provided As Attachment B Within These Contract Documents. Work Is To Include All Labor And Material For The Removal Of The Top 3 Layer Of The Asphalt Road, Trucking And Disposal, And Installation Of 3 Asphalt Per The Specifications. In Addition, The Striping Of The Roads, Including The Striping Of The Cross Sections Of Roads/parking Lot Striping, In-kind Striping To What Is Existing. Refer To Attachment A. Work Is Also To Include Sealing Of All Edges And Seams Of The Asphalt At The End Of Work. All Road And Traffic Signs Are To Be Replaced In Kind. Work Is To Be Performed In Phases Per Parking Lot. Each Parking Lot Must Be Completed Prior To Moving Onto Another Parking Lot, Unless Approved By The Contracting Officer Representative (cor) In Writing. Addition Or Subtraction Of Striping And Signs Not Noted In The Contract Documents Require Prior Approval By Cor. work Is To Be Performed At Vamc Northport In Accordance With The Statement Of Work, Federal, State, And Local Codes. The Period Of Performance For The Above-mentioned Project Will Begin With A Notice To Proceed (ntp) Issued And Shall Not Exceed 15 Calendar Days After Ntp. This Period Of Performance Includes Reasonable Duration For All Required Submittals Where Required. general Requirements general Contractor S (gc) Employees And Sub-contractor Employees Shall Not Enter The Va Medical Center Site Or Project Site Without Appropriate Va Issued Piv Badge. See Construction Security Requirements In The Specifications For More Full Requirements. the Gc Shall Not Proceed With Mobilization Or Construction Until After Veteran Affairs Acceptance Of All Required Submittals And Coordination Of Drawings As Required. the Following Are Required For This Project: contractor To Coordinate With The Va Cor Prior To Any Work. Contractor To Coordinate Any Utility Shutdowns With The Cor. work To Be Completed As Per Sow, Drawings, Specifications, And Applicable Va Design Manual(s). removal And Disposal Of Asphalt, Concrete And Any Demolished Materials From Northport Vamc. all Signs, Including Temporary Signs To Redirect Traffic, Are To Be Per Va Parking Design Manual. during Striping Work, Roads Need To Be Closed With Applicable Signs Posted To Redirect Traffic Where Required As Per Va Parking Design Manual. when Performing Night Work, Contractor To Provide Temporary Lights For Construction. Any Areas In Which Traffic Can Enter Needs To Be Fenced Off To Ensure No Traffic Will Enter Construction Area. all Environmental Controls Are To Remain In Effect. Storm Drains Are To Be Protected In Order To Prevent Debris From Entering The Stormwater System. contractor To Provide Daily Construction Field Reports That Outline The Work Done Each Day With Available Tools And Manpower That Include Photographic Evidence. A Daily Field Report Must Be Submitted To Cor At The End Of Each Shift. all Work Can Be Completed During Normal Business Hours Of Monday Friday 8:00am 5:00pm Except For Parking Lot Q, Which Is To Be Completed From Friday 5:00pm Sunday 5:00am Or As Approved By The Cor. the Installation Of All Work Will Maintain A One-year Warranty For Any Defects. safety Precautions the Contractor Shall Comply With All Applicable Federal, State And Local Legal Requirements Regarding Workers Health And Safety. The Requirements Include But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr) Parts 1910 And 1926. Contractor Is Solely Responsible For Determining The Legal Requirements That Apply To Activities, And Shall Ensure Safe And Healthful Working Conditions For Its Employees. contractor Shall Assume The Responsibility To Guard Against Causing Of Fires And/or Explosions And To Protect Government Property. the Contractor Shall Perform The Work In A Manner Consistent With The Area Security And Fire Safety Regulations Especially With Regard To Exits And Exit Way Access. Utility Shutdowns Shall Not Compromise Security, Communication Or Fire Safety For Occupants. no Flammable Liquids Shall Be Stored Or Used In The Medical Center. the Contractor Shall Receive From The Cor A Permit For All Cutting, Welding, And Soldering 24 Hours In Advance. All Permits Shall Be Prominently Displayed During All Construction, Upon Completion Of Project Permits Will Be Returned To Cor For Filing As Appropriate. all Necessary Precautions Shall Be Taken By The Contractor To Prevent Accidental Operation Of Any Existing Smoke Detectors Or Sprinkler Heads. information Security/privacy/ Records Management this Contract Does Not Involve Access To Va Patient/employee Information And Does Not Involve Access And/or Connection To The Va Information System. va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or The Use Of Va Sensitive Information. the Department Of Veterans Affairs, Va Must Comply With All Applicable Privacy And Confidentiality Statutes And Regulations. One Of The Requirements In Va Is To Have All Personnel Trained Annually On Privacy Requirements. Privacy Represents What Must Be Protected By Va In The Collection, Use, And Disclosure Of Personal Information Whether The Medium Is Electronic, Paper Or Verbal. this Document (20939 Training) Satisfies The Basic Privacy Training Requirement For A Contractor, Volunteer, Or Other Personnel Only If The Individual Does Not Use Va Sensitive Information Or Protected Health Information (phi) In Any Form Such As Electronic Or Paper Or Have Access To Any Va Computer System. the Contracting Officer Representative (cor/ Cotr/ Project Manager) Is Responsible To Obtain This Training From The Contractor And To Maintain According To The Records Control Schedule (rcs 10-1).
Closing Date5 Mar 2025
Tender AmountRefer Documents 

MUNICIPALITY OF NAVAL Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Description: Procurement Of 3 Sets Desktop Computer , Electronic Parts And Components ,municipality Of Naval, Biliran
Closing Date20 Feb 2025
Tender AmountPHP 237 K (USD 4 K)

FOREST SERVICE USA Tender

Machinery and Tools...+1Automobiles and Auto Parts
United States
Description: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) This Solicitation Is Issued As A Request For Quotation (rfq). (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-03. (iv) This Procurement Is Set Aside For 100% Small Business. The Naics Code Is 336999 And The Small Business Size Standard Is 1000 Employees. (v) Schedule Of Items/price Schedule project Description: Polaris Snowmobile Sierra Nf vendor Name: __________________________________vendor Uei:___________________ item supplies/services qty unit Of Issue unit Price total Price 0001 snow Survey Polaris Snowmobile 1 each (vi) Description Of Requirement (including A List Of Any Attachments) the Sierra National Forest Bass Lake Rd Is Looking To Procure 2025 Polaris Ranger Crew Xp 1000. See Attachment Below For Specifications. attachment: J.2 – 1137235 Sierra Nf - Specifications (vii) Date(s) And Place(s) Of Delivery And Acceptance delivery: 10 Days Or Nlt 12/30/2024 Aro To: sierra National Forest Bass Lake Ranger Forest attn: Rafael Sanchez 57003 Rd 225, North Fork, Ca 93643 (viii) 52.212-1 Instructions To Offerors – Commercial Products And Commercial Services (sep 2023) (provision) addenda To Provision 52.212-1: addenda To Provision 52.212-1 Paragraph (b) Submission Of Offers: offerors Must Have An Active Entity Registration In The System For Award Management To Submit An Offer. Https://www.sam.gov/sam/ A) Technical Capability: Provide Documentation On How Your Product Meets Specifications Listed In Attachment (j-2.7 Metal Delineator Posts Specifications) And Delivery Dates B) Price Proposal – Include The Following: 1) The Completed Schedule Of Items From Section B Of This Solicitation, And 2) Acknowledgement Of Any Amendments To This Solicitation By Following The Instructions That Accompany The Amendment(s). C) Representations And Certifications – Fill In The Check Boxes For Provisions 52.204-24 And 52.212-3 Found In Section X Of This Solicitation And Include A Copy With Your Offer. (ix) 52.212-2 Evaluation – Commercial Products And Commercial Services (nov 2021) (provision) 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: Technical Capability, Past Performance, And Price. technical Capability And Past Performance When Combined Are Equal To Price. ________________________________________________ (x) Representations And Certifications (complete Highlighted Items In This Section And Return With Your Offer) vendor Name: _____________________________________________ vendor Uei: _____________________________________________ 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) (provision) the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It "does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument" In Paragraph (c)(1) In The Provision At 52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products Or Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It "does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services" In Paragraph (c)(2) Of The Provision At 52.204-26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212-3. (a) Definitions. As Used In This Provision— Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For "covered Telecommunications Equipment Or Services". (d) Representation. The Offeror Represents That— (1) It ☐ Will, ☐ Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds "will" In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That— It ☐ Does, ☐ Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds "does" In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded "will" In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services— (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded "does" In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services— (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. 52.212-3 Offeror Representations And Certifications – Commercial Products And Commercial Services (feb 2024) (deviation Nov 2022) (provision) [if Offeror Representations And Certifications Are Not Complete In Sam The Offeror Shall Submit A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, With Your Offer. The Full Provision Is Available From Http://www.acquisition.gov/far/. if Offeror Representations And Certifications Are Complete In Sam, The Offeror Shall Complete The Following:] (b)(1) Annual Representations And Certifications. Any Changes Provided By The Offeror In Paragraph (b)(2) Of This Provision Do Not Automatically Change The Representations And Certifications In Sam. (2) The Offeror Has Completed The Annual Representations And Certifications Electronically In Sam Accessed Through Http://www.sam.gov. After Reviewing Sam Information, The Offeror Verifies By Submission Of This Offer That The Representations And Certifications Currently Posted Electronically At Far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, Have Been Entered Or Updated In The Last 12 Months, Are Current, Accurate, Complete, And Applicable To This Solicitation (including The Business Size Standard(s) Applicable To The Naics Code(s) Referenced For This Solicitation), At The Time This Offer Is Submitted And Are Incorporated In This Offer By Reference (see Far 4.1201), Except For Paragraphs ______________. [offeror To Identify The Applicable Paragraphs At (c) Through (v) Of This Provision That The Offeror Has Completed For The Purposes Of This Solicitation Only, If Any. Write “none” If There Are No Changes Needed To Your Online Reps And Certs. Deviation Nov 2022] Offerors That Are Representing As Joint Ventures Should Submit Their Socio-economic Status In The Space Provided Above Until Such Time That Sam.gov Has Been Updated To Include The Joint Venture Representations Contained Within Provision 52.212-3 Paragraph (c). these Amended Representation(s) And/or Certification(s) Are Also Incorporated In This Offer And Are Current, Accurate, And Complete As Of The Date Of This Offer. any Changes Provided By The Offeror Are Applicable To This Solicitation Only, And Do Not Result In An Update To The Representations And Certifications Posted Electronically On Sam.] (xi) 52.212-4 Contract Terms And Conditions – Commercial Products And Commercial Services (nov 2023) addenda To 52.212-4: (xii) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders– Commercial Products And Commercial Services (feb 2024) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c.3903 And 10 U.s.c. 3801) (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [contracting Officer Check As Appropriate.] ☐ (1) 52.203-6, Restrictions On Subcontractor Sales To The Government (june 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). ☐ (2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509)). ☐ (3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) ☐ (4) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (whistleblower Guidance To Contractor Employees) ☒ (5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note). ☐ (6) [reserved]. ☐ (7) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). ☐ (8) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). ☒ (9) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). ☐ (10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders – Federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts (dec 2023) (pub. L. 115-390) ☐ (11)(i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders – Prohibition. (dec 2023) (pub. L. 115-390, Title Ii) ☐ (ii) Alternate I (dec 2023) Of 52.204-30. ☒ (12) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101note). ☐ (13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). ☐ (14) [reserved]. ☐ (15) (i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c.657a). ☐ (16) (i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). ☐ (17) [reserved] ☒ (18) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c.644). ☐ (ii) Alternate I (mar 2020) Of 52.219-6. ☐ (19) (i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). ☐ (ii) Alternate I (mar 2020) Of 52.219-7. ☐ (20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). ☐ (21) (i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). ☐ (ii) Alternate I (nov 2016) Of 52.219-9. ☐ (iii) Alternate Ii (nov 2016) Of 52.219-9. ☐ (iv) Alternate Iii (jun 2020) Of 52.219-9. ☐ (v) Alternate Iv (sep 2023) Of 52.219-9. ☐ (22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). ☐ (ii) Alternate I (mar 2020) Of 52.219-13 ☐ (23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c.637s) [contracting Officer Check As Appropriate.] ☐ By The End Of The Base Term Of The Contract 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. ☐ (24) 52.219-16, Liquidated Damages-subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). ☐ (25) 52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) ( 15 U.s.c. 657f). ☒ (26) (i) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15 U.s.c. 632(a)(2)). ☐ (ii) Alternate I (mar 2020) Of 52.219-28. ☐ (27) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). ☐ (28) 52.219-30, Notice Of Set-aside For, Or Sole Source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). ☐ (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). ☐ (30) 52.219-33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 637(a)(17)). ☒ (31) 52.222-3, Convict Labor (jun 2003) (e.o.11755). ☒ (32) 52.222-19, Child Labor-cooperation With Authorities And Remedies (feb 2024). [ ☐ (33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). ☒ (34) (i) 52.222-26, Equal Opportunity (sep 2016) (e.o.11246). ☐ (ii) Alternate I (feb 1999) Of 52.222-26. ☐ (35) (i) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). ☐ (ii) Alternate I (jul 2014) Of 52.222-35. ☒ (36) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c.793). ☐ (ii) Alternate I (jul 2014) Of 52.222-36. ☐ (37) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). ☒ (38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). ☒ (39) (i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). ☐ (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter78 And E.o. 13627). ☐ (40) 52.222-54, Employment Eligibility Verification (may 2022). (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) ☐ (41) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) ☐ (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) ☐ (42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693). ☐ (43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693). ☐ (44) (i) 52.223-13, Acquisition Of Epeat®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514). ☐ (ii) Alternate I (oct 2015) Of 52.223-13. ☐ (45) (i) 52.223-14, Acquisition Of Epeat®-registered Televisions (jun 2014) (e.o.s 13423 And 13514). ☐ (ii) Alternate I (jun 2014) Of 52.223-14. ☐ (46) 52.223-15, Energy Efficiency In Energy-consuming Products (may 2020) (42 U.s.c. 8259b). ☐ (47) (i) 52.223-16, Acquisition Of Epeat®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514). ☐ (ii) Alternate I (jun 2014) Of 52.223-16. ☐ (48) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513). ☐ (49) 52.223-20, Aerosols (jun 2016) (e.o. 13693). ☐ (50) 52.223-21, Foams (jun 2016) (e.o. 13693). ☐ (51) (i) 52.224-3 Privacy Training (jan 2017) (5 U.s.c. 552 A). ☐ (ii) Alternate I (jan 2017) Of 52.224-3. ☒ (52)(i) 52.225-1, Buy American-supplies (oct 2022) (41 U.s.c. Chapter 83). ☐(ii) Alternate I (oct 2022) Of 52.225-1 ☐ (53) (i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. ☐(ii) Alternate I [reserved] ☐(iii) Alternate Ii (dec 2022) Of 52.225-3. ☐(iv) Alternate Iii (feb 2024) Of 52.225-3 ☐(v) Alternate Iv (oct 2022) Of 52.225-3. ☐ (54) 52.225-5, Trade Agreements (nov 2023) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). ☐ (55) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). ☐ (56) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). ☐ (57) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). ☐ (58) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). ☐ (59) 52.229-12, Tax On Certain Foreign Procurements (feb 2021). ☐ (60) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c.4505, 10 U.s.c.3805). ☐ (61) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c.4505, 10 U.s.c.3805). ☒ (62) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018) (31 U.s.c. 3332). ☐ (63) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c.3332). ☐ (64) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c.3332). ☐ (65) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). ☐ (66) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15 U.s.c. 637(d)(13)). ☐ (67) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). ☐ (ii) Alternate I (apr 2003) Of 52.247-64. ☐ (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: contracting Officer Check As Appropriate.] ☐ (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). ☐ (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). in Compliance With The Service Contract Labor Standards Statute And The Regulations Of The Secretary Of Labor (29 Cfr Part 4), This Clause Identifies The Classes Of Service Employees Expected To Be Employed Under The Contract And States The Wages And Fringe Benefits Payable To Each If They Were Employed By The Contracting Agency Subject To The Provisions Of 5 U.s.c.5341 Or 5 332. this Statement Is For Information Only: It Is Not A Wage Determination employee Class monetary Wage/fringe Benefits _____________ _____________/_______________ _____________ ____________/________________ _____________ ___________/_________________ ☐ (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ☐ (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ☐ (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). ☐ (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). ☐ (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). ☐ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). ☐ (9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause- (i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712) (iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (iv) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (vi) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328) (vii)(a) 52.204-30, Federal Acquisition Supply Chain Security Act Orders – Prohibition. (dec 2023) (pub. L. 115-390, Title Ii) (b) Alternate I (dec 2023) Of 52.204-30. (viii) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c.637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222-26, Equal Opportunity (sep 2015) (e.o.11246). (xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c.4212). (xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c.793). (xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c.4212). (xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xvi) (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o 13627). (b) Alternate I (mar 2015) Of 52.222-50(22 U.s.c. Chapter 78 And E.o 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (may 2022) (e.o. 12989). (xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xxii) (a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801) (xxvi) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. xiii) Additional Requirements/terms And Conditions clauses: 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): federal Acquisition Regulation (far) Clauses: https://www.acquisition.gov/browse/index/far (far Clauses Begin With 52) department Of Agriculture Acquisition Regulation (agar) Clauses: Https://www.acquisition.gov/agar (agar Clauses Begin With 452) far And Agar Deviations To Clauses May Be Viewed At: Policies & Regulations | Usda 52.252-6 Authorized Deviations In Clauses (nov 2020) (a) The Use In This Solicitation Or Contract Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Clause With An Authorized Deviation Is Indicated By The Addition Of “(deviation)” After The Date Of The Clause. (b) The Use In This Solicitation Or Contract Of Any Agriculture Acquisition Regulation (48 Cfr 4) Clause With An Authorized Deviation Is Indicated By The Addition Of “(deviation)” After The Name Of The Regulation. 452.204-70 Modification For Contract Closeout (deviation Jul 2022) upon Contract Closeout For Contracts Utilizing Simplified Acquisition Procedures (sap) According To Far 13: (a) If Unobligated Funds In The Amount Of $1000 Or Less Remain On The Contract, The Contracting Officer (co) Shall Issue A Unilateral Modification For Deobligation. The Contractor Will Receive A Copy Of The Modification But Will Not Be Required To Provide A Signature. The Co Shall Immediately Proceed With Contract Closeout Upon Completion Of The Period Of Performance, Receipt And Acceptance Of Supplies Or Services, And Final Payment. (b) If Unobligated Funds Of More Than $1000 Remain On The Contract, The Co Shall Issue A Bilateral Modification For Deobligation. The Contractor Will Receive A Copy Of The Modification And Will Be Required To Provide A Signature. (the Co May Also Request A Release Of Claims Be Completed By The Contractor, Although Not Required For Contract And Orders Using Sap Procedures.) If The Bilateral Modification And Release Of Claims Are Not Returned To The Co Within 60 Days, The Co Shall Release The Modification As Unilateral And Proceed With Contract Closeout Upon Completion Of The Period Of Performance, Receipt And Acceptance Of Supplies Or Services, And Final Payment. provisions: 52.201-1 Acquisition 360: Voluntary Survey (sep 2023) (a)all Actual And Potential Offerors Are Encouraged To Provide Feedback On The Preaward And Debriefing Processes, As Applicable. Feedback May Be Provided To Agencies Up To 45 Days After Award. The Feedback Is Anonymous, Unless The Participant Self-identifies In The Survey. Actual And Potential Offerors Can Participate In The Survey By Selecting The Following Link: Https://www.acquisition.gov/360. (b)the Contracting Officer Will Not Review The Information Provided Until After Contract Award And Will Not Consider It In The Award Decision. The Survey Is Voluntary And Does Not Convey Any Protections, Rights, Or Grounds For Protest. It Creates A Way For Actual And Potential Offerors To Provide The Government Constructive Feedback About The Preaward And Debriefing Processes, As Applicable, Used For A Specific Acquisition. 52.204-7 System For Award Management (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): federal Acquisition Regulation (far) Clauses: https://www.acquisition.gov/browse/index/far (far Clauses Begin With 52) department Of Agriculture Acquisition Regulation (agar) Clauses: Https://www.acquisition.gov/agar (agar Clauses Begin With 452) far And Agar Deviations To Provisions May Be Viewed At: Policies & Regulations | Usda 52.252-5 Authorized Deviations In Provisions (nov 2020) (a) The Use In This Solicitation Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Provision With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Date Of The Provision. (b) The Use In This Solicitation Of Any Agriculture Acquisition Regulation (48 Cfr Chapter 4) Provision With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Of The Regulation. (xiv) Defense Priorities And Allocation System (dpas) Rating: N/a (xv) Date, Time, And Place Offers Are Due Questions Are Due On 12/13/2024 At 17:00 Pt. All Quotes Are Due On 12/18/2024 At 17:00 Pt. Email Questions And Quotes To Tammy Perrine At Tammy.perrine@usda.gov (xvi) Government Point Of Contact Tammy Perrine Tammy.perrine@usda.gov
Closing Date19 Dec 2025
Tender AmountUSD 34.2 K 
This is an estimated amount, exact amount may vary.
4201-4210 of 5331 active Tenders