Computer Tenders
Computer Tenders
Adela Serra Ty Memorial Medical Center Tender
Healthcare and Medicine
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 880 K (USD 15 K)
Details: Description 1 Dermatoscope Machine 2 Unit 150,000.00 300, 000.00 Purpose: Used For Examining Skin Lesions And Structures In Detail, Aiding In The Early Detection Of Skin Camcers (like Melanoma) And Other Dermatological Conditions. It Provides High-quality Imaging With Polarized And Non-polarized Light, Enhancing Visualization Of Vascular Patterns, Pigmentation And Subsurface Features. It’s Valuable For Both Contact And Non-contact Dermoscopy, Making It A Vital Tool For Dermatologists And Skincare Professionals. Features And Benefits 10x Magnication With 30mm Viewing Area. Polirized And Non-polirized Modes With High-powered Leds. Long-lasting Battery Life Includes A Leather Pouch, Silicone Sleeve, And Usb Cable Camera Compatibility Having The Ability To Take A Photo Of A Special Case (prior To Excision), With A Camera, Smartphone Or Ipad, Is Powerful. Carbon Cannot Be Attached To Those Devices. Lens Size Three Lens Sizes: 15, 25 Or 30 Mm. Larger Lenses Provide A Greater Field Of View And Distance From The Patient. Technical Specification Polarization Yes Infection Control Yes Spectrum Control Yes Optics Yes Battery Rechargeable Camera-compatible Yes Phone & Ipad-compatible Yes 10 Mm Markings Yes Ø30 Mm 10x Yes Magnification Ø30 Mm 10x Accessories Usb Cable Leather Pouch Silicone Sleeve Eyepiece Icecap Samples Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 3 Years Warranty Should Be Provided By The Supplier Parts = At Least 5 Years Maintenance And Service = At Least 2 Years Spare Parts Availability Post-warranty 10 Years Software / Hardware Upgrade Availability Routine Software Updates Should Be Provided Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) 2 Auto-clave (steam Sterilizer) 1 Unit 70,000.00 70,000.00 Purpose : Usteam Sterilizers — Also Known As Autoclaves — Are An Essential Piece Of Equipment In Any Laboratory, Research, Or Healthcare Setting, Ensuring Sterility For Important Equipment And Instruments. Autoclaves Are Available In A Wide Array Of Designs, Each Tailored For Specific Applications, Ranging From Small-scale Laboratory Sterilization To Large-volume Industrial Processes. Features And Benefits Automatic Sterilization Controlled By Computer. Temperature Is Max Up To 134 ºc, Suitable For 4-6 Minutes Rapidly Sterilizing. Safety Protection For Water Lacking. Over-temperature, Over-pressure Automatic Protection. Automatically Cuts Off The Power And Then Alarm After Sterilized. Fully Stainless Steel Structure Technical Specification Chamber Volume 24l(φ270×410) Mm / 6.3gallon Working Pressure 0.22mpa Working Temperature 134ºc (273ºf) Temperature Adjust Range 105-134ºc (221-273ºf) Timer Range 0~60min Heat Average ≤±1ºc Power 1.5kw / Ac110v.60hz Sterilizing Plate 340*200*30mm / 13.4*7.9*1.2'', 3 Pieces Overall Dimension 560*350*500mm / 22.0*13.8*19.7'' Packing Dimension 620*410*570mm / 24.4*16.1*22.4'' G.w 20kg / 44lb N.w 18kg / 39lb Accessories 1 Unit 2kva Avr Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 3 Years Warranty Should Be Provided By The Supplier Parts = At Least 5 Years Maintenance And Service = At Least 2 Years Spare Parts Availability Post-warranty 10 Years Software / Hardware Upgrade Availability Routine Software Updates Should Be Provided Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided 3 Cryogenic Handheld Cryosurgery Device (liquid Nitrogen Sprayer System) For Destruction Of Benign Skin Lesions 1 Set 110,000.00 110,000.00 Purpose: Used To Treat Benign Skin Lesions Such As Warts, Skin Tags, And Certain Keratoses. It Applies Extreme Cold To Targeted Areas, Causing Controlled Destruction Of Abnormal Tissue. Features And Benefits The Minimally Invasive Procedure That Uses An Extremely Cold Liquid Or Instrument To Freeze And Destroy Abnormal Tissue That Requires Elimination. It Requires About 1/3 Time Required By Co2 Snow Or N20 To Achieve The Appropriate Degree Of Freezing Because Of The Relative Temperatures(-196°c Compared With -79°c) It Can Be Applied Directly By Spraying The Gun. No Form Of Anaesthesia Is Required For Freezing`; It Can Be Carried Out Single-handed And With No Scarring Results. It Starts Freezing Instantly Because Liquid Nitrogen Is Released Directly On The Internal Metal Probe Wall Which Contacts The Lesion. Portable And Can Be Used In Any Consulting Room. Complete Haemostasis And High Patient Acceptance. A Good Number Of Lesions Can Be Treated At A Time. Carcinoma And Skin Tumours Can Be Treated. Easy To Operate And No Sterilization Is Required To The Tool Or Tips. Technical Specification Durable Stainless Steel And Brass. Capacity: 16 Oz Fingertips Trigger Control, Safely Autovent For Gradual Pressure Release, And A Streamlined Relief Valve For Consistent Freezing. Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 2 Years Warranty Should Be Provided By The Supplier Spare Parts Availability Post-warranty 10 Years Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided 4 Portable Electrosurgical Unit With Trolley 1 Unit 200,000.00 200,000.00 Purpose: A Multi-function Electrosurgical Generator With Both Monopolar And Bipolar Modes, Self-diagnostics, And Recall Of Stored Power Settings High Output Terminal For Heavy Desiccation And Fulguration Procedures Requiring High Intensity. Low Output Terminal For Light Desiccation And Fulguration Procedures Requiring Low Intensity And Increased Precision. Features And Benefits High Output Terminal For Heavy Desiccation And Fulguration Procedures Requiring High Intensity. Low Output Terminal For Light Desiccation And Fulguration Procedures Requiring Low Intensity And Increased Precision. Dual Microprocessors: One Microprocessor Controls The Output And Functionality Of The System While The Second Monitors The System And Terminates Activation If A Safety Hazard Is Detected. This Results In Regulated Delivery Of Current While Simultaneously Ensuring Safe Operation. Technical Specification Depth: 4 Inches (102mm) Width: 8.75 Inches (222mm) Height: 7.5 Inches (190mm) Weight: 6 Pounds (2.7kg) Output Power: Low 0-20 Watts (1/10 Watt Increments Up To 10 Watts) High: 0-35 Watts Bipolar: 0-35 Watts Bipolar Forceps Bipolar Forceps Are Designed To Grasp, Manipulate, And Coagulate Selected Tissue. The Electric Current Alternates Between The Two Tips, Reducing The Length Of The Current’s Path And Producing A Precise, Controlled Therapeutic Effect. Foot Control Pencil Autoclavable Pencils Autoclavable, Reusable Hand Control Pencil Reusable 7-900-5 Steam Autoclavable Hand Control Pencil With Power Adjustment Buttons Directly On The Pencil. Hand Control Pencil Autoclavable, Reusable Foot Control Pencil Consumables Pencil Sheaths – Non-sterile 100/box Pencil Sheaths – Sterile 25/box Accessories Sharp Tip Pencil Sheath Fine Needle Electrode Ball Electrode Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 2 Years Warranty Should Be Provided By The Supplier Spare Parts Availability Post-warranty 10 Years Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided 5 Medical Surgical Smoke Evacuator Evacuation System For Laser And Electrocautery 1 Unit 200,000.00 200,000.00 Purpose: A Medical Surgical Smoke Evacuator Is A Device That Captures And Filters Smoke Generated During Laser And Electrocautery Procedures. These Devices Are Designed To Protect Patients And Surgical Staff From The Harmful Particles And Toxins In The Smoke: Features And Benefits Automated Alert System When Ulpa Filter Is Not Capturing Plume At 100% And Needs To Be Changed. Wide Range Of Accessories To Configure Based On Procedural Needs And Personal Preferences Can Be Placed On A Mobile Cart Or Accessory Shelf On A Surgical Boom. Laser Sensor Utilizes A Convenient Foot Pedal To Activate The Smoke Evacuator. Rf Sensor Is The First Automatic Sensor System For Surgical Smoke Detection And Evacuation. The Rf Sensor Is Capable Of Detecting Any Cutting Device And Simultaneously Activating The Smoke Evacuator. Technical Specification Power Requirements: 100-240 Vac, Single Phase, And 4.0 A, 47-63 Hz Flow Rate: Open Range: At Least 90 Lpm Lap Range: At Least 18 Lpm Display Indicators: Visual, Visual & Audio, Led Meter, Led Display Lcd Display: With Lcd Display Working Noise: 55db Rotating Speed: 2750/min Output Volume: 3.5-4.2cbm3/hr Power Supply: 220/110v,50/60hz Working Mode: Operate Continuously Consumables Smoke Evacuator Filters Hydrophobic Ulpa Filter W/ Fluid Trap Large Charcoal Filter Accessories Esu Pencils With Integrated Smoke Evacuation Smoke Evacuator Tubing Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 2 Years Warranty Should Be Provided By The Supplier Spare Parts Availability Post-warranty 10 Years Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided Total Amount 880,000.00
NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender
Civil And Construction...+1Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: *** Amendment 1, Extension Of Solicitation *** *provide Responses To Questions And Supporting Documents Concerning This Project Prior To Close Of Solicitation This Evening! this Solicitation Is Hereby Extended To Provide Responses To Technical Questions Received For Which The Gov't Response Will Be Provided By C.o.b. (tomorrow) January 14, 2025; Proposals Will Then Be Due By 4:00p.m. Est On Tuesday, January 21st, 2025. **please Read This Notice Carefully As It Constitutes The Only Notice That Will Be Issued** a. Far 12.603 Streamlined Solicitation For Commercial Products Or Commercial Services this Is A Combined Synopsis/solicitation For Commercial Products Or 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; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. the Request For Proposal (rfp) Number For This Project Is 693jj925r000012. The Resultant Contract Award Will Be Performed At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Tx. The Contract Type Will Be Firm Fixed-price. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fac Number 2025-01 With The Effective Date Of 11/12/2024. the North American Industrial Classification System (naics) Code For This Procurement Is 237310 “highway, Street, And Bridge Construction” -, With A Small Business Size Standard Of $45,000,000.00. The Product Service Code For This Procurement Is Y1lb “construction Of Highways, Roads, Streets, Bridges, And Railways”. This Solicitation Is Not Set-aside For Small Businesses. contract Price. b. Price Schedule b.1 Base Period Of Performance: total Price Shall Cover The Performance Period From The Effective Date Of Award Through Twenty-four (24) Months Thereafter. from: 01/xx/2025 To: 01/xx/2026 base Period, Contract Price: $tbd line Item Number item Description qty unit unit price total Extended Price 0001 resurface Utqg Standards Traction Asphalt Test Surface 1 lot - $tbd total Contract Firm Fixed-price $tbd statement Of Work (sow) c. Description/specifications/ Statement Of Work c.1 Background the National Highway Traffic Safety Administration (nhtsa) Has A Need To Resurface The Asphalt Test Surface Portion Of The Traction Grading Test Track Used To Perform Testing In Accordance With The Uniform Tire Quality Grading System (utqgs) At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx). The Asphalt Test Surface Was Last Resurfaced In September 2013. The Test Surface Is Used By Ovsc To Perform Traction Testing For Enforcement Of The Utqg Consumer Information Program. The Test Surface Is Also Used By Outside Entities To Perform Traction Testing. the Utqg Traction Test Measures The Slide Friction Coefficient Of Tires Using A Tire Traction Skid Trailer At A Test Speed Of 40 Miles Per Hour (mph). The Allowable Surface Coefficient Range Per 49 C.f.r. § 575.104 Is 0.50 ± 0.10. This Value Is Measured Using The American Society For Testing And Materials (astm) E 501 Tire With A Test Load Of 1,085lbs And An Onboard Watering System With An Output Of Approximately 4.0 Gpm Per Wetted Inch Of Nozzle Width. c.2 Contract Objectives the Objective Of This Contract Is To Replace The Asphalt Utqg Traction Test Surface Located At The Satf Located On Gafb In San Angelo, Tx With A Durable Surface That Meets The Tire Test Surfaces Specified In 49 C.f.r. § 575.104. this May Include, But Is Not Limited To, Identifying A Suitable Replacement Asphalt Mix With Test Strips, Removing The Existing Surface, Placing A New Asphalt Surface, And Re-painting The Required Lines. the Purpose Of The New Test Surface Is To Satisfy The Government’s Need To Have A Nhtsa Traction Asphalt Test Surface Located At Its San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx). the Intended Use Of The Test Surface That Is To Be Provided To The Government Is To Conduct Compliance Testing For Tire Traction Ratings, Which Require A Surface That Is Within The Uniform Tire Quality Grading System (utqgs) Allowable Surface Friction Range And Possesses The Quality, Durability, And Smoothness Needed For Traction Testing. all Work Completed Must Be In Compliance With All Applicable Rules And Regulations Of Gafb. c.3 General Requirements phase One (1) Test Stripe Surface Application the Contractor Shall Schedule All Work Under This Contract With The Contracting Officer’s Representative (cor). the Contractor Shall Identify A Suitable Asphalt Mix Design Through The Placement And Evaluation Of A Test Strip, Removing The Existing Test Surface (if Required), Replacing The Test Surface, And Ensuring Smooth Transitions To And From The Test Surface, To Include Painting Of The Completed Test Surface. The Contractor Shall Meet All Work Requirements For Gafb Including Certain Requirements And Approvals That Must Be Met And/or Obtained Prior To The Start Of Work By The Contractor. the Contractor Shall Be Responsible For The Following: c.3.1 The Contractor, Inclusive Of Contractor Personnel And Subcontractors Supporting This Project On-site At The Satf, Must Meet All Air Force Base (afb) Security Requirements. This Will Include Background And Verification Checks Required Prior To Base Access. The General Requirements May Be Found At: Https://www.goodfellow.af.mil/home/visitor-control-center-gate-information/ the Contractor Must Provide A List Of All Personnel Who Will Be Accessing The Base And All Required Information To Include The Following: (full Name, Date Of Birth, Driver’s License No. W/state Of Issuance, And Last Four (4) Of Ssn) To The Cor For The Contractor Personnel To Gain Approval To Access The Base. This Process Can Take Between 2-4 Weeks To Complete From The Time The List Is Submitted. This List Must Be Provided To The Cor Via Email Within 1 Month Of The Completion Of The Kick-off Meeting. c.3.2 The Contractor Must Meet All Other Afb Requirements That Are In Effect At And During Time Of Project, Including But Not Limited To, Obtaining Environmental Approval For All Materials Required To Complete The Project. c.3.3 The Contractor Shall Ensure That Its Equipment And Operations Does Not Interfere With Afb Operations At Any Time During Project. c.3.4 Parking On Turf Or Base Roads Is Not Permitted Without Prior Approval From The Cor. c.3.5 All Equipment, (e.g., Vehicles) Shall Pass Through An Inspection Station When Accessing The Afb Or Whenever Entering The Afb Located At: 4368 S Chadbourne St. san Angelo, Tx 76905 note: The Inspection Station Is Located At The South Gate, Near The Visitor’s Center Entrance To The Base. c.3.6 Upon Completion Of The Project The Contractor Shall Perform Cleanup Of Debris From All Work Areas. The Contractor Shall Collect All Trash, Debris, Refuse, Garbage, Etc., That Is Generated, And Place It In Appropriate Containers Or Vehicles As Directed By The Cor. The Contractor Shall Haul Materials From The Site By Appropriate Means As Needed. The Contractor Shall Ensure Proper Disposal Of Materials Outside The Limits Of Government Property. The Contractor Shall Ensure That Disposal By Recycling, Sanitary Landfill Or Other Approved Methods Conforms To All Local, State, And Federal Guidelines, Criteria, And Regulations. Upon Completion Of The Work, The Contractor Shall Leave The Work Site And Any Storage Area(s) In A Clean, Neat, And Orderly Condition As Determined By The Cor. The Cor Will Inspect The Work Site, Prior To The Contractor’s Final Departure From The Site, To Confirm That The Work Site Is In A Satisfactory Condition. c.3.7 The Contractor Shall Comply With All Occupational Safety And Health Administration (osha) Regulations While Executing Contract Activities. c.3.8 The Contractor Shall Comply And Ensure That All Subcontractors, If Any, Comply With All Applicable Federal, State, And Local Laws, Regulations, Ordinances, And Standards Related To Any Environmental Matters. The Contractor Shall Also Comply And Ensure That All Subcontractors, If Any, Comply With All Specific Instructions Or Directions Provided To The Contractor By Goodfellow Afb Regarding Any Environmental Or Safety Matters. c.3.9 The Contractor Shall Execute The Work For This Project In The Best And Most Competent Manner, By Qualified And Efficient Contractor Personnel, Skilled In Their Respective Trades. The Contractor Shall Coordinate And Perform All Operations In A Manner That Will Result In A Professional And Expeditiously Completed Project. The Contractor Shall Conduct The Work In Strict Accordance With Prevailing Industry Standards And Manufacturer’s Instructions. The Contractor Shall Ensure That The Work And Materials Comply With Industry Best Practices For Quality And Technical/performance Requirements For This Project As Described Herein And (the Resultant Contract Award) For All Applicable Criteria, Regulations, Guidelines, And Codes, All Of Which Are Made A Part Thereof. c.3.10 Normal Working Hours For Satf Personnel Are Monday Through Friday Between The Hours Of 7:00 A.m. And 4:00 P.m. Excluding Saturdays, Sundays, And Federal Holidays. If Noncontractor Personnel (e.g. Federal Or Nhtsa Contractor Personnel) Are Reasonably Available, The Contracting Officer May Authorize The Contractor To Perform Work During Periods Other Than The Normal Tour Of Duty For Work Hours/days. c.4 Test Surface Specific Requirements c.4.1 Kick-off Meeting within Two (2) Weeks Of The Effective Date Of The Contract, The Contractor Shall Participate In A Kick-off Meeting With The Contracting Officer’s Representative (cor), Contracting Officer (co), And Other Nhtsa Staff. The Kickoff Meeting Will Take Place Via Teleconference And Will Be Approximately Two Hours In Length. The Contractor Shall Make A Brief Presentation Of Their Understanding Of The Contract Requirements. After The Presentation, The Parties Shall Discuss Basic Contract Requirements, Including The Schedule For Evaluations And Operational Procedures. Washington, Dc, Based Nhtsa Staff May Join Via Teleconference For These Discussions. c.4.2 The Contractor Shall Clean And Remove All Grass, Weeds, Debris, And Soil From Cracks In The Asphalt Test Surface Prior To Beginning Paving. c.4.3 The Contractor Shall Remove The Existing Surface; Or Subject To Cor Approval Repair The Existing Asphalt Test Surface With A Suitable Crack Sealant. c.4.4 The Contractor Shall Design An Asphalt Mix That They Believe Is Capable Of Meeting The Required Performance Characteristics Detailed In Section C.4.6 Prior To Applying The Test Strip. the Contractor Shall Prepare And Install An Initial Test Strip Before Installing The Full Asphalt Test Surface. The Contractor Shall Place A Test Strip That Is 10 Feet Wide And 150 Feet Long In The Shoulder Area Adjacent To The Asphalt Test Surface. The Purpose Of The Test Strip Is To Demonstrate The Wet Traction Coefficient Of Friction And Durability Of The Asphalt Mix Design. Alternatively, The Contractor May Place A Test Strip Of The Proposed Asphalt Mix Design At Satf Or Another Location (upon Approval By The Government And Within A 150-mile Radius Of Satf), So That Satf Personnel Can Access And Evaluate The Test Strip In A Manner Consistent With The Location At Satf. the Government Will Burnish And Test The Surface For Wet Traction Coefficient Of Friction And Durability. 2) The Government Will Discuss The Results Of The Testing With The Contractor. if An Additional Test Strip Is Required; The Following Procedure Will Be Followed: the Contractor Shall Then Adjust The Asphalt Mix Design As Required To Meet The Friction Coefficient And Durability Requirements And Install Another Complete Asphalt Test Strip In The Same General Area As The Previous One; As Described In Paragraph (c.4.4.a, Above). The Contract Will Require Successful Paving Of At Least One Test Strip That Meets The Required Wet Traction Coefficient Of Friction And Desired Durability Prior To Receipt Of Approval By The Co In Order To Move Onto Phase 2 For Paving Of The Full Asphalt Test Surface. once The Government Determines That The Test Strip Meets Durability And Skid Coefficient Requirements, The Contractor Will Be Notified By The Co That It May Proceed To The Task Detailed At C.4.5 Below. phase Two (2) Full Asphalt Test Surface Application c.4.5 The Contractor Shall Provide A Surface Within The Target Range For The Wet Slide Coefficient Of Friction Of 0.55µ To 0.62µ After Curing And The Government Has Burnished The Surface. The Coefficient Of Friction Will Be Measure By The Government Using The Utqg Traction Test Procedure And An Astm E 501 Tire. c.4.6 Additional Construction Requirements a. The Contractor Shall Prepare And Install An Asphalt And Aggregate Seal Coat Overlay On The Entire Test Surface And Shoulders, 1000 Feet Long And 104 Feet Wide, That Will Serve In Part As A Moisture Barrier. b. The Test Procedure Requires A Traction Testing Apparatus Consisting Of A Pickup Truck And Instrumented Trailer To Travel At A Steady Speed Of 40 Mph. The Contractor Shall Construct The New Asphalt Test Surface In A Way That Allows For A Very Smooth Transition From The Oval Track Road To The Test Surface With No Perceptible Impact To The Driver And Enough Distance For The Vertical Loads To Settle Out Of The Suspension Prior To Reaching The First Test Location. The Contractor Shall Ensure The Exit Ramp Of The Test Surface Meets The Same Requirements. The Contractor Shall Ensure That The Surface Transition Is Smooth From Both Directions In The Event That Traffic Flow Is Reversed. c. The Contractor Shall Ensure That The Final Test Surface Is Smooth And Free Of Bumps, Divots, Or Any Other Surface Disturbances. These Things Will Cause Transient Disturbances In Traction Testing Data Which Will Increase Test Variability And Produce Bad Data. d. The Contractor Shall Ensure That There Are No Foreign Objects Purposefully Or Accidentally Left In The Test Surface. The Contractor Shall Ensure That The Surface Is A Smooth, Finished, Homogenous, Asphalt Surface. e. The Contractor Shall Ensure That There Are No Longitudinal Or Horizontal Cracks In The Final Test Surface. The Contractor Shall Ensure That The Construction Seams Between Asphalt Lays Are Minimal With No Vertical Difference Between Lays. f. The Contractor Shall Ensure That The Final Density Is Such That The Surface Can Support The Static And Dynamic Loads Of The Trailer Traction Testing Apparatus For The Extent Of The Test Surface Life Without Rutting. c.4.7 At Transition Areas Between The Test Surface And The Non-test Surface, The Contractor Must Provide: a. Butt Joints To Transition To And From Asphalt Test Areas To Ensure Structural Integrity And Smooth Transition To The Asphalt Roadway Surface. b. Provide A Smooth Transition Between The Test Surface And The Non-test Surface, Such That, The Driver Of An Instrumented Skid Trailer Driving Over The Transition Area Will Not Feel A Bump And The Data Acquisition System Will Not Be Affected As The Various Axles Pass Over The Transition Area. c. Two Full-width, Ramp-like Surface Grades Of 100 Feet Length Each. The Contractor Shall Ensure That Each Grading Has A Gradual Height Transition From The Original Non-test Asphalt Surface With Overlay To The Existing Concrete Test Surface. c.4.8 The Contractor Shall Paint New Lane Stripes On The New Test Surface That Duplicate The Color, Width And Length Of The Old Lane Stripes, I.e., Alternating Yellow And White Stripes, 10 Feet Long, Beginning 10 Feet Prior To Entering Skid Pad Test Surface From Both Directions And A Lateral Midpoint Stripe. c.4.9 The Government Will Evaluate The Completed Test Surface And Provide Final Acceptance To The Contractor. The Government Will Provide Final Acceptance Within Two (2) Months Of The Completion Of The Lane Stripes Being Completed. c.4.10 The Contractor Shall Provide All Quality Assurance Or Quality Control Data And Documentation For Any Of The Materials And Test Surface Along With The Final Mix Design To The Cor. These Documents Must Be Provided Within 3 Weeks Of The Government’s Final Acceptance Of The Completed Test Surface. c.5 Proprietary Or Confidential Information consistent With The Data Rights Clause In Section (viii) Below Of This Agreement, The Contractor May Identify Any Proprietary Or Any Confidential Data Or Information Needed In The Performance Of The Contract. The Contractor Must Comply With The Data Rights Clause In This Agreement To Notify And Identify The Data Or Information With Limited Rights. The Government Can Assist The Contractor To Identify Limited Rights Data Consistent With The Data Rights Clause. delivery Date, Acceptance (f.o.b. Destination) date Of Delivery the Period Of Performance For This Contract Shall Be Twelve (12) Months From Date Of Award. (dates Tbd) place Of Delivery department Of Transportation national Highway Traffic Safety Administration office Of Vehicle Safety (nef-220) 131 Comanche Trail Building 3527 goodfellow Afb, Texas 76908 contracting Officer’s Representative (cor) – Tbd alternate Contracting Officer’s Representative (acor) – Tbd inspection: inspection And Acceptance far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Solicitation 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): Www.acquisition.gov/far note: Those Clauses Marked With An “x” Are Hereby Incorporated By Reference. applicable “x” far Clause Number far Clause Title (thru Fac 2005-99) x 52.246-4 inspection Of Services—fixed-price (aug 1996) inspection And/or Acceptance the Cor As Designated In This Effort Shall Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Of Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer. the Cor Will Also Be Responsible To The Contracting Officer For Recommending Acceptance Or Replacement/correction Of Nonconforming Supplies Or Services That Fail To Meet The Requirements. rejection Of A Final Report Will Delay Final Payment Of Costs Due Under The Effort. The Most Common Causes For Rejecting Final Reports Are: incomplete Description Of The Work Objective And Its Relationship To Other Work Performed In The Area. inadequate Description Of Methodology insufficient Or Inconsistent Technical Information To Support The Findings Or Conclusions. poorly Conceived Graphs, Charts, And Displays. incorrect Spelling And Grammar agency Personnel Responsible For Inspection the Contracting Officer’s Representative (cor) As Designated In This Effort, Will Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Or Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer. milestones And Deliverables: deliverables/milestones the Following Milestones And Deliverables Apply To This Contract And Are Considered Critical To The Successful Completion Of The Project. item No. section deliverable (d) /milestone (m) estimated Timeline 1 c.4.1 (phase 1) kickoff Meeting (m) within Two (2) Weeks After Contract Award (aca) 2 c.3.1 contractor Submits Personnel List With Required Information For Base Security Checks (d) within One (1) Month Of Item 1 3 c.3.1 personnel List Is Approved (m) typically 2-4 Weeks From Item 2 Completion 4 c.4.4 contractor And Cor Determine Test Strip Start Date (m) tbd 5 c.4.4 contractor Places Test Strip (d) tbd 6 c.4.4.a.1 satf Completes Evaluation Of Test Strip (m) within 2 Months Of Item 5 Completion 7 c.4.4.a.2 satf Discusses Test Strip Results With Contractor (m) within 1 Week Of Item 6 Completion 8 c.4.4.b.1 (retest; If Required) contractor Places Additional Test Strip (d) if Applicable 9 c.4.4.a.1 (retest; If Required) Satf Completes Evaluation Of Additional Test Strip (m) within 2 Months Of Item 8 Completion 10 c.4.4.b.2 satf Approves Mix Design (m) within One (1) Week Of Identifying A Test Strip That Meets The Performance Criteria 11 c.4.5 (phase 2 Begins) Upon Approval contractor Places Full Test Surface (d) tbd 12 c.4.8 contractor Paints Test Surface (d) tbd 13 c.4.9 satf Accepts Final Test Surface (m) within Two (2) Months Of Item 12 Completion 14 c.4.10 contractor Provides Satf With All Qa/qc Data And Final Mix Design (d) within Three (3) Weeks Of Item 13 Completion payment Schedule: Contract Payment Schedule the Following Payment Schedule Is Hereby Incorporated And Applicable To All Payments To Be Made Under This Contract. payment Schedule task # task Order Payment Schedule Milestones percentage Of Total Price c.4.1 kickoff Meeting 1% c.4.4.b.2 test Strip Meets Skid Coefficient Requirements 20% c.4.7 full Asphalt Test Surface 45% c.4.7 & C.4.8 non-test Surface & Painting 24% c.4.10 qa/qc Data And Final Mix Design 10% 100% total Firm Fixed-price Amount $tbd far 52.212-1 -- Instructions To Offerors-commercial Products And Commercial Services (sep 2023) Is Applicable To This Solicitation. Additional Clauses Incorporated By Reference (feb 1998) Far Clauses Incorporated By Reference this Solicitation And Any Resulting 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 Officerwill Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Www.acquisition.gov/far fac Number: 2025-01 effective Date: 11-12-2024 52.202-1 Definitions (jun 2020) 52.203-3 Gratuities (apr 1984) 52.203-5 Covenant Against Contingent Fees (may 2014) 52.203-6 Restrictions Of Subcontractor Sales To The Government (jun 2020) 52.203-7 Anti-kickback Procedures (jun 2020) 52.203-8 Cancellation, Recission, And Recovery Of Funds For Illegal Or Improper Activity (may 2014) 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity (may 2014) 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020) 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011) 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 52-209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) 52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) 52.213-1 Fast Payment Procedure (may 2006) 52.215-2 Audit And Records-negotiation (jun 2020) 52.215-8 Order Of Precedence-uniform Contract Format (oct 1997) 52.215-11 Price Reductions For Defective Certified Cost Or Pricing Data-modifications (jun 2020) 52.215-13 Subcontractor Certified Cost Or Pricing Data-modifications (jun 2020) 52.215-14 Integrity Of Unit Prices (nov 2021) 52.215-23 Limitations On Pass-through Charges (jun 2020) 52.216-7 Allowable Cost And Payment (aug 2018) 52.222-2 Payment For Overtime Premiums (july 1990) 52.222-3 Convict Labor (jun 2003) 52.222-21 Prohibition Of Segregated Facilities (apr 2015) 52.222-26 Equal Opportunity (sept 2016) 52.222-35 Equal Opportunity For Veterans (jun 2020) 52.222-36 Equal Opportunity For Workers With Disabilities (jun 2020) 52.222-37 Employment Reports On Veterans (jun 2020) 52.222-38 Compliance With Veterans’ Employment Reporting Requirements (feb 2016) 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) 52.222-50 Combating Trafficking In Persons (nov 2021) 52.222-54 Employment Eligibility Verification (may 2022) 52.223-6 Drug-free Workplace (may 2001) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) 52.225-1 Buy American-supplies (oct 2022) 52.225-3 Buy American-free Trade Agreements-israeli Trade Act (nov 2023) 52.225-13 Restrictions On Certain Foreign Purchases (feb 2021) 52.227-1 Authorization And Consent (jun 2020) 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement (jun 2020) 52.227-3 Patent Indemnity (apr 1984) 52.227-14 Rights In Data-general (may 2014), (alternate I) (dec 2007), And (alternate Ii) (dec 2007) 52.227-16 Additional Data Requirements (june 1987) 52.227-17 Rights In Date-special Works (dec 2007) 52.228-7 Insurance-liability To Third Persons (mar 1996) 52.230-2 Cost Accounting Standards (jun 2020) 52.230-3 Disclosure And Consistency Of Cost Accounting Practices (jun 2020) 52.230-6 Administration Of Cost Accounting Standards (june 2010) 52.232-17 Interest (may 2014) 52.232-20 Limitation Of Cost (apr 1984) 52.232-22 Limitation Of Funds (apr 1984) 52.232-23 Assignment Of Claims (may 2014) 52.232-25 Prompt Payment (jan 2017) Alternate I (feb 2002) 52.232-33 Payment By Electronic Funds Transfer-system For Award Management (oct 2018) 52.232-34 Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) 52.233-1 Disputes (may 2014) Alternate I (dec 1991) 52.233-3 Protest After Award (aug 1996) Alternate I (jun 1985) 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) 52.237-3 Continuity Of Services (jan 1991) 52.242-1 Notice Of Intent To Disallow Costs (apr 1984) 52.242-3 Penalties For Unallowable Costs (dec 2022) 52.242-4 Certification Of Final Indirect Costs (jan 1997) 52.242-13 Bankruptcy (july 1995) 52.243-2 Changes-cost-reimbursement (aug 1987) Alternate Ii (apr 1984) 52.244-2 Subcontracts (jun 2020) Alternate I (jun 2020) 52.244-5 Competition In Subcontracting (aug 2024) 52.245-1 Government Property (sep 2021) Alternate I (apr 2012) 52.245-2 Government Property Installation Operation Services (apr 2012) 52.245-9 Use And Charges (apr 2012) 52.246-1 Contractor Inspection Requirements (apr 1984) 52.246-25 Limitation Of Liability-services (feb 1997) 52.247-29 F.o.b. Origin (feb 2006) 52.247-34 F.o.b. Destination (jan 1991) 52.249-6 Termination (cost-reimbursement) (may 2004) 52.249-14 Excusable Delays (apr 1984) 52.251-1 Government Supply Sources (apr 2012) 52.253-1 Computer Generated Forms (jan 1991) Federal Acquisition Regulation (far) Clauses Provided In Full Text this Contract Incorporates The Following Federal Acquisition Regulation Clauses Provided In Full Text: Far 52.204-27 - Prohibition On A Bytedance Covered Application (jun 2023) (a) Definitions. As Used In This Clause— covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited. information Technology, As Defined In 40 U.s.c. 11101(6)— (1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use— (i) Of That Equipment; Or (ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product; (2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But (3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract. (b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, “no Tiktok On Government Devices” Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor’s Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13. (c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services. (end Of Clause) far 52.223-99 – Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (oct 2021) (deviation 2022-01) (a) Definition. As Used In This Clause - united States Or Its Outlying Areas Means— (1) The Fifty States; (2) The District Of Columbia; (3) The Commonwealths Of Puerto Rico And The Northern Mariana Islands; (4) The Territories Of American Samoa, Guam, And The United States Virgin Islands; And (5) The Minor Outlying Islands Of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, And Wake Atoll. (b) Authority. This Clause Implements Executive Order 14042, Ensuring Adequate Covid Safety Protocols For Federal Contractors, Dated September 9, 2021 (published In The Federal Register On September 14, 2021, 86 Fr 50985). (c) Compliance. The Contractor Shall Comply With All Guidance, Including Guidance Conveyed Through Frequently Asked Questions, As Amended During The Performance Of This Contract, For Contractor Or Subcontractor Workplace Locations Published By The Safer Federal Workforce Task Force (task Force Guidance) At Https:/www.saferfederalworkforce.gov/contractors/. (d) Subcontracts. The Contractor Shall Include The Substance Of This Clause, Including This Paragraph (d), In Subcontracts At Any Tier That Exceed The Simplified Acquisition Threshold, As Defined In Federal Acquisition Regulation 2.101 On The Date Of Subcontract Award, And Are For Services, Including Construction, Performed In Whole Or In Part Within The United States Or Its Outlying Areas. (end Of Clause) the Government Will Take No Action To Enforce The Clause Implementing Requirements Of Executive Order 14042, Absent Further Written Notice From The Agency, Where The Place Of Performance Identified In The Contract Is In A U.s. State Or Outlying Area Subject To A Court Order Prohibiting The Application Of Requirements Pursuant To The Executive Order (hereinafter, “excluded State Or Outlying Area”). In All Other Circumstances, The Government Will Enforce The Clause, Except For Contractor Employees Who Perform Substantial Work On Or In Connection With A Covered Contract In An Excluded State Or Outlying Area, Or In A Covered Contractor Workplace Located In An Excluded State Or Outlying Area. A Current List Of Such Excluded States And Outlying Areas Is Maintained At Https://www.saferfederalworkforce.gov/contractors/. department Of Transportation Acquisition Regulation (tar) Clauses Incorporated By Reference this Contract Incorporates The Following Transportation Acquisition Regulation Clauses (tar) By Reference (with The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make The Full Text Available. 1252.237-70 Qualifications Of Contractor Employees (nov 2022) 1252.237-72 Prohibition On Advertising (nov 2022) 1252.239-70 Security Requirements For Unclassified Information Technology Resources (nov 2022) 1252.239-71 Information Technology Security Plan And Accreditation (nov 2022) 1252.239-72 Compliance With Safeguarding Dot Sensitive Data Controls (nov 2022) 1252.239-73 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (nov 2022) 1252.239-74 Safeguarding Dot Sensitive Data And Cyber Incident Reporting (nov 2022) 1252.239-75 Dot Protection Of Information About Individuals, Pii, And Privacy Risk Management Requirements (nov 2022) 1252.239-91 Records Management (nov 2022) 1252.239-92 Information And Communication Technology Accessibility Notice (nov 2022) 1252.239-93 Information And Communication Technology Accessibility (nov 2022) 1252.242-71 Contractor Testimony (nov 2022) 1252.242-72 Dissemination Of Information (nov 2022) 1252.242-74 Contract Audit Support (nov 2022) department Of Transportation Acquisition Regulation (tar) Clauses Incorporated In Full Text tar 1252.223-73 Seat Belt Use Policies And Programs (nov 2022) in Accordance With Executive Order 13043, Increasing Seat Belt Use In The United States, Dated April 16, 1997, The Contractor Is Encouraged To Adopt And Enforce On-the-job Seat Belt Use Policies And Programs For Its Employees When Operating Company-owned, Rented, Or Personally-owned Vehicles. The National Highway Traffic Safety Administration (nhtsa) Is Responsible For Providing Leadership And Guidance In Support Of This Presidential Initiative. For Information On How To Implement Such A Program Or For Statistics On The Potential Benefits And Cost-savings To Your Company Or Organization, Please Visit The Click It Or Ticket Seat Belt Safety Section Of Nhtsa’s Website Athttps://www.nhtsa.gov/campaign/click-it-or-ticke And Https://www.nhtsa.gov/risky-driving/seat-belts. (end Of Clause) far 52.212-2 - Evaluation-commercial Products And Commercial Services (nov 2021) Section L - Notice To Offerors 1) The Government Intends To Award A Firm Fixed-price Contract 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: evaluation Factors Listed In Descending Order Of Importance: factor 1 Technical Approach And Project Planning factor 2 Corporate Experience And Past Performance factor 3 Personnel Qualifications factor 4 Price evaluation Factors 1-3, When Combined, Are More Important Than Price. 2) 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. l.1- Technical Approach And Project Planning the Proposed Technical Approach Shall Demonstrate The Objectives, Methods, Services, And Products Associated With Completing The Work Requirements Stated In This Solicitation. This Should Also Include An Explanation Of The Processes In Place For Monitoring The Quality Of Work And Materials Used For The Asphalt Test Surface Project. additionally, The Offeror Shall Provide A Written Plan For The Proposed Project Schedule To Include The Anticipated Number Of Days After Contract Award To Begin Preparatory Work, Which Includes A Visit By The Project Manager/construction Supervisor To Goodfellow Air Force Base (gafb) To Obtain Approvals From Different Gafb Departments. The Offeror Shall Include The Estimated Amount Of Time For Preparatory Work, To Include, But Not Limited To; An Estimate Of Time After Security Vetting To Begin Work; An Estimate Of Time For The Placement Of A Test Strip; And An Estimate Of Time For The Placement Of The Full Test Surface And Painting Once The Mix Has Been Approved. offerors Shall Develop The Performance Work Statement/statement Of Work (i.e. Offeror’s Solution) For Accomplishing The Objectives Of The Solicitation. Offerors Shall Develop The Performance Metrics And A Measurement Plan, And A Quality Assurance Plan For Accomplishing The Objectives Of The Solicitation. l.2- Corporate Experience And Past Performance the Offeror Shall Provide A List Of Past Projects That It Has Completed That Are Similar To The Project Described In This Solicitation. In Doing So, The Offeror Shall Provide: customer Name customer Contact Information description Of The Project Requirements contract Timeline And Schedule Variance total Contract Value. contract Number (if Federal Government Entity) the Offeror Shall Also Provide Information On Any Contracts That Have Been Terminated For Default Or Convenience And Explain The Circumstances That Resulted In Those Decisions. l.3- Personnel Qualifications the Offeror Shall Provide Resumes For Personnel Proposed To Support This Project. Resumes Are Limited To 1 Page. At A Minimum, The Offeror Shall Provide Resumes For The Management Team, Project Manager, Project Engineer, And Construction Supervisor (or Similar Categories). The Resumes Shall Discuss Personnel Experience Related To Performing The Following Work: asphalt Mix Design; construction Of Traction Test Surfaces In General; utqg Traction Test Surfaces Specifically; And construction On Gafb Or Experience With Work On Military Bases. l.4- Price/cost Proposal the Price/cost Proposal Shall Be Inclusive Of All Prices/costs Necessary To Complete All Aspects Of The Statement Of Work. **note** a Site Visit To The Satf May Be Required After Contract Award For Afb Coordination Purposes. Site Visits Will Be Made Through Appointment Only With The Facility Manager/cor And The Contracting Officer. Section M - Evlaution Factors For Award m.1 Technical Approach And Project Planning (see L.1 For Instructions) offerors Will Be Evaluated To Determine The Reasonableness, Completeness, Clarity, And Feasibility Of Their Approach To Carrying Out The Work Described In The Solicitation Regarding: meeting The Required Traction Coefficient Target; meeting The Test Surface Durability Requirements; constructing The Surface To Meet The Ride And Smoothness Requirements; executing A Quality Assurance/quality Control Program To Ensure The Surface Meets All Of The Requirements In The Statement Of Work; And plan And Execute The Project Schedule. m.2 Corporate Experience And Past Performance (see L.2 For Instructions) offerors Will Be Evaluated To Determine: the Ability Of The Offeror To Complete Projects Of Similar Technical Complexity. the Offeror’s Ability To Meet Project Schedules, Milestones, And Deliverables. the Ability Offeror To Complete Work On An Us Air Force Base. in Addition, The Amount Of Experience Conducting Similar Work Will Be Considered. m.3 Personnel Qualifications (see L.3 For Instructions) offerors Will Be Evaluated On The Experience And Abilities Of The Proposed Professional And Technical Personnel. Offerors Will Be Evaluated On The Sufficiency Of The Experience And Technical Background Of The Proposed Staff To Ensure The Successful Completion Of Project. m.4 Cost Evaluation Calculation the Cost Proposal Will Be Evaluated For Reasonableness. Reasonableness Determinations May Be Made By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items And Services. for The Purpose Of Evaluating The Estimated Total Cost Proposed By Each Offeror, And For Establishing The Ceiling Amounts Of This Contract, Offerors Shall Complete Section (v) Contract Price, B.1 And Provide Supporting Documentation For All Proposed Costs. m.4.1 Price Realism offerors Are Placed On Notice That Any Proposal That Is Unrealistic In Terms Of Technical Commitment Or Unrealistically Low In Cost And/or Price Will Be Deemed Reflective Of An Inherent Lack Of Technical Competence Or Indicative Of Failure To Comprehend The Complexity And Risk Of Contract Requirements, And May Be Grounds For Rejection Of The Proposal. m.4.2 Price Reasonableness reasonableness Determinations Will Be Made By Comparing Proposed Prices Received In Response To The Solicitation, By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), By Comparing Proposed Prices To Historical Prices Paid, And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items. far 52.212-3 -- Offeror Representations And Certifications-commercial Items (may 2024) (incorporated By Reference) far 52.212-4 -- Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023) (incorporated By Reference) far 52.212-5 - Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items (nov 2024) (by Reference) special Contract Clauses And Provisions the Successful Offeror Will Need To Provide The Following To Good Fellow Base Personnel: (provide Names, Dl #, Last 4 Of Ssn, Etc. At Least 4 Weeks Prior To Entry For Background Checks); See Specific Base Guidance Below To Make The Entry Process As Quick As Possible: contact The Law Enforcement Desk ((325) 654-3504 Or 3505), To Let Them Know The Trucks Are On Their Way. That Way The Desk Can Contact The Inspection Facility To Let Them Know To Be On The Lookout For The Trucks. (xiv) Defense Priorities And Allocations System (dpas) not Applicable (xv) Date, Time And Place Offers Are Due: all Proposals Are Due On 4:00p.m. Est, January 13, 2025. submit Proposals By Email To: nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov the Subject Line Must Reference Rfp Number 693jj925r000012 attention: Thomas J. Bub (xvi) Additional Information: an Hour Long (i.e. 1 - Hour) Pre-proposal Conference Will Be Held On Thursday, December 19th, 2024 At 10:00a.m. Est. All Interested Potential Offerors Must Click The Link Below In Order To Register For This Virtual Call. (see Below) pre-proposal Conference Registration Here * Note: (link Is Only Active On Attached Pdf Document) following The Pre-proposal Conference Nhtsa Will Post All Responses To Questions Received In The Form Of An Amendment To This Solicitation Notice For The Public. All Solicitation Questions Are Due By 4:00p.m. On December 19th, 2024 To The Following Addresses At: Nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov. all Correspondence Must Reference Rfp Number 693jj925r000012 In The Subject Line.
DEPT OF THE ARMY USA Tender
Software and IT Solutions
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Request For Information for systems Engineering And Technical Assistance (seta) program Executive Office, Command, Control, Communications-network (peo C3n) project Manager Interoperability, Integration And Services (pm I2s) 20 December 2024 this Notice Serves As Market Research In Accordance With Far Part 10. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Is Not A Request For Proposals And No Contract Will Be Awarded From This Request For Information. introduction the Army Contracting Command, Aberdeen Proving Grounds (acc-apg) On Behalf Of The Program Executive Office, Command, Control, Communications-network (peo C3n), Project Manager Interoperability, Integration And Services (pm I2s) Is Issuing A Sources Sought Notice As A Means Of Conducting Market Research To Identify Interested Parties With The Capabilities And Resources To Support The Requirement For Program Management, Asset Management, Logistics, Information Security, Systems Engineering And Network Support. This Will Include Analysis, Operations And Software Engineering From Concept To Delivery To Customers In A Total System Environment. based On The Responses To This Rfi/market Research, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. All Small Business Set-aside Categories Will Be Considered. **please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-14, The Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance. ** place Of Performance place Of Performance Is Primarily At A Government Facility Located At Aberdeen Proving Ground (apg), Maryland (md) And Fort Belvoir, Virginia (va). In Addition, The Contractor Shall Provide A Significant Number Of Services At Multiple Sites Within The Continental United States (conus) And Outside Of The Continental United States (oconus) Throughout The To’s Period Of Performance At The Locations Identified Below And Other Locations Directed By The Government. conus Locations Include: National Training Center, Ca, White Sands Missile Range, Nm, Ft. Huachuca, Az, Ft. Leonard Wood, Mo, Ft. Sill, Ok, Ft. Hood, Tx, San Antonio, Tx, Ft. Bragg, Nc, Ft. Belvoir, Va, Ft. Campbell, Ky, Ft. Knox, Ky, San Diego, Ca, Ft. Stewart, Ga, Ft. Gordon, Ga, Ft. Carson, Co, Ft. Bragg, Nc, Joint Base Lewis-mcchord, Wa, Ft. Riley, Ks, Ft. Drum, Ny, Ft. Polk, La, Ft. Bliss, Tx, Redstone Arsenal, Al, Ft. Meade, Md, Ft. Benning, Ga, Joint Base Mcguire-dix-lakehurst, Nj And The Pentagon, Washington D.c.. oconus Locations Include: Schofield Barracks, Hi, Ft. Shafter, Hi, Joint Base Elmendorf- Richardson, Ak, Ft. Wainwright, Ak, Ft. Buchanan, Puerto Rico, Germany, Republic Of South Korea (rok), Italy, Taiwan, Kuwait, Australia, New Zealand, Japan, Belgium, Canada, Poland, Turkey, American Samoa, Guam, U.s. Virgin Islands, United Kingdom And Any Contingency Operations. disclaimer this Rfi Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp)” To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq) Or Invitation For Bid (ifb) Or Rfp, If Any Are Issued. program Background pm I2s Has The Mission To Provide The Products And Services That Serve As Critical Enablers For The Army’s Tactical Communications And Data Network. Presently Pm I2s Consists Of Four (4) Functional Divisions And Six (6) Product Offices. Pm I2s Supports Military Commanders And Forces For An Array Of Command, Control, Communications, Computers, Intelligence, Surveillance, And Reconnaissance (c4isr) Tactical Network Infrastructure Capabilities Including Network Encryption, Network Management, Security Management, And Component Upgrades Of Hardware And Software. This Effort Incorporates Systems Engineering And Technical Assistance (seta) Support For All Pm I2s Projects And Programs. required Capabilities the Contractor Shall Provide Program Management, Asset Management And Logistics, Information Security, Systems Engineering, And Network Support To Include Analysis, Operations, Software Engineering From Concept To Delivery To Customers In A Total System Environment. The Scope Includes Network Management, Training And Technical Services In Support Of Pm I2s Products And Programs, For Current And Future C4isr Tactical Network Infrastructures. the Contractor Shall Plan, Test, Configure, Produce, Field, Integrate, Install, Secure, Manage, Upgrade, And Support Multiple Products And Components. This Effort Provides Hardware, Software, Network Engineering Support For The Planning Of Research, Design, Execution, And Coordination For Efforts Including C4isr Missions And Equipment, System Of Systems Network Interoperability, System Architectures, Platform System Integration And System Security. The Contractor Shall Provide These Services For The Department Of Defense (dod), Federal Agencies, Countries Under The Five Eyes (fvey) Alliance And Coalition Partners’ Tactical Communications And Data Network Capabilities That Are Supported By Peo C3t And Pm I2s Current And Future Organizations. the Contractor Shall Provide Business Management Services By Providing Specialized Expertise That Includes Program, Budget And Cost Analysis, Acquisition, Finance, And Accounting Services. Operations Support Which Includes Information Technology (it), Knowledge Management, Sharepoint, Property, Facilities, Security, Operations, And Executive Administration (ea) Support. Readiness Management Support Which Includes The Development Of Products Support Strategies, Sustainment, Coordinates And Prioritizes The Planning, Training And Fielding For Pm I2s Products. special Requirements a Dd Form 254 Contract Security Classification Specification Shall Apply To This Requirement And The Prime Contractor Shall Have Or Demonstrate Ability To Obtain The Required Facility Clearance: Secret safeguarding Required: Secret sensitive Compartmented Information (sci): Not Applicable government Furnished Property Management Plan ** The Estimated Period Of Performance Consists Of A Twelve (12) Month Base Period And Four (4) 12-month Option Periods, With Performance Commencing In Approximately Fiscal Year 2026. seta Request For Information Questionnaire: the Documentation Submitted In Response To This Rfi Announcement Must Address At A Minimum The Following Items: what Type Of Work Has Your Company Performed In The Past In Support Of The Same Or Similar Requirement? Including Contract Number(s), Organization(s) Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Value, Government Point Of Contact, And A Brief Description Of The Specific Task Areas In The Referenced Contract As It Relates To The Services Described Herein. Please Indicate Whether You Have Dod, C5isr, And Peo C3t Specific Experience. 2. Describe Your Company’s Understanding Of Pm I2s’ Product Portfolio And How Your Company’s Core Business Relates To The Product Portfolio. 3.describe Your Company’s Experience Providing Support Like That Of Pm I2s. 4. Describe Your Company’s Approach To On Ramp And Off Ramp Pm I2s’ Requirement, Provide A Smooth Transition Of Work, Approach To Recruit And Hire The Required Professionals To Include Screening, Examining, Selection, Hiring, Orientation, Training, Assigning, Supervising, Evaluating, And Processing Of Professionals To Accomplish Contract Requirements To Ensure Top-quality Personnel Are Ready To Support On First Day Of Period Of Performance. 5. What Specific Technical Skills Does Your Company Possess Which Ensure Its Capability To Perform The Tasks? 6. Has Your Company Managed A Team Of Subcontractors Before? If So, Describe Your Company’s Subcontracting Management Plan. 7. Include In Your Response Your Ability To Meet The Required Facility And Safeguarding Requirements. 8. Responses Should Also Include A Cover Letter (not Included In The Page Count) Providing: a. Point Of Contact Information To Include: Company Name, Contact Name, Company Address, Website (if Available), Contact Phone Number, And Contact Email Address. b. Your Intention Of Being A Prime Or A Subcontractor c. Your Company’s Experience In Performing This Type Of Effort Or Similar Type Of Effort (to Include Size And Complexity) And A Brief Description Of Your Direct Support Of The Effort. d. Cage Code respondents To This Notice Also Must Indicate Whether They Qualify As A Small, Small Disadvantaged, Women-owned, Hubzone, Or Service Disabled Veteran-owned Small Business Concern. If So, Will You Bid As A Prime Or Subcontractor Or In A Teaming Arrangement? a. If More Than 50 Percent Of Subcontracting Or Teaming Is Anticipated, Please Address The Administrative And Management Structure Of Such Arrangements. b. Please Provide The Estimated Percentage Of The Work To Be Performed By The Offeror And By Your Proposed Subcontractor. submission Details all Questions And/or Capability Statements Shall Be Submitted In Either Ms Word Or Pdf Format, Via Email To Contract Specialist, Sophie Rapo At Sophie.d.rapo.civ@army.mil And Contracting Officer Ronald Hughes At Ronald.e.hughes28.civ@army,mil, Nlt 21 January 2025 @ 1700, Eastern Standard Time (est). do Not Include And Company Identifying Marks In Your Questions, As The Questions And Answers May Be Released To All Interested Vendors. Only Electronic Submissions Are Being Accepted Currently. Responses To This Rfi Shall Be Limited To 10 Pages Maximum.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought sources Sought Notice this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is A Sources Sought Request Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Department Of Veterans Affairs Visn 10 Network Contracting Office 10, Serving Indiana, Michigan, And Ohio Va Medical Centers, Is Conducting A Market Survey To Help Determine The Availability And Technical Capability Of Qualified Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, Small Businesses, And/or Hubzone Small Businesses Capable Of Serving The Needs Identified Below. This Sources Sought Notice Is For Open Market As Well As Federal Supply Schedule Services. the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Women Owned Small Business, Hub Zone, 8(a), Small Business, Or Large Business), Relative To Naics 621320. Responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On The System For Award Management (sam) Federal Business Opportunities Website Https://sam.gov/content/home At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. please Note That This Is Not A Request For Proposal; No Solicitation Exists At This Time. project Requirments: background the Visn 10 Va Medical Facilities Have A Need To Purchase Nonpersonal Services To Provide Optical Dispensing For The Va Medical Centers (vamc), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. the Visn 10 Va Medical Facilities Are Seeking To Procure Optical Dispensing Services That Can Meet Or Exceed Our Required Specifications. As A Result Of This Sources Sought And Market Research, A Solicitation Will Be Publicly Posted To Sam.gov As Well As Sent To Interested Vendors Regarding This Requirement. The Goal Of This Sources Sought Is To Establish If There May Be Any Small Business Vendors That Can Satisfy This Requirement. Please Advise If You Can Provide The Service. Please Submit All Information To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025. anticipated Period Of Performance: March 26, 2025, Through March 25, 2026, With One (1) Option Year. the Intended Delivery Period Is To Be Determined. confidentiality Of Information in Accordance With Far 52.227-14(b), The Contractor Shall Guarantee Strict Confidentiality Of The Information/data That It Is Provided By The Government During The Performance Of The Contract. The Government Has Determined That The Information/data That The Contractor Will Be Provided During The Performance Of The Contract Is Of A Sensitive Nature And Cannot Be Disclosed In Any Manner. the Contractor, In Whole Or In Part, Can Only Make Disclosure Of The Information/data, After The Contractor Receives Prior Written Approval From The Contracting Officer. Whenever The Contractor Is Uncertain With Regard To The Proper Handling Of Information/data Under The Contract, The Contractor Shall Obtain A Written Determination From The Contracting Officer. interested Firms Responding To This Sources Sought Notice Must Adhere To The Following: (a) Provide A Capability Statement Demonstrating Relevant Experience, Skills, And Ability To Fulfill The Government's Requirements For The Above. The Capability Statement Should Contain Sufficient Detail For The Government To Make An Informed Decision Regarding Your Capabilities; However, The Statement Should Not Exceed 10 Pages. (b) The Capability Statement Must Identify The Responder's Business Type And Size. (c) The Capability Statement Must Provide Company Name And Address, Point Of Contact, Phone/fax/email And Naics Code(s). (d) All Capability Statements Must Be Submitted To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025. this Notice Is Not A Request For Proposals. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization S Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s). a Determination By The Government To Proceed With The Acquisition As A Set-aside Is Within The Discretion Of The Government. If Capability Statements Are Not Received From At Least Two Responsible Businesses By The Response Date Or If The Government Determines That No Small Business Concerns Are Capable Of Performing This Requirement Based Upon An Evaluation Of The Capability Statements Submitted, The Government May Proceed With A Full And Open Competition. ohio Optical Dispensing Services part 1 general Information general: this Is A Nonpersonal Services Contract To Provide Optical Dispensing Services For The Va Medical Centers (vamcs), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. The Government Shall Not Exercise Any Supervision Or Control Over The Personnel Performing The Services Described Herein. Such Personnel Shall Be Accountable Solely To The Contractor Who, In Turn, Is Responsible To The Government.
description Of Services/introduction: the Contractor Shall Provide All Personnel, Equipment, Supplies, Off-site Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Nonpersonal Services Necessary To Fitting, Ordering, Adjusting, Conducting Minor Repairs, And Education For Dispensing Eyeglasses To Veterans In The Ohio Va Service Area, As Defined In This Performance Work Statement (pws), Except For Those Items Specified As Government-furnished Property And Services. The Government Will Provide Spaces For Performance, And Others Will Be Furnished By The Contractor (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address).
background: the Veterans Integrated Service Network (visn) 10 Prosthetics Program Fabricates Eyeglasses For The Visn 10 Vamcs And Their Supporting Cbocs And Clinics. While The Eyeglasses Are Manufactured At The Visn 10/12 Optical Lab, Visn 10 Requires On-site Dispensing Services Or, Where There Is A Lack Of Clinic Space, Requires Off-site Dispensing Services. These Dispensaries Will Serve Various Functions. The Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision Necessary For Eyeglass Dispensary Services, To Include Functions Such As Fitting, Ordering, Adjusting, Dispensing, Repairing (minor), And Education Of Veterans.
1.3 Scope Summary:
the Government Intends To Enter Into One (or More) Indefinite Delivery Indefinite Quantity Contract(s) That Clearly Outline The Contractor S Obligations Regarding Ordering And Dispensing Eyewear To Veterans Within The Framework Of Established Va Guidelines And Practices. visn 10 Anticipates Awarding One (1) (or More) Firm-fixed Price Contract(s). The Awarded Contract(s) Will Contain One (1) Base Period And Two (2) Option Periods (see Price Schedule For Performance Periods).
the Sites Covered By This Requirement Shall Include Vamcs, Cbocs, And Clinics, As Detailed In Section 1.5.5 Below.
1.4 Period Of Performance:
to Be Determined.
1.5 General Information:
1.5.1 Quality Control: the Contractor Shall Develop And Maintain An Effective Performance Monitoring Plan To Ensure Services Are Performed In Accordance With This Pws. The Contractor Shall Develop And Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. 1.5.2 Quality Assurance:
the Government Shall Evaluate The Contractor S Performance Under This Contract In Accordance With The Quality Assurance Surveillance Plan (qasp). This Plan Is Primarily Focused On What The Government Must Do To Ensure That The Contractor Has Performed In Accordance With The Performance Standards. It Defines How The Performance Standards Will Be Applied, The Frequency Of Surveillance, And The Minimum Acceptable Defect Rates. 1.5.3 Recognized Holidays: new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Independence Day Christmas Day
independence Day **and Any Other Day Declared By The President Of The United States As A Federal Holiday** 1.5.4 Hours Of Operation:
the Schedule Of Days And Hours Of Operation Shall Be Mutually Agreed Upon Between Contractor And Government. Section 4.0.3 Of This Pws Establishes The Minimum Number Of Days Of Operation Per Week At Each Location; The Contractor Shall Provide These Services On Weekdays. On The Days The Contractor Provides Optician Services, Said Services Shall Be Available During The Same Hours The Site (i.e., Vamc, Cboc, Or Clinic) Is In Operation Or Open For Appointments. For Those Sites Where Optician Services Are Provided Five Days Per Week, Monday Through Friday, If The Contracting Officer S Representative (cor) Determines The Volume Of Optical Orders Warrants Additional Coverage, The Contractor Shall Be Responsible For Providing Optician Services On Saturdays As Well. For Locations That Are Open Fewer Than Five Days Per Week, The Contractor Shall Establish Consistent Days And Hours Of Operation. Additionally, During The Weekdays In Which An Optician Is Not On-site, The Contractor Shall Make An Alternative Ordering Location Available To Veterans. The Contractor Is Not Responsible For Conducting Business On The Recognized Holidays Listed In Section 1.5.3, Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves. The Contractor Must At All Times Maintain An Adequate Workforce For The Uninterrupted Performance Of All Tasks Defined Within This Pws When The Government Facility Is Not Closed For The Reasons Discussed In This Section. An Adequate Workforce Includes Operating Hours As Well As Staffing Levels To Support Workload Demand. When Hiring Personnel, The Contractor Shall Keep In Mind That The Stability And Continuity Of The Workforce Are Essential To Successful Performance.
1.5.5 Place Of Performance:
the Work To Be Performed Under This Contract Will Be Performed At/nearby*:
chillicothe Vamc
17273 State Route 104, Chillicothe, Oh 45601
athens Cboc
510 West Union Street, Athens, Oh 45701
cambridge Cboc
2146 Southgate Pkwy., Cambridge, Oh 43725
lancaster Cboc
1550 Sheridan Drive, Suite 100, Lancaster, Oh 43130
portsmouth Cboc
840 Gallia Street, Portsmouth, Oh 45662
marietta Cboc
418 Colgate Drive, Marietta, Oh 45750
wilmington Outreach Clinic
448 West Main Street, Wilmington, Oh 45177
â
â
cincinnati Vamc
2929 Highland Avenue, Cincinnati, Oh 45220
bellevue Cboc
103 Landmark Drive, Suite 300, Bellevue, Ky 41073
florence Cboc
7310 Turfway Road, Suite 540, Florence, Ky 41042
hamilton Cboc
1755-c South Eire Highway, Hamilton, Oh 45011
lawrenceburg Cboc
1600 Flossie Drive, Greendale, In 47025
clermont County Cboc
4600 Beechwood Road, Cincinnati, Oh 45244
georgetown Cboc
474 Home Street, Georgetown, Oh 45121
â
â
louis Stokes Cleveland Vamc
10701 E. Boulevard, Cleveland, Oh 44106
akron Cboc
55 W. Waterloo, Akron, Oh 44319
canton Cboc
733 Market Avenue South, Canton, Oh 44702
new Philadelphia Cboc
1260 Monroe Avenue - Suite 1a, New Philadelphia, Oh 44663
lake County Va Cboc
35000 Kaiser Court, Willoughby, Oh 44094
east Liverpool/calcutta Cboc
15655 State Route 170 - Suite A, Calcutta, Oh 43920
lorain Cboc
5275 North Abbe Road, Elyria, Oh 44035
sandusky Cboc
1912 Hayes Avenue, Sandusky, Oh 44870
mansfield Cboc
1025 South Trimble Road, Mansfield, Oh 44906
youngstown Cboc
1815 Belmont Avenue, Youngstown, Oh 44505
parma Cboc
8787 Brookpark Road, Parma, Oh 44141
ravenna Cboc
6751 N. Chestnut St, Ravenna, Oh 44266
warren Cboc
1460 Tod Ave Nw, Warren, Oh 44485 chalmers P. Wylie Ambulatory Care Center (acc)
420 N. James Road, Columbus, Oh 43219
newark Cboc
1855 W. Main Street, Newark, Oh 43055 grove City Cboc
5775 N. Meadows Drive, Grove City, Oh 43123 zanesville Cboc
2800 Maple Avenue, Zanesville, Oh 43701 marion Cboc
1203 Delaware Avenue, Marion, Oh 43224
â dayton Vamc
4100 W. Third Street, Dayton, Oh 45428
lima Cboc
1303 Bellefontaine Avenue, Lima, Oh 45804
richmond Cboc
1010 N. J Street, Richmond, In 47374
springfield Cboc
512 South Burnett Road, Springfield, Oh 45505
middletown Cboc
4337 North Union Road, Middletown, Oh 45005 *these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer (co).
1.5.6 Type Of Contract:
the Government Intends To Award One (or More) Indefinite Delivery Indefinite Quantity Contract(s).
1.5.7 Security Requirement And Background Checks:
the Contractor Shall Be Given Beneficiary Information That May Include The Veteran S Name, Residential Address, Telephone Number, And Social Security Number. Beneficiary Information Is Confidential And Is Protected Under The Privacy Act Of 1974 And The Healthcare Insurance Portability And Accountability Act Of 1996 (hipaa). Any Individual Making Unauthorized Disclosures May Be Criminally Liable For Violations Under The Acts. The Contractor Shall Not Use Or Further Disclose Beneficiary Information In A Manner That Would Violate The Federal Privacy And Confidentiality Statutes. The Contractor Shall Receive Privacy Training Before Performance Begins On This Contract And Annually Thereafter Through The Va S Training Management System (tms). Completion Certificates Shall Be Faxed To The Cor. Any Electronic Communication That Includes Hipaa Information Shall Be Done Through Pki Encrypted E-mail.
once Tms Training Is Completed And Training Certificates For The Required Information Security And Privacy Training Courses Are Provided To The Cor, And The Visn 10 Unified Access Request Form Has Been Submitted By The Cor, The Contractor May Be Granted Access To The Veterans Health Information System Technology Architecture (vista) And/or Previous Prescription Data Needed For Prescriptions, Troubleshooting Fitting, Etc. The Appropriate Access Is Determined By The Cor.
the Contractor Shall Maintain Positive Control Over Any Government-issued Items, Including But Not Limited To The Following:
keys
government Computers
sample Eyeglass Frames
fax Machines (where Applicable) all Items And Government Areas Shall Be Secured When Not In Use. 1.5.8 Special Qualifications:
vendor Will Be Qualified To Educate And Assist The Veterans In The Proper Choice, Use, And Care Of Their Eyewear. In Addition To Frame Selection, The Vendor Will Be Responsible For All Measurements And Fitting Of Eyewear. Appropriate State Licensure/certifications Will Be Required If Deemed Necessary By The State Where The Vamc, Cboc, Or Clinic Is Located. Vendor Shall Provide Appropriate Professional Business License(s) Within The State Or States Required Per Each Facility Serviced. Vendor Shall Also Comply With Any Other Federal, State, And Local Law Applicable To The Industry. 1.5.9 Post Award Conference/periodic Progress Meetings:
the Contractor Agrees To Attend Any Post Award Conference Convened By The Contracting Activity, In Accordance With Federal Acquisition Regulation Subpart 42.5. The Co, Cor, And Other Government Personnel, As Appropriate, May Meet Periodically With The Contractor To Review The Contractor's Performance. At These Meetings, The Co Will Apprise The Contractor Of How The Government Views The Contractor's Performance And The Contractor Will Apprise The Government Of Problems, If Any, Being Experienced. Appropriate Action Shall Be Taken To Resolve Outstanding Issues. These Meetings Shall Be Attended At No Additional Cost To The Government. 1.5.10 Contracting Officer S Representative (cor):
the Cor Will Be Identified By Separate Letter. The Cor Monitors All Technical Aspects Of The Contract And Assists In Contract Administration. The Co Will Issue A Letter Of Delegation To The Cor And A Copy Will Be Provided To The Contractor. This Delegation Will State The Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract.
1.5.11 Key Personnel: the Follow Personnel Are Considered Key Personnel By The Government:
contracting Officer
contracting Officer S Representative a Prosthetics And Sensory Aids Service (psas) Representative Will Be Located At Each Of The Vamc Facilities. The Contact Information For The Psas Representative Will Be Provided To The Contractor Upon Contract Award. A Psas Representative Has The Exclusive Responsibility For Determining Eligibility And Necessity For Va Prosthetic Goods And Services (e.g., Eyeglasses). The Psas Representative Also Coordinates And Resolves Problems Related To Such Goods And Services. Any Matter That Cannot Be Resolved By A Psas Representative Will Be Referred To The Cor. Any Matter Than Cannot Be Resolved By A Cor Will Be Referred To The Co. the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person And An Alternate Who Shall Act For The Contractor When The Manager Is Absent Shall Be Designated In Writing To The Co. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager Or Alternate Shall Be Available During Regular Working Hours, Monday Through Friday (and Saturday, If Applicable At The Location) Except On The Recognized Holidays Listed In Section 1.5.3 Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves.
1.5.12 Identification Of Contractor Employees:
all Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. They Must Also Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. All Contract Personnel Shall Wear Identification On The Outside Of Their Attire While Under Performance Under This Contract. The Identification Tag Shall Indicate That He Or She Is A Contractor And Include His Or Her First And Last Name. These May Be Either Government (contractor Personal Identity Verification) Or Contractor-issued Identification Tags. 1.5.13 Contractor Required Dress Code:
all Employees Involved In The Performance Under This Contract Shall Dress In Accordance With The Policies Of The Vamc, Cboc, And/or Clinics At Which They Perform Under The Contract. part 2
definitions & Acronyms
2.0 Definitions And Acronyms
2.0.1 Definitions: acceptable Quality Level (aql). The Aql Expresses The Allowable Variation From The Standard That Will Result In An Acceptable Level Of Quality (100% Unless Otherwise Stated) That Is The Maximum Allowable Error Rate Or Variation From The Standard. contractor. A Supplier Or Vendor Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime.
contracting Officer. A Person With Authority To Enter Into, Administer, And/or Terminate Contracts, And Make Related Determinations And Findings On Behalf Of The Government. The Co Is The Only Individual Who Can Legally Bind The Government.
contracting Officer S Representative (cor). An Employee Of The U.s. Government Appointed By The Co To Administer The Contract. Such Appointment Shall Be In Writing And Shall State The Scope Of Authority And Limitations. This Individual Has Authority To Provide Technical Direction To The Contractor As Long As That Direction Is Within The Scope Of The Contract, Does Not Constitute A Change, And Has No Funding Implications. This Individual Does Not Have Authority To Change The Terms And Conditions Of The Contract. dispensed: Prosthetic Devices Will Be Considered Dispensed When The Veteran Has Been Contacted For Pick-up Or The Device Has Been Mailed. If The Contractor Is Unable To Make Contact With The Veteran On The First Attempt, The Contractor Shall Make A Documented Second Attempt Within Five (5) Business Days. After Two Failed Attempts To Reach The Veteran Via Telephone, The Contractor Shall Send A Letter To The Veteran Informing Him Or Her The Eyeglasses Are Ready For Pickup.
defective Service. A Service Output That Does Not Meet The Standard Of Performance Associated With The Performance Work Statement.
key Personnel. Contractor Personnel That Are Evaluated In A Source Selection Process And That May Be Required To Be Used In The Performance Of A Contract By The Key Personnel Listed In The Pws. When Key Personnel Are Used As An Evaluation Factor In Best Value Procurement, An Offer Can Be Rejected If It Does Not Have A Firm Commitment From The Persons That Are Listed In The Proposal.
quality Assurance. The Government Procedures To Verify That Services Being Performed By The Contractor Are Performed According To Acceptable Standards.
quality Assurance Surveillance Plan (qasp). An Organized Written Document Specifying The Surveillance Methodology To Be Utilized By The Government For Surveillance Of Contractor Performance. quality Control. All Necessary Measures Taken By The Contractor To Assure That The Quality Of An End Product Or Service Shall Meet Contract Requirements.
shipped. For Items Shipped Directly To Veterans By The Va, Items Will Be Considered Shipped When The Contractor Receives The Shipping Manifest From The Va. For Items Shipped Directly To Veterans By The Contractor (i.e., Upgraded Eyeglasses), Items Will Be Considered Shipped When The Items Are Mailed Via The Postal/package Carrier (e.g., United Parcel Service (ups), Fedex, Or United States Postal Service (usps)).
subcontractor. One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor.
workday. The Number Of Hours Per Day The Contractor Provides Services In Accordance With The Contract.
work Week. Monday Through Friday, Unless Otherwise Specified. 2.0.2 Acronyms/abbreviations: acc Ambulatory Care Center
aql Acceptable Quality Level
aus Acquisition And Utilization Specialist cboc Community Based Outpatient Clinic
co Contracting Officer cor Contracting Officer S Representative
hipaa Health Insurance Portability And Accountability Act Of 1996
psas Prosthetics And Sensory Aids Service
pws Performance Work Statement
qa Quality Assurance
qasp Quality Assurance Surveillance Plan
qc Quality Control
roe Remote Order Entry
tms Training Management System
vamc Veterans Affairs Medical Center
visn Veterans Integrated Service Network
vista Veterans Health Information System Technology Architecture
part 3
contractor-furnished Items And Services
3.0 Contractor-furnished Items And Responsibilities: 3.0.1 Services:
the Contractor Shall:
provide All Labor (complying With Service Contract Act Wage Determinations), Equipment, Materials, Supplies, And Supervision.
ensure All Of The Vendor S Employees Possess The Appropriate State Licensure/certifications Deemed Necessary By The Applicable State Law. provide Documentation Showing Initial Employee Orientation And On-going Training, Which Demonstrates The Employee S Knowledge, Experience, And Competence Are Appropriate For His/her Assigned Responsibilities. The Vendor Shall Document Assessment Of Employee Competency. As A Part Of The Employee S Initial Orientation, The Vendor Shall Provide An Orientation On The Va And On The Requirements Of This Contract. Training Topics Shall Cover All Aspects Of The Services Provided Under This Contract, Including Patient Confidentiality, Patient Safety And Risk Assessment, Hipaa, Remote Order Entry (roe), Vista, Communicating Safe Use And Care Of Equipment To Patients And Caregivers, And Infection Control Procedures. The Vendor Assures All Personnel Comply With All Current And Future Va Requirements Such As Safety, Ethics, And Hipaa, Required Of Business Associates, Which May Also Include Tms Training Assignments. ensure A High Degree Of Professionalism And Understanding Are Demonstrated When The Vendor S Employees Interact With Patients. The Vendor S Employees Are Expected To Be Discreet And Tactful And Demonstrate Concern, Compassion, And Patience. Some Patients Have Physical Disabilities Or Chronic Illnesses That Influence Their Behavior And Lifestyle. Verbal Or Physical Abuse, Or Unprofessional Behavior Or Conduct Toward A Patient And/or Caregiver, Will Not Be Tolerated. The Va Reserves The Right To Request The Removal Of Any Employee From Performance Of Services Under This Contract If His/her Behavior And/or Level Of Services Provided Are Not In Strict Accordance With The Requirements Of This Contract.
ensure Vendor S Employees Provide Superior Customer Service And Answer All Patient Or Va Staff Inquiries No Later Than 5:00 P.m. The Following Business Day.
make Employee Records, Including But Not Limited To Training Documentation, Available For Review By The Cor. This Request May Be Made During Visits To The Vendor S Facility, Or The Vendor May Be Requested To Submit The Documentation To The Cor S Location. The Vendor Shall Provide A List To The Cor That Identifies Employee S Location And The Type Of Services He/she Provides. The Initial List Shall Be Submitted 10 Days Prior To Performance Beginning Under The Contract. allow The Government To Perform Unannounced Site Visits To Any Vendor Facilities Or Off-site Locations At The Government S Discretion.
ensure Professional Business Certifications/licensure Within The State(s) Required Per Each Facility Serviced. All Applicable Documentation Shall Be Provided To The Cor Prior To Each Employee Initiating Work In Accordance With The Contract And Annually Thereafter. 3.0.2 Materials: unless Provided By The Government At A Government Facility, The Contractor Shall Provide The Following: Furniture; A Lensometer; And Basic Tools And Materials For Adjusting And Completing Simple Repairs (e.g., To Nose Pads Or Screws, And Adjustments) To Eyeglasses At All Dispensing Locations Appropriate To The Size Of The Location And Estimated Quantity Of Customers. The Contractor Is Responsible For Display Boards, Equipment, And Tools Required For The Display Of Frames. The Government Will Provide Fax Machine And/or Printers At All Government Facilities Where Required (including To Any Location Without Roe Capabilities). The Contractor Is Responsible For Providing Fax Machines And/or Printers At All Off-site Locations.
3.0.3 Facilities:
the Contractor Will Be Responsible For Providing Spaces/facilities To Perform Under The Contract For The Following Locations (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address):
main Vamc
location
chillicothe
athens Oh
chillicothe
cambridge Oh
chillicothe
lancaster Oh
chillicothe
marietta Oh
chillicothe
portsmouth Oh
cincinnati
greendale In
cincinnati
florence Ky
cincinnati bellevue Ky
cincinnati
clermont Oh
cincinnati
hamilton Oh
cincinnati
georgetown Oh
cleveland
new Philadelphia Oh
cleveland
sandusky Oh
cleveland
east Liverpool Oh
cleveland
warren Oh
cleveland
ravenna Oh
cleveland
lorain Oh
cleveland
mansfield Oh
columbus
newark Oh
columbus
grove City Oh
columbus
marion Oh
columbus
zanesville Oh
dayton
lima Oh
dayton
richmond In
dayton
springfield Oh
dayton
middletown Oh *these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer.
**if Adequate Off-site Location Coverage Is Not Available, Vendor Is Responsible For Working With Cor To Determine Space And Needs Required To Perform Services On-site At Va Location. part 4
government-furnished Items And Services
4.0 Government-furnished Items And Responsibilities: 4.0.1 Equipment:
the Government Will Supply The Following Equipment For Use Under The Contract:
government Computer For Each Location
sample Eyeglass Frames For Each Location
fax Machines (as Needed) 4.0.2 Materials: the Government Shall Supply The Following Materials For Use Under The Contract:
frame Selection Kit For Each Location 4.0.3 Facilities: the Va Will Provide Space At The Following Locations. Each Government-provided Space Listed Below Will Include Lights, Telephone, Climate Control, Desk, Office Chair, Patient Chair, Adequate Storage, Computer, And Secured Area. location
estimate Of Total Number Of Eyeglasses For Ordering Period # 1 (base Year)
minimum Required Days Of Operation Per Week
akron Cboc
2,587
5 Daysâ
canton Cboc
2,587
5 Daysâ
lorain Cboc
1,360
2 Daysâ
mansfield Cboc
1,587
2 Daysâ
parma Cboc
2,668
5 Daysâ
youngstown Cboc
2,342
5 Daysâ
vamc Chillicothe
7,901*
5 Daysâ
vamc Cincinnati
9,730*
5 Daysâ
vamc Cleveland
9,168*
5 Daysâ
vamc Columbus
13,188*
5 Daysâ
vamc Dayton
10,390*
5 Daysâ
lake County Cboc
1,639
5 Daysâ
grove City Cboc
907
2 Daysâ
total Estimate For Ordering Period # 1 (base Year)
66,054 *denotes Locations Where Off-site Volume Was Included In Estimates
**these Locations And Days Of Operation Requirements May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer.
part 5
specific Tasks
5.0 Specific Tasks: 5.0.1 Specific Task # 1:
the Contractor Shall Provide The Following Services When Fitting For Or Dispensing Eyeglasses:
vendor Shall Fit The Veteran With The Proper Frame Style For The Veteran And His/her Prescription.
vendor Shall Determine The Pupillary Distance, Segment Height, And/or Optical Center Height.
vendor Shall Troubleshoot Any Optical Issues Before Sending The Veteran Back To The Eye Clinic.
vendor Shall Fit And Adjust Glasses For The Veteran.
vendor Shall Perform Minor Repairs On Glasses (i.e., Adjust Nose Pads And Screws And Make Other Minor Adjustments).
vendor Shall Educate Veterans On The Advantages And Disadvantages Of Different Segment Styles.
vendor Shall Only Use Va Sample Frames As Sample/trial Frames. Sample Frames Shall Not To Be Sold Or Issued To Veterans Or Used For Repairs.
vendor Shall Wash/sanitize Hands And All Sample Frames And Surfaces Used Between Each Patient With Va-approved Sanitizer As Part Of Infection Control Requirements.
vendor Shall Be Required To Obtain Access To The Va S Roe And Enter Prescription And Patient Measurements Into The System. Vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included In The Roe.
vendor Shall Be Required To Maintain A High Level Of Accuracy When Entering Orders Into Roe. Frequent Optician Errors Shall Be Addressed By The Vendor And Additional Training Shall Be Documented.
vendor Shall Use The Va S Roe Unless It Is Not Available. For Off-site Vendors, The Off-site Vendor Shall Fax Orders To An On-site Vendor Location For Order Entry. Every Faxed Order Shall Include A Cover Sheet, Location, And Account Number If Not Using The Roe System. in The Event Roe Is Not Operational, The Vendor Shall Fax Orders To The Visnâ 10/12 Optical Lab Only On A Contingency Basis And Only With The Approval Of The Visn 10 Acquisition And Utilization Specialist (aus) Program Manager And/or Cor.
vendor Shall Be Required To Obtain Access To Vista And Add A Comment To Veteran S Electronic Consult Indicating When The Veteran Ordered Glasses.
as The Va S Electronic Health Record Program, Cerner, Is Implemented At Care Sites, Vendor Shall Be Required To Undergo Required Training To Gain Appropriate Access And Knowledge Of The System. During Training, The Optical Shop Hours May Be Reduced In Order To Fulfill Requirements For Go-live. once The Cerner System Is Implemented, The Vendor Shall Be Required To Maintain Appropriate Access And Follow Outlined Procedures To Ensure Accurate Eyeglass Processing. vendor May Not Batch Orders For More Than One Day. vendor Shall Respond To All Voicemail, My Healthevet Messages From Veterans, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day.
vendor Shall Offer A Retail Selection Of Frames, Lenses, And Add-on Options For Veteran To Choose From At Their Own Expense. if A Veteran Is Eligible For Eyewear, He/she Should Choose From The Collection Provided From The Visn 10/12 Optical Lab. Vendor Shall Not Attempt To Upgrade Eyewear By Soliciting Add-ons; The Add-ons Must Solely Be At The Request Of The Veteran And May Be Provided By The Vendor. Any Add-on Orders And Agreements Are Between The Veteran And The Vendor, And The Vendor Will Manufacture/supply The Upgraded Eyewear. vendor Awarded This Contract Must Enter Into An Agreement With The Veteran Canteen Service For Sale Of Goods On Government Property. This Agreement Will Include A Commission Payment On Retail Sales To The Veteran Canteen Service. This Refers To The Eyeglasses Sold To The Veteran That Are Not Part Of The Va Benefits. The Agreement With The Veteran Canteen Service Is A Requirement For Any Goods Sold At Va Facilities. vendor Shall Ensure That The Dispensary Is Open And Staffed During The Same Hours As The Servicing Eye Clinic, And For The Minimum Number Of Days Per Week Established In Section 4.0.3 Of This Pws. Vendor Shall Also Ensure Vendor Is Capable Of Providing Services To Patients Commensurate With The Government-provided Estimates. Each Site Should Be Staffed With The Appropriate Number Of Qualified Personnel To Provide Adequate Services To The Estimated Number Of Customers As Provided By The Government For Each Site. Dispensing Sites That Have Two Or More Personnel Shall Be Open During Lunch Period. Locations That Have One Personnel May Be Closed To Meet Legal Requirements For Lunch And Breaks. 5.0.2 Specific Task # 2:
the Contractor Shall Conduct The Ordering, Delivery, And Inspection Functions Of The Eyeglasses In Accordance With The Following:
the Visn 10/12 Optical Lab Will Ship All Completed Eyeglasses To The Appropriate Location And Include Packing Slips For Verification. If Discrepancies Are Found, The Vendor Must Notify The Visnâ 10/12 Optical Lab Within 24 Hours After Discovery Of The Discrepancy.
the Va Reserves The Right To Ship Completed Eyeglasses Directly To The Veteran. Contractor Will Be Paid The Lower Rate When Eyeglasses Are Shipped Directly To The Veteran. vendor Will Notify The Veteran When Glasses Are Ready For Pick Up, No Later Than The Next Business Day After Delivery To The Dispensary.
vendor Will Fit And Adjust On Site (preferred Method) Or Mail Glasses To The Veteran S Home If The Veteran Requests Them To Be Mailed. Vendor Will Be Responsible For All Shipping/mailing Costs Associated With Eyeglasses That Are Not Shipped Directly To The Veteran By The Va. The Vendor Shall Have A Confirmation Of Delivery (i.e., Ups, Fedex With Tracking Number, Or Usps-certified Mail (no Signature Required)). Regardless Of The Dispensing Method Chosen By The Veteran, The Vendor Will Document The Dispensing Date Or If Mailed, The Shipping Date In Vista Or Comparable Va Software Program. The Vendor Is Responsible For Tracking All Packages Until Delivery. any Packages Left In Status Other Than Delivered Are The Responsibility Of The Vendor To Resolve Within Seven (7) Business Days Of The Expected Delivery Date.
vendor Will Provide The Local Prosthetic Service With A Copy Of The Visn 10/12 Optical Lab Invoice And An Invoice For Dispensing Fees. The Dispensing Fee Invoice Shall Be In Excel Format. The Invoice Must Be Typed And At Minimum, List The Veteran S Last Name, First Name, The Last Four Of His/her Social Security Number, Consult Number And The Date The Eyeglasses Were Dispensed To The Veteran Or Shipped. This Will Be Done For Each Individual Pair Of Eyeglasses Dispensed To The Veteran Or Shipped.
vendor Is Responsible For Shipments Sent To The Visn 10/12 Optical Lab Including Patient Owned Frames. All Shipments Will Be Sent Via A Carrier That Can Be Tracked And Must Include A Packing Slip With Patient S Name, Last 4, Optical Shop Account Number, And A Detailed Description Of Items In The Shipment. vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included On The Order Form Sent To The Visn 10/12 Optical Lab No Later Than 5:00â p.m. The Following Workday. vendor Will Bring Any Quality Issues To The Attention Of The Visn 10 Aus Program Manager And/or Cor Within 24 Hours Of Receipt Of The Eyewear.
vendor Will Receive The Prescription Consult From The Optometrist And Enter The Prescription And Patient Measurements Into The Roe System (where Available). Vendor Shall Ensure That All Information Needed To Fabricate The Eyeglasses Is Included In The Roe System. The Visn 10/12 Optical Lab Has Access To The Roe System. vendor Shall Use The Va S Roe System Unless It Is Not Available. Vendor S Third Party, Off-site Locations May Not Have Access To The Roe System. In Those Cases, The Third Party/off-site Vendor Shall Send Orders To The On-site Vendor S Location Of Choice And The On-site Vendor Will Be Responsible For Entering Into The Roe System.
roe System Will Allow The Optician To View The Status Of The Eyeglasses, Including Whether They Have Been Dispensed Or Shipped. Vendor Can Enter Notes, Including But Not Limited To Special Instructions To The Lab Using The Roe System. 5.0.3 Specific Task # 3: the Contractor Shall Provide To The Cor Or Designee The Following Monthly Reports, Submitted Via Email, No Later Than Five (5) Business Days Following The End Of The Previous Month:
patient Satisfaction Survey: A Survey Which The Contractor Is Required To Develop And Update As Needed. The Survey Will Be Approved By The Government Prior To Use. Contractor Shall Ensure A Minimum Of 50 Patients Per Month Complete The Survey At Each Location (vamc, Cbocs, And Clinics). timeliness Report: Measure Turnaround Times From Point Of Initial Contact (fitting) To Eyeglasses Being Dispensed. The Report Will Include At A Minimum The Following:
the Location, Date Of Fitting, Optical Lab Order Date, Receipt Date From Optical Lab, And Date Dispensed/mailed To Patient. quality Report: Evaluate Any Issues With Eyeglass Frames, Lenses And Document The Findings, Recommendations And Actions Taken (this Report Addresses Common Problems With Eyeglasses Received From The Lab). part 6
attachment/technical Exhibit Listing
6.0 Attachment/technical Exhibit List
6.0.1 Attachment/technical Exhibit List Performance Requirements Summary: performance Requirements Summary
performance Objective
standard
required Adherence Level
the Contractor Shall Provide Services When Fitting For Or Dispensing Eyeglasses.
all Customers Serviced (see Section 5.0.1 Of Pws)
100%
the Contractor Shall Order, Accept Delivery, And Inspect All Eyeglasses Upon Receipt. all Orders (see Section 5.0.2 Of Pws)
98%
the Contractor Shall Provide All Reports To The Government As Required.
all Reports Received Within Five Business Days Of The End Of The Previous Month (see Section 5.0.3 Of Pws)
95% the Contractor Shall Provide All Completed Orders To The Optical Lab No Later Than 5:00 P.m. The Following Business Day. all Orders (see Section 5.0.2 Of Pws)
99% the Contractor Shall Respond To All Voicemails, My Healthevet Messages, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day.
all Customers Serviced (see Section 5.0.1 Of Pws) 100%
the Contractor Shall Monitor Staff Compliance To Ensure Limited Optician Errors. all Orders (see Section 5.0.1 Of Pws)
no More Than Two (2) Optician Errors Per Optician, Per Calendar Month disclaimer this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice.
Environmental Management Bureau Tender
Environmental Service
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 490 K (USD 8.3 K)
Details: Description Request For Expression Of Interest Consultancy Services For The Conduct Of Regulatory Impact Assessment (ria) In The Updating Of The Comprehensive Clean Air Action Plan And Framework Of The Philippine Clean Air Act (ra8749) Reoi No. 2024-12-013-aqms 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb), Through The General Appropriation Act Of 2021 Intends To Apply The Sum Of Ph490,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase Request No. 2024-1679 Dated November 28, 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposal. 2. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Now Calls For The Submission Of Expression Of Interest And Eligibility Document For The Consultancy Services For The Conduct Of Regulatory Impact Assessment (ria) In The Updating Of Comprehensive Clean Air Action Plan And Framework Of The Philippine Clean Air Act (ra 8749) 3. Interested Consultant/consulting Firm Must Submit Their Expression Of Interest And Eligibility Document On Or Before February 04, 2024, 2:00 P.m. At Emb-afmd Hrd Building, Denr Compound, Visayas Avenue, Diliman, Quezon City. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 4. The Bac Shall Draw Up The Short List Of Consultant/consulting Firms From Those Who Have Submitted Their Expression Of Interest And Eligibility Document And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Invite And Engage In Negotiation With A Sufficient Number Of Consultant/consulting Firm Who Will Be Entitled To Submit Bids Subject To The Condition Laid Down In The Rirr Of Ra9184 Relative To The Instances When The Required Number Of Shortlisting Is Not Met. 5. Scope Of Work 1. Analyze The Potential Impacts Of Proposed Regulatory Measures On Key Sectors Such As Health, Energy, Transportation, Industry, Agriculture, And Technology. 2. Assess The Feasibility And Cost-benefits Analysis Of Different Policy Options And Regulatory Interventions. 3. Prepare Unit Cost Of Activities In Implementing Each Provision Under The Proposed Revised Framework And Action Plan. 4. Assess The Potential Economic, Social, And Environmental Impacts Of Proposed Regulatory Measures To Improve Air Quality. 5. Inform Decision-makers And Other Regulatory Agencies About The Potential Consequences Of Different Policy Options And Regulatory Interventions. 6. Conduct Various Stakeholder Consultations With Government Agencies, Industry Representatives, Environmental Organizations, And Other Relevant Stakeholders. 7. Review And Identify Gaps And Opportunities For Improvement. I. Methodology: 1. Economic Modeling Techniques For Assessing The Costs And Benefits Of Regulatory Measures, Such As Cost-benefit Analysis Or Cost-effectiveness Analysis. 2. Social Impact Assessment Methods For Evaluating The Distributional Effects Of Regulatory Interventions On Different Population Groups. 3. Environmental Impact Assessment Tools For Quantifying The Potential Reductions In Air Pollution And Associated Health And Environmental Benefits. 4. Incorporation Of Uncertainty And Sensitivity Analysis To Account For Variability And Risk Factors In The Assessment. Ii. Data Collection And Analysis: 1. Outline The Data Collection And Analysis Plan, Including: A. Gathering Data On Air Quality, Emissions, Economic Indicators, Social Demographics, And Environmental Outcomes From Reliable Sources. B. Conducting Statistical Analysis, Modeling, And Scenario Planning To Forecast The Potential Impacts Of Regulatory Measures Under Different Scenarios. 2. Engaging With Subject Matter Experts And Stakeholders To Validate Assumptions, Refine Models, And Interpret Findings. Iii. Reporting And Deliverables : 1. Submit Inception Report On The Methodology To Be Conducted, Data Sources Needed, And Preliminary Findings. 2. Submit Interim Progress Report On The Analysis Of Potential Impacts Of Proposed Regulatory Measures On Key Sectors Such As Health, Energy, Transportation, Industry, Agriculture, And Technology. 3. Submit Interim Progress Report On The Feasibility And Cost-benefits Analysis Of Different Policy Options And Regulatory Interventions. 4. Submit Interim Progress Report On The Proposed Unit Cost Of Activities In Implementing Each Provision Under The Proposed Revised Framework And Action Plan. 5. Submit Interim Progress Report On The Potential Economic, Social, And Environmental Impacts Of Proposed Regulatory Measures To Improve Air Quality. 6. Submit Interim Progress Report To Inform Decision-makers And Other Regulatory Agencies About The Potential Consequences Of Different Policy Options And Regulatory Interventions. 7. Submit Proceedings On The Various Stakeholder Consultations Conducted With Government Agencies, Industry Representatives, Environmental Organizations, And Other Relevant Stakeholders Through Meetings, Workshops, Seminars, Or Webinars. 8. Submit Interim Progress Report On The Identified Gaps And Opportunities For Improvement. 9. Submit Documentation Of The Ria Process Including Data Sources, Assumptions, And Limitations, To Ensure Transparency And Accountability. 10. Submit Final Ria Report Summarizing Key Findings, Methodologies, Results, And Conclusions. Iv. Stakeholder Engagement: 1. Describe How Stakeholders Will Be Engaged Throughout The Ria Process, Including: A. Establishing A Stakeholder Advisory Group Or Working Committee To Provide Input And Feedback On The Ria Methodology And Findings. 2. Conducting Stakeholder Consultations, Focus Groups, And Public Hearings To Solicit Input On Regulatory Measures And Their Potential Impacts. 3. Providing Opportunities For Stakeholders To Review And Comment On Draft Reports And Recommendations Before Finalization. V. Budget: Total Contract Cost Four Hundred Ninety Thousand Pesos (php 490,000.00) Only Covering Personnel Costs, Including Salaries And Benefits For Project Staff. Equipment And Supplies For Air Sampling, Laboratory Analysis, And Data Processing. Travel And Fieldwork Expenses, Including Transportation. Vi. Schedule Of Activities Month Activities Deliverables 1st Month - Submission Of Inception Report - Mobilization, Consolidation And Review Of Initial Data - Preliminary Discussions -inception Report -assessment Of Initial Data -minutes Of Preliminary Discussions 2nd – 6th Month - Minimum 2 Consultation Meetings With Emb Co With Relevant Stakeholders - Data Gathering And Assessment To Economic Impacts -proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars 6th – 7th Month - Minimum 2 Consultation Meetings With Stationary And Mobile Sector With Relevant Stakeholders - Presentation And Submission Of First Draft Of The Report - Proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars - Interim Progress Report On Item Vi Deliverables 2 To 6 - First Draft Of The Ria Report 7th – 8th Month - Minimum 2 Consultation Meetings With Cross Cutting Source Sector With Relevant Stakeholders - Presentation And Submission Of Second Draft Of The Report - Proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars - Second Draft Of The Ria Report 8th – 10th Month - Minimum 2 Consultation Meetings With Ngas And Emb Regional Offices With Relevant Stakeholders - Presentation And Submission Of Third Draft Of The Report - Proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars - Third Draft Of The Ria Report 10th – 12th Month - Final Submission Draft Ria Report - Presentation And Submission Of The Final Draft Of The Report - Final Ria Report Vii. Responsibilities Of Emb The Emb Central Office Will Be Responsible For The Following: 1. Facilitate And Monitor Project Implementation. 2. Organize The Meetings And Consultations. 3. Reproduce The Materials For The Meetings And Consultations. 4. Provide The Venue And Meals Of The Participants During The Meetings And Consultations. 5. Review And Accept/approve The Output Of The Technical Consulting Firm; And 6. Pay The Necessary Fees For The Services Rendered By The Technical Consulting Firm. The Corresponding Remuneration Is Enumerated In Section Viii. Viii. Responsibilities Of Technical Consultant The Technical Consulting Firm Shall Perform The Following: 1. Perform Activities Under Item Iii To Vii; 2. Ensure Timely Submission Of Deliverables; And 3. Provide Hardcopies Of Deliverables Including Minutes/proceedings Of Meetings. Ix. Outputs, Deliverables And Schedule Of Payments Outputs And Deliverables Of The Technical Consulting Firm Shall Be As Follows: Output/deliverable Number Of Months Payment 1. Submission And Acceptance Of Inception Report, Assessment Of Initial Data And Minutes Of Preliminary Discussions. Month 1 To 2 20% Of The Contract Amount 2. Submission And Acceptance Of The Item Vi Deliverables 2 To 6, First Draft Of The Ria Report And Minutes Of Consultation Meetings. Month 6 30% Of The Contract Amount 3. Submission And Acceptance Of The Second Draft Of The Ria Report And Minutes Of Consultation Meetings. Month 8 30% Of The Contract Amount 4. Submission And Acceptance Of The Final Ria Report And Minutes Of Consultation Meetings. Month 12 20% Of The Contract Amount Total 12 Months 100% Renumeration: A Lump Sum Quotation Is Required Including Fees For Writing The Annual Report And Information Sheet. Payment Will Be Linked To Deliverables. X. Qualifications And Skills 1. University Degree In Communications, Science, Engineering Or Other Related Fields 2. At Least 8 Years Of Progressive Work Experience In A Relevant Field 3. Previous Results-based Annual Report Writing Experience 4. Knowledgeable In Results-based Management And Results-oriented Approach To Project Implementation 5. Previous Experience In Copy-editing And Fact-checking 6. High Level Proficiency In Standard Computer Software, In Particular, Microsoft Word And Excel 7. Excellent Written And Oral Communication Skills In English, Of Publication Standard 8. Persistence In Follow Up, Tact And Diplomacy 9. Demonstrated Ability To Meet Deadlines All Interested Applicants To Send Application, Stating The Position With The Following Documents To Recordsco@ Emb.gov.ph And Aqmsco@emb.gov.ph;mailto:procurement@aseanfoundation.org 1. Application Letter And Timetable On How The Assignment Will Be Carried Out Completed With Clear Deliverables 2. Curriculum Vitae 3. Samples Of Writing 4. Financial Proposal Specifying A Total Lump Sum Amount Highlighting Deliverables. Include A List Of References Cited In The Terms Of Reference, Including Relevant Literature, Reports, Guidelines, And Regulations Related To Air Quality Management And Regulatory Impact Assessment. 6. The Contract Shall Be Completed Within Twelve (12) Months Or May Be Extended As Agreed By Both Parties As The Need Arises. 7. The Prospective Bidder/consultant Shall Submit The Complete, Recent/updated Eligibility Document As Stated Below (ra9184 Irr Annex H, Appendix A): A) Expression Of Interest (with Financial Bid) B) Company Profile With Professional License/curriculum Vitae Of Consultant • If Consulting Firm, A Company Profile Indicating Its Qualifications, Experience, And Capability (including Its Track Record In Module Writing And Projects That Include Assisting Schools In Developing Modules And/or Conducting Training Among Schools On Module Development) • If Individual Consultant, A Curriculum Vitae/profile Indicating Its Qualifications, Experience, And Capability (including Its Track Record In Module Writing And Projects That Include Assisting Schools In Developing Modules And/or Conducting Training Among Schools On Module Development) C) Philgeps Registration Number/proof Of Philgeps Registration D) Income/business Tax Return E) Proposal (including The Firm Or Consultant’s Plan/methodology In Conducting The Project) F) Omnibus Sworn Statement (required/must Be Submitted With Bid/eoi) 8. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Engr. Rodney V. Diaz Oic-property And General Service Section Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: The Department Of Veterans Affairs Network Contracting Office 2 Is Issuing This Source Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources Providing Testing Of Sterile Compounding Areas At The Northport Vamc, 79 Middleville Road , Northport, Ny 11768.
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 541380.
the Va Requires A 12-month Base Year, Plus Four 12-month Options Contract. This Contract Will Be Inclusive Of All Labor, Materials, Equipment, And Travel (within 2 Hours) To Perform Initial And Recurring Certification Of The Facility S Sterile Compounding Areas.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition. telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above Listed Services Are Invited To Submit A Response To This Sources Sought Notice By October 24, 2024, At 12:00pm Est. All Responses Under This Sources Sought Notice Must Be Emailed To Lee.kern@va.gov.
please See The Below Statement Of Work (sow):
statement Of Work
testing Of Sterile Compounding Areas introduction United States Pharmacopeia (usp) Establishes Standards For Cleanroom Design, Environmental Monitoring, And Competencies For The Preparation, Handling, And Storage Of Compounded Sterile Preparations (csps). To Maintain Compliance With These Standards, Northport Vamc Requires A Base Plus Four (4) Year Contract Inclusive Of All Labor, Materials, Equipment, And Travel (within 2 Hours) To Perform Initial And Recurring Certification Of The Facility S Sterile Compounding Areas. Certification And Testing Will Consist Of: Testing All Primary Engineering Controls [(pecs) E.g., Biological Safety Cabinets (bscs), Laminar Airflow Workbenches (lafws), Compounding Aseptic Containment Isolators (caci), And Compounding Aseptic Isolators (cai)]
testing All Secondary Engineering Controls (secs), Non-iso Rated Controlled Non-classified (cnc) Rooms, And High-efficiency Particulate Air (hepa) Filtration Devices. microbiological Laboratory Testing Of Collected Viables Samples.
wipe Sampling For Environmental Hazardous Drug (hd) Residue testing And Certification Must Be Completed In Accordance With The Most Currently Published Versions Of Usp Chapter , Usp Chapter , Controlled Environment Testing Association (ceta) Application Guides For: Cag-003 Certification Of Sterile Compounding Facilities For Usp Compliance, Cag-002 Compounding Isolator Testing, Cag-008 Certification Matrix For
sterile & Nonsterile Usp Compounding Facilities, Cag-009 Viable Environmental Monitoring For Sterile Compounding Facilities, Cag-014 Airflow Visualization Study, National Sanitation Foundation/american National Standards Institute (nsf/ansi) Standard 49 Biosafety Cabinetry, And Institute Of Flow Clean Air Devices, Iest-rp-cc-002.4. All Lab Analysis Of Viable Samples Must Be Performed By A Facility With Iso/iec 17025 Accreditation For Microbial Analysis. This Environmental Quality Testing May Not Be Performed Under The Laboratory S Clinical Laboratory Improvement Amendments (clia) License. The Lab Must Attain Iso/iec 17025 Certification From An External Accrediting Body (e.g., American Association For Laboratory Accreditation ) To Ensure Quality And Accuracy Of The Testing. background. northport Vamc Is Pursuing A Facility Contract For Certification Of All Pecs, Secs, Cnc Rooms, And Hepa Filters Must Be Performed Pursuant To The Most Current Version Of Usp Chapter And Usp Chapter Standards Following Ceta S Standardized Testing Procedures Which Include (but Is Not Limited To) Cag-003 Ceta Certification Guide For Sterile Compounding Facilities For Usp Compliance, Cag-002 Ceta Compounding Isolator Testing Guide, Cag-014 Airflow Visualization Study, And Cag-009 Viable Environmental Monitoring For Sterile Compounding Facilities. certification Must Be Performed Every 6 Months. Recertification Will Be Required After Any Servicing Of Facilities Or Equipment, Post Changes To The Area That Could Affect Airflow Or Air Quality ( E.g., Redesign, Construction, Replacement Or Relocation Of Any Pec, Or Alteration In The Configuration Of The Room), And/or In Response To Identified Problems Or Trends. certification Procedures Defined In Relevant Ceta Application Guides Must Be Performed No Less Than Every 6 Months By An Individual Who Has The Required Ceta Competencies And Training Related To The Certification Of Primary And Secondary Engineering Controls. Additionally, It Is Preferred That The On-site Certification Individual Have Received Nsf Accreditation For The Field Certification Of Class Ii Biosafety Cabinets And Are Accredited Through Cnbt As A Registered Certification Professional In The Sterile Compounding Facility (rcp-scf). Prior To Testing, The Contractor S Technician(s) Who Conduct On-site Certification Will Provide, To The Cor, Documentation Of Competency And Training Related To The Certification Of Pecs And Secs. procedures For Air And Surface Sampling And Evaluation Must Be Compliant As Per The Most Current Usp Chapter 797 Requirements For Environmental Air Sampling, Surface Sampling (cag-009), Gloved Fingertip Testing (cag-011), And Media Fill Testing (cag-013) Following The Appropriate Ceta Cag Application Guide. northport Vamc S Sterile Compounding Areas And Equipment Must Be Compliant To The Joint Commission (tjc) And Food And Drug Administration (fda) Requirements. Tjc Medication Compounding Requirements For Critical Access Hospitals And Hospitals, Effective January 1, 2024, Established New Medication Compounding (mc) Standards For Non-sterile And Sterile Compounded Preparations Which Are Based On Usp Standards. The Fda Has The Authority To Inspect Va Medical Facilities Under The Food, Drug And Cosmetic Act, And Evaluate Based Upon The Guidance Provided In The Insanitary Conditions At Compounding Facilities Guidance For Industry, November 2020 (or Most Current Version). scope testing Frequency. the Northport Vamc Has A Requirement For Onsite Initial And Reoccurring Ceta Certification And Viable Environmental Sampling Of The Facility S Pharmacy-specific And Non-pharmacy Specific Areas And Equipment As Detailed Within This Statement Of Work (sow). Testing And Certification Dates Contained Within This Sow Are Best Documented; Contractor Shall Be Responsible To Confirm And/or Adjust Certification/testing Requirements To Ensure No Lapse In Requirements And Thus No Undesirable Effect On The Mission Of The Northport Vamc.
all Pharmacy-specific Equipment Will Minimally Obtain Ceta Certification Every Six (6) Calendar Months From The Date Of The Last Certification/testing Of Bscs, Lafws, Cai, Caci, Hepa Filters, And Room Spaces/environments In Accordance With Vha Directive 1108.12 (see Attachment A), And Usp 797 (attachment B) & 800 (attachment C). Recertification May Be Required Sooner If Equipment Is Relocated/altered, Or A Major Service Is Performed. testing Locations. The Following Location Shall Be Tested As Per Usp 797 And Where Applicable Usp 800 Standards As Per Respective Ceta Guide Applications. Locations May Be Amended As Per The Facility S Renovations And Construction.
building 200, Unit 31 Cleanroom Suite(s) Primary Space(s) And Equipment
iso-8 Anteroom(s): Two Ceiling Mounted Hepa Filters
iso-7 Buffer Room(s)
two Ceiling Mounted Hepa Filters
one Iso-5 Lawf: Baker Edgegard 5252 Lawf building 200, Inpatient: One Iso-5 Compounding Aseptic Isolator (cai): Baker Ss-500
building 200, New Pavilion 2f, E2-49
hd Negative Pressure Storage Room: One Ceiling Mounted Hepa Filter
cnc Hd Negative Pressure C-sca
one Ceiling Mounted Hepa Filter
one Iso-5 Hd Negative Pressure Compounding Aseptic Containment Isolator (caci): Baker Cs-500
germfree Trailer (adjacent To Building 11) - This Location Will Be Covered Under This Contract For Monthly Viable Sampling And Hazardous Drug Wipe Sampling. note: There Is A Separate Contract Which Covers The Semiannual Ceta Testing And Viable Sampling Of The Trailer. testing Requirements Of Pecs.
biological Safety Cabinet (bsc): On-site Certifications Of The Bscs Shall Be Tested To Manufacturer Specifications In Accordance With The Most Recent Version Of Nsf/ansi Standard 49 Biosafety Cabinetry (as Per Ceta Cag-003:2022 Section 8.2. Through 8.2.5 Application Guide And Ceta Cag-005:2007 (or Most Current Versions)
compounding Aseptic Isolator (cai) And Compounding Aseptic Containment Isolator (caci): The Contractor Shall Test And Certify All Cais And Cacis As Per Ceta Cag-003 Sections 8.3 Through 8.3.5 And In Accordance With Ceta Cag-002 Guide Application. laminar Air Flow Workbench (lafw): The Contractor Shall Test And Certify All Lafw As Per Ceta Cag-003:2022 Section 8.4. Through 8.4.6 Application Guide (or Most Current Version)
the Contractor Shall Test And Certify All Pecs In Accordance With The Most Current Version Of The Institute Of Environmental Sciences And Technology (iest)-rp-cc002 (unidirectional Flow Clean-air Devices), Ceta Cag-003, And The Manufacturer's Specifications.
the Contractor Shall Record Each Individual Face Velocity Reading And The Average Of Those Readings, The Downstream Concentration Reading Of The Hepa Filter Leak Test And The Results Of The Induction Leak Test And Back Streaming Test
all Equipment Used To Certify Pecs Must Be Calibrated In Accordance With Iest-rp-cc013 Or Manufacturer's Recommendation And Be Nist Traceable Where Possible.
where Applicable The List Of Tests For Pecs Includes, Where Applicable But Not Limited To The Following:
air Flow Velocity Profile
air Flow Visualization Profile: Dynamic Smoke Pattern Testing (video Recorded And Provided To Us On A Thumb Drive Or Made Available For Download On A Secure Website) For All Primary Engineering Controls. Tester Must Utilize Sufficient Smoke To Demonstrate Unidirectional Airflow At Critical Sites And Sweeping Action Over And Away From Preparations.
prefilter Check
hepa/ulpa Filter Leak Integrity Testing (must Be Performed Upon Installation And As Part Of Certification)
induction Leak Integrity Test And Patching If Necessary
electrical Leakage And Ground Circuit Resistance And Polarity Tests
preparation Ingress And Egress Test Where Applicable
chamber Pressure Test
total Airborne Non-viable Particle Count Testing In All Classified Areas Performed Under Dynamic Operating Conditions for Each Pec Passing The Required Certification Tests, The Contractor Supplies Each Unit With A Certification Tag Or Sticker Displaying The Following Information:
company Name And Contact Information.
unit Make, Model And Serial Number.
report Number
location (e.g., Building, Room Number, Area Identification)
certification Date
recertification Date
technician Name And Signature
any Pec That Fails To Meet Ceta Specifications Shall Be Clearly Marked With Signage Which Alerts Compounding Personnel That The Unit Is Out Of Order Until Further Notice. testing Requirements Of Secs.
the Contractor Will Provide Comprehensive Cleanroom Testing And Certification Services Every 6 Months, In The Event Of An Environmental Or Engineering Control Excursion/exceedance Or Sooner If There Are Changes To The Area Such As Redesign, Construction, Replacement Or Relocation Of Any Pec, Or Alteration In The Configuration Of The Room That Could Affect Airflow Or Air Quality Or If A Cleanroom(s) Did Not Meet Compliance. Certification Tests For Rooms Within A Cleanroom Suite Include, But Are Not Limited To:
airflow Testing: Hepa Filter(s) Air Volumes And Velocities Will Be Measured And Documented As Per Ceta Cag-003:2022 Section 8.1.1 Application Guide (or Most Current Version) Airflow Testing Is Performed To Determine Acceptability Of The Air Velocity, The Room Air Exchange Rate, And The Room Pressure Differential In Doorways Between Adjacent Rooms To Ensure Consistent Airflow And That The Appropriate Quality Of Air Is Maintained Under Dynamic Operating Conditions.
the Contractor Shall Calculate The Total Room Area And Volume For Each Buffer Room, Anteroom, Containment Segregated Compounding Area (c-sca), And Hazardous Drug Storage Room. The Iso Classification And A Sketch Of The Room With Dimensions, Exhaust/supply Diffuser Locations And Equipment Locations Shall Be Included In The Report. The Report Provided Will Specify Flow Rates Detailing Returns And Supply That Were Obtained During The Testing. The Contractor Shall Calculate Air Changes Per Hour (acph) For Each Buffer And Anteroom And Include Their Findings In The Report. Acph For Hvac, Acph Contributed From Pec, And The Total Acph. Comparison Of Acph Will Be Completed Both For Usp 797 Standards As Well As Those Referenced In The Vha Hvac Design Manual (attachment D Or Earlier Version If Available), Which Are Further Stringent Than Usp Chapter 797.
iso Classified Turbulent Airflow Area Reporting And Documentation
record All Airflow Measurements And Their Corresponding Filter Or Diffuser Locations Or Grid Identifications On A Diagram calculate And Report Room Volume calculate And Report The Average Total Room Airflow Volume calculate And Report The Total Air Changes Per Hour Of The Room (include Lafw And/or Non-ducted Bsc Hepa Exhaust To Room, Where Applicable) report Any Correction Factors Used Or Deviations From The Primary Method name Of Test (e.g., Room Airflow Analysis) report Acceptance Criteria provide A Pass Or Fail Statement Based On The Results Of The Test
non-iso Classified Negative Pressure Turbulent Airflow Area Testing Procedure Including Acph Requirements For Containment Segregated Compounding Areas And Hazardous Drug Storage Areas, Must Be A Minimum Of 12 Exhaust Acph. Because These Rooms/areas Are Not Iso Classified Airflow Measurements Should Be Taken On The Exhaust Of Negative Pressure Differential Rooms. Non-iso Classified Negative Pressure Turbulent Airflow Reporting And Documentation Must Include:
record All Airflow Measurements And Their Corresponding Exhaust Filter Or Exhaust Grill Locations calculate And Report Room Volume calculate And Report The Average Total Room Airflow Volume calculate And Report The Total Air Changes Per Hour Of The Room report Any Correction Factors Used Or Deviations From The Primary Method name Of Test (e.g., Unclassified Negative Pressure Room Airflow Analysis) report Acceptance Criteria provide A Pass Or Fail Statement Based On The Results Of The Test
sec Hepa Filter Integrity Testing Performed As Per Ceta Cag-003:2022 Section 8.1.2 Application Guide (or Most Current Version)
record Upstream Aerosol Challenge Concentration list Method Used To Report Concentration (measured Or Calculated) record Maximum Leak Penetration In Percent name Of Test (hepa Filter Leak Test) report Acceptance Criteria provide A Pass Or Fail Statement Based On The Results Of The Test
sec Room Pressure Differential/room Pressurization As Per Ceta Cag-003:2022 Section 8.1.3 Application Guide (or Most Current Version)
the Contractor Shall Include In Their Report Differential Pressure Readings From Each Buffer Room, Anteroom, C-sca, And Hazardous Drug (hd) Storage Rooms To All Surrounding Areas.
the Report Shall Indicate Whether The Area Is Required To Be A Negative Or Positive Pressure Location As Per Usp 797 And/or Usp 800. All Readings And Acceptance Criteria Shall Be Documented To At Least One Thousandths Of An Inch Water Gauge Or Water Column (e.g., 0.020 W.g. And Not 0.02 W.g.) Or One Tenth Of A Pascal (e.g., 5.0 Pa). Pressure Differentials Will Be Reflected On A Report Showing The Sketch Of The Room(s).
sec Room Pressure Reporting And Documentation
report Room Pressure Differential Relative To An Adjacent Room/space report And Compare Performance Of Room Pressure Monitor report Whether Smoke Dispersed At Entry Doors Follows Correct Direction name Of Test (room Pressure Differential Test) report Acceptance Criteria provide A Pass Or Fail Statement Based On The Results Of The Test
total Airborne Particle Count Testing (0.5 Micron And Larger) In All Classified Areas Performed Under Dynamic Operating Conditions As Per Ceta Cag-003:2022 Section 8.1.5 Application Guide (or Most Current Version). Reporting Shall Be Completed Following Iso 14644-01 [2015] Section 5.4 Test Report And Shall Include The Following: the Name And Address Of The Testing Organization, And The Date On Which The Test Was Performed the Number And Year Of Publication Of This Part Of Iso 14644 (i.e., Iso 14644 1:2015) a Clear Identification Of The Physical Location Of The Cleanroom Or Clean Zone Testing (including Reference To Adjacent Areas If Necessary), And Specific Designations For Coordinates Of All Sampling Locations (a Diagrammatic Representation Can Be Helpful) the Specified Designation Criteria For The Cleanroom Or Clean Zone, Including The Iso Class Number, The Relevant Occupancy State(s), And The Considered Particle Size(s) details Of The Test Method Used, With Any Special Conditions Relating To The Test, Or Departures From The Test Method, And Identification Of The Test Instrument And Its Current Calibration Certificate the Test Results, Including Particle Concentration Data For All Sampling Locations report Acceptance Criteria provide A Pass Or Fail Statement Based On The Results Of The Test
sec Airflow Visualization Studies (avs) - Visual Smoke Studies Per Ceta Cag-014 Guide Application
sec General Temperature And Moisture Tests To Verify Accuracy Of Monitoring Devices As Per Ceta Cag-003:2022 Section 8.1.7 Application Guide (or Most Current Version)
sec Viable Sampling As Per Ceta Cag-003:2022 Section 8.1.6 And Cag-009:2020 Application Guides viable Sampling Testing All Viable Sampling Will Conform To Usp 797 Requirements And Performed As Per Ceta Cag-009 Application Guide Viable Environmental Monitoring For Sterile Compounding Facilities environmental Air Sampling. biannually (every Six Months) The Collection Of Environmental Air Samples Will Be Performed By The Contractor S Ceta Technician During Certification And During Negatively Impactful Incidents Which Require Repeat Air Sampling As Follows:
whenever There Is A Change To The Placement Of Equipment In The Room Or Any Other Alteration Within The Cleanroom Suite That Affects The Quality Of The Air.
in Response To Identified Problems And Trends.
in Response To Changes That Could Impact The Sterile Environment (changes In Cleaning Agents).
viable Air Sampling Will Be Performed Utilizing A Calibrated High-volume Impaction Sampler During Dynamic Operating Conditions Single Plate Tsa Media Which Supports Growth Of Both Bacteria And Fungi Will Be Used To Sample. A Sufficient Volume Of Air (1000 Liters) Shall Be Tested At Each Location To Maximize Sensitivity (samples Of Less Than 1000 Liters Will Not Be Acceptable)
positive And Negative Control Plates Will Be Included With Sampled Plates Submitted By The Contractor For Analysis.
environmental Surface Sampling. biannually (every Six Months) The Collection Of Environmental Surface Samples Will Be Performed By The Contractor S Ceta Technician And During Repeated Ceta Testing. Upon The Request Of The Facility, The Contractor Will Repeat Surface Sampling As Follows:
whenever, There Is A Change To The Placement Of Equipment In The Room Or Any Other Alteration Within The Cleanroom Suite That Affects The Quality Of The Air.
in Response To Identified Problems And Trends.
in Response To Changes That Could Impact The Sterile Environment (changes In Cleaning Agents).
surface Samples Will Be Collected In Each Room, The Interior Of Each Pec, Passthrough Chambers Connecting To Classified Areas, And Frequently Touched Surfaces (e.g., Door, Tables, Carts, Stools, Benches, Etc.) surface Sampling Will Be Performed At The End Of The Largest Csp Activity Of The Day But Before Area Has Been Cleaned And Disinfected. single Plate Tsa Media Supplemented With Neutralizing Additives (e.g., Lecithin And Polysorbate 80) To Neutralize The Effects Of Any Residual Disinfecting Agents Will Be Used.
routine Monthly Surface Sampling Will Be Performed By An Appointed Trained Northport Vamc Personnel. The Collected Samples Will Be Shipped To The Laboratory Service Employed By The Contractor For Incubation And Microbiological Analysis.
as Needed, Appointed Trained Northport Vamc Personnel Will Collect Surface Samples Within The Pec As A Part Of The Competency Assessment For Assigned Personnel. The Collected Samples Will Be Shipped To The Laboratory Service Employed By The Contractor For Incubation And Microbiological Analysis.
personnel Viable Sampling. The Collection Of Personnel Viable Samples For Competency Testing Will Be Performed By An Appointed Trained Northport Vamc Personnel. The Samples Will Be Shipped To The Laboratory Service Employed By The Contractor For Incubation And Microbiological Analysis When It Is Required For Personnel Competency Assessment Sampling As Follows:
gloved Fingertip And Thumb (gft) Testing upon Initial Assignment Compounding Staff Will Be Assessed, Post Hand Hygiene And Garbing, Utilizing Gft Samples In Triplicate (three Samples/hand) For Analysis.
every Six (6) Months And Thereafter Compounding Staff Will Be Assessed, Post Hand Hygiene And Garbing, Utilizing Single Collection Of Gft Samples (one Sample/hand) Will Be Collected For Analysis Post Hand Hygiene And Garbing.
initially And Every Six (6) Months Thereafter Compounding Staff Will Be Assessed For Gft During Aseptic Manipulations, Utilizing Single Collection Of Gft Samples (one Sample/hand) Post Media Fill Testing (mft).
media Fill Test (mft) upon Initial Assignment And Every Six Months Thereafter, Compounding Staff Will Be Assessed For Aseptic Manipulations Utilizing Usp 797 Compliant Media Fill Testing Kits.
other Viable Sampling Requirements. the Laboratory Service Employed By The Contractor Must Be Able To Provide The Following:
microbial Growth Media Plates Which Are Usp 797 Compliant And
include Certificates Of Analysis (coa) From The Manufacturer That Verify The Plates Meet The Expected Growth Promotion, Ph, And Sterilization Requirements Consistent With Usp Chapter 797
contain Tsa Supplemented With Neutralizing Additives (lecithin And Polysorbate 80)
have A Raised Convex Surface
support Both Bacterial And Fungal Growth On The Same Plate For Single Media Incubation
media Fill Testing (mft) Kits Compliant To Usp 797 And Designed To Simulate Medium Complexity (category 2) Sterile Iv Compounding.
simulate Low Complexity (category 1) Sterile Iv Compounding. a Chain Of Custody Documenting Each Sample Collected Must Be Created And Provided To The Northport Vamc . during Self-sampling, Which Is Performed By Northport Vamc, The Contracted Lab Is Responsible For Providing A Prepaid Mailer For Properly Sending Samples To The Laboratory For Testing.
all Samples Shipped To The Laboratory Service Must Be Incubated In Accordance With Current Usp Chapter 797 Requirements For Duration And Temperature.
additional Requirements For Pecs And/or Secs Testing
any Pec Or Sec That Fails To Meet Ceta Specifications Shall Be Immediately Reported Directly To The Site-identified Point(s) Of Contact (poc) Or Appointed Ad Hoc. areas Where Hazardous Drug Handling Occurs Will Be Tested By Environmental Wipe Sampling For Hazardous Drug (hd) Residue:
every 6 Months, Or More Frequently As Needed To Verify Contaminant, Environmental Wipe Sampling For Hd Residue Will Be Performed By An Appointed Trained Northport Vamc Personnel. The Collected Samples Will Be Shipped To The Contractor S Laboratory Service For Hd Residue Analysis. The Kits Used To Complete Hd Wipe Sampling Must Be Verified Prior To Use To Ensure The Sensitivity And Validity Of The Methods And Reagents Used To Recover A Specific Percentage Of Known Marker Drugs.
the Hazardous Drugs (hds) To Be Tested Will Be Determined By The Facility And May Include, But Are Not Limited To:
cyclophosphamide
ifosfamide
fluorouracil
gemcitabine
methotrexate
platinum-containing Drugs
taxane-based Drugs
on Average 14 Surface Environmental Hd Wipe Samples Will Be Collected Per Testing Date. The Facility Can Elect To Adjust The Quantities Of Samples Submitted As Needed During Investigative Remediation. Routine Environmental Hd Wipe Sampling Will Include, At Minimum, The Following Areas:
interior Of Containment Primary Engineering Control (c-pec) And Any Equipment Contained Inside The C-pec.
pass-through Chambers.
surfaces In Staging Or Work Areas Near C-pec.
areas Adjacent To C-pecs (e.g., Floors Directly Under C-pec, Staging, And Dispensing Area).
areas Immediately Outside The Hazardous Drug Buffer Room Or C-sca.
areas Designated For Pharmacist End Product Verification (checking) / Workstations.
hazardous Drug Storage Areas (including Refrigerators).
hazardous Drug Receiving Areas.
patient Administration Areas. competency Of Technician Performing Testing
ceta Testing Must Be Performed By A Cnbt Individual/company Accredited To Perform This Work. The Technician/contractor Shall Provide A Copy Of The Individuals Ceta Credentials At Time Of Offer. If, During The Contract, A Different Individual(s) Is Designated By The Contractor, The Ceta Certification Credentials Of The Assigned Individual(s) Must Be Provided To The Poc, Co, And Cor Prior To The Start Of Work.
to Ensure Accurate And Reproducible Sampling Results, Environmental Viable Sampling Should Be Performed By A Ceta Cnbt Technician Or A Trained Technician Competent In Air And Surface Sampling Procedures. Prior To Sampling The Contractor Must Provide The Facility Documentation Records For The Individuals Training And Competencies To Perform Sampling. additional Contracting Requirements
certification Periodicities Shall Be Confirmed By Contractor, Post Award, And Adjusted As Necessary To Meet The Needs Of The Northport Vamc. certification And Testing Shall Conform To Usp And Osha Standards.
technician Will Disinfect And Sanitize All Equipment Brought Into The Cleanroom Suite Or Segregated Compounding Area Prior To Entry (with Preemptâ® Or Peridoxâ® (or Facility Approved Disinfectant Cleaner), Followed By Sterile 70% Isopropyl Alcohol Or As Per Current Standard Operating Procedure For The Cleanroom Suite).
contractor Will Follow Northport Vamc S Protocols For Use Of Ppe In The Classified Spaces And Understands The Risks Associated With Facilities And Equipment Designed For Storage And Preparation Of Hazardous Drugs.
the Contractor Shall Comply With Federal, State, And Local Laws, Plus And Federal Regulations As Applicable To The Performance Of This Contract; To Include Usp Chapter 797 And Usp Chapter 800. Contractor Must Obtain All Necessary Licenses And/or Permits Required To Perform The Work Herein. reporting Results For Ceta Testing (including Viable Sampling)
a General Report Documentation For All Ceta Test Results Must Be Provided Via Email Directly To The Cor (contracting Officer Representative), Chief Of Facility Management Services, Chief Of Pharmacy Service, And To The Designated Compounding Pharmacist No Later Than One Week After The Testing Is Performed. The Ceta Report Will Be A Comprehensive Informative Report Of The Certification Process Which Will Include A Statement Of Compliance Or Non-compliance Regarding The Requirements And Guidelines Outlined Respective To Ceta Application Guide. The Formal Report Will Include As A Minimum, But Not Limited To, The Following Items:
name, Address, And Contact Information For The Certifying Organization Also Listing Key Personnel With Appropriate Accreditations Including The Name Of Ceta-certified Technician Performing The Testing.
confirming Remark That Facility/equipment Was Tested In Accordance With Ceta Cag-003:2022 (or Most Current Version) And Any Other Applicable Performance Testing Standard Followed. The Most Current Version Of This Cag Must Be Referenced. Note: Usp 797 Is Not A Certification Specification. explanation Of Test Procedure Used For Data Collection And Justification For Any Deviations From Established Industry Practices Encountered During The Certification Process. a List Of Test Equipment Utilized In Data Collection. List Shall Include Make, Model, Serial Number, And Calibration Date. A Copy Of The Current Calibration Documentation For Each Piece Of Equipment Must Be Provided When Requested.
required Reporting Values Listed In Each Test Section type, Make, Model And Serial Number For Each Pec Tested
each Pec And Sec Nonviable Particulate Counts (including Sample Volume And Time) And Iso Classification
measured Air Velocity Data For Pec, Including Air Flow In Cfm, Average And Standard Deviation Of Air Velocity Measurements And Acceptance Criteria
pec Blower Setting And Pressure Gauge Reading (if Any)
for Bscs: measured Downflow Air Velocity Data, Acceptance Criteria And Pass/fail Result
measured Exhaust Damper Acceptance Criteria And Pass/fail Result
inflow Velocity Test Method, Measurements, And Results
documentation Of Results For The Video Of The Airflow Smoke Pattern Test Documenting Unidirectional Flow At Critical Sites In The Pec.
total Air Changes Per Hour (acph) For Each Sec, With Indication Of Acph Supplied By The Pecs
pressure Differentials Between Each Sec And The Anteroom/pharmacy
results Of Hepa Leak Tests For All Filters Tested, As Well As The Results Of Any Patching That Was Performed
if Leaks Were Detected And Sealed, Include A Diagram Showing Approximate Location Of Sealed Leaks
prefilter Type, Size, And Condition For Each Pec
sec Temperature And Relative Humidity
video Recording Of All Smoke Pattern Testing (airflow And Dynamic)
alarm Test Results (if Any)
a Diagram Of The Areas Tested, Noting The Approximate Location Of Air And Surface Particle Counts
any Recommendations For Hepa Replacement/hepa Lifespan microbiological Lab Analysis Reports Must Meet The Following:
the Laboratory Performing Microbial Analysis Must Be An American Association For Laboratory Accreditation (a2la)-accredited Laboratory With Iso/iec 17025 Certification For Microbiological Testing.
all Viable And Non-viable Analyzed Sampling Results Must Be Provided Via Email Directly To The Chief Of Facility Management Services, Chief Of Pharmacy Service, And To The Designated Compounding Pharmacist No Later Than 2 Weeks After Sampling Is Performed. At A Minimum, The Provided Lab Analysis Report Must Include:
the Manufacturer, Lot Number, And Expiration Date For Each Media Lot Analyzed.
date And Time Sampling Was Performed.
comments Indicating Sampling Under Dynamic Conditions.
sampling Location(s), With A Site Map Sketch Identifying Location Of Each Sample Obtained.
sampling Type And Incubation Dates, Temperature, And Duration Intervals.
quantitative Number Of Discrete Colonies Of Microorganisms On Each Media Device As Colony Forming Units (cfus) Of Bacterial/fungal Isolates. Results Equal To Or Greater Than The Action Level Will Require Immediate Notification To The Facility S The Poc(s).
recovered Organisms Identified To The Genus Level (the Pharmacy Must Be Notified Of Any Microbial Growth Immediately After It Is Identified (no Later Than 48 Hours After The Report Is Received By The Contractor From The Laboratory). determination Of Whether Lab Findings Are Actionable (e.g., Acceptable/unacceptable As Per Usp 797). response-travel- Expense Considerations
response Time- The Contractor Shall Use Commercially Reasonable Efforts To:
provide Technical Support Via Telephone To Northport Vamc On A 24/7, 365 Days A Year Schedule.
respond By Telephone To Any Report Of A Malfunction Requiring Repair Within One Hour Of Notification.
provide On-site Support Within 2 Hours Of Notification Unless Prevented By Unforeseen Circumstances.
travel Time
due To The Time Sensitive Nature Of Testing, The Contractor Must Guarantee A Maximum Two-hour Time Travel And Arrival At Facility On Scheduled Testing Dates For Any Required Testing Personnel And Equipment.
travel Expenses-
contractor Shall Be Responsible For All Service-related Equipment Shipping And Tester S Trip Expenses, Including But Not Limited To Round Trip Travel, Mileage, Meals, And Overnight Living Expenses. title To Equipment- Contractor Shall Not Assume Possession Or Control Of Any Part Of The Equipment. The Government Retains Ownership To Title Thereof. utilities- Contractor May Use Government Utilities, (e.g., Electrical Power, Compressed Air, And Water) Which Are Available And Required For Any Service Performed Under This Contract. access To Equipment- Contractor Shall Be Provided Reasonable Access To All Equipment That Is To Be Serviced And Utility Outlets Required To Do The Service. The Contractor Shall Be Free To Start And Stop All Primary Equipment Incidentals To The Operation Of The Maintained Equipment After Permission Is Received From On Duty Personnel Responsible For Such Equipment. parts And Materials- All Compensation For Parts And Materials Is Included In Contract Price. parts/supplies Quality- Parts And Supplies Provided Under This Contract Shall Be New Oem (original Equipment Manufacturer) Parts. field Service Reports- Contractor Shall Furnish A Written Or Electronic Vendor Supplied Field Service Report (fsr). place Of Performance. northport Vamc
79 Middleville Road
northport, N.y. 11768 period Of Performance.
base Plus Four (4) Option Years 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).
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Description: Page 2 Of 2 page 2 Of 2 (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c26225q0398 Is Issued As A Request For Quotation (rfq). (iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular.
(iv) The Us Government, Veterans Affairs (va) Seeks To Make Procurement For A Root Monitoring System. (v) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics Code 334510 Having A Size Standard Of 1,250 Employees. (vi) Product Information: *the Brand Name Manufacturer Is Piezosurgery Inc* manufacturer Part #
item Description
quantity 3120134a accessories - Led Handpiece W/ Infusion Set And Surgical Tray 02 Ea 3230006 accessories-disposable Infusion Set 50 Ea 3900004 cleaning Supplies - Enzymec - Enzymatic Detergent (1-liter Bottle) 02 Ea 11026300a0006
monitor Shelf Multicare generic Name: Monitor Shelf At The Foot Of The Bed 70 Ea cr-ec100hr-1
pivp Insert (mc)|hdiv-mount (mc/e4/e5) Chr. Vert. O2 Holder generic Name: O2 Tank Holder 70 Ea s6011710-02
iv Pole Bush, Assembly Metal+plastic Ral 9006 generic Name: Iv Pole Bush 70 Ea
4maplucn0306
removable Heavy Duty Iv Pole
70 Ea 4gmkls000003a
kit Of Stabilizing Pads For Aggressive Pulmonary Complications. 9 Parts/set. generic Name: Stabilizing Pads Kit 2 Ea salient Characteristics
icu Bed Systems With Mattresses must-have:
1
at Least 550 Lb. Safe Working Load Capacity 2
frame-based Lateral Turn Assist: Q2h, Repositioning, Cares. 3
microshifting W Frame-based Turn: 1 Degree Increments 4
frame-based Automatic Lateral Rotation Therapy (alt) 5
mobile Lift: Built-in Sit-to-stand Device 6
ergoframe To Prevent Patient Migration 7
vascular Positioning With One Touch Button 8
braking Safety Feature: Automatically Locks Within 1 Minute After Plugin 9
adjustable Speed Motorized Transport 10
combined Lateral And Transversal Tilt 11
dual Usb Chargers In The Upper Side Rail 12
5th Wheel (retractable) 13
double Castors - 5.9" 14
integrated Scale 15
exam Light On Patient Pendant 16
interactive Quick Guides On The Touchscreen 17
undercarriage Obstruction Detection 18
multizone Bed Exit Alarm 19
hands-free Foot Control For Examination Position 20
hands-free Foot Control For Low Position 21
electric Bed Extension And Retraction 22
patient Control Pendant 23
one-touch Chair Position 24
hands-free Foot Control For Turn Assists Of At Least 15 Degrees 25
translucent Deck For C-arm Compatibility 26
weight Of Bed Between 454-606lb 27
open Architecture (can Use Any Standard Mattress With Bed Frame) 28
surface Dual Cover Zone: Slick Middle, Tackier Sides For Safety 29
surface Has Removable Xray Sleeve For Cleaning 30
surface Mobile Mode (adjustable As The Patient Becomes More Alert) 31
surface Prom Mode (adjustable) 32
surface Bod Sensors offeror Quotations Must Demonstrate Meeting The Salient Physical, And Functional Characteristics Included In This Solicitation, Otherwise, They Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per Far 52.211-6. the Information Provided Above Is Intended To Be Descriptive, Not Restrictive, And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Satisfy The Requirement By Providing The Brand Name Or Equal To The Supplies Being Requested. (vii) Delivery Requirements: place Of Delivery
va Greater Los Angeles Healthcare System | 11301 Wilshire Blvd | Los Angeles, Ca 90073 period Of Performance/delivery Timeframe: deliver All Items And Provide Any Required Installation No Later Than 30 Days From The Award Date. (viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation.
far 52.212-1 Addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than Friday, February 17, 2023 At 1:00 Pm Pst. Ensure To Reference Solicitation Number 36c26223q0528 Within The Subject Line Of The Email. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late And Will Not Be Considered For Award. Any Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than Tuesday, February 14, 2023 At 3:00 Pm Pst. offers And Questions Shall Be Sent By Email To Contract Specialist Deronte Reid At Deronte.reid@va.gov. authorized Distributor Letter (adl)
any Suppliers, Distributors, And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Items By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award. if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer. (ix) The Provision At Far 52.212-2, Evaluation -- Commercial Products And Commercial Services (nov 2021), Applies To This Solicitation.
far 52.212-2 Addendum / Replacement:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price, And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: the Lowest-priced Quotation That Meets All Salient Characteristics Requirements That Are Both Responsive And Responsible. acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to-items Meet All The Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See Far 52.211-6 Brand Name Or Equal For Additional Information. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision) (x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Products, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information. (xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Products And Commercial Services, Applies To This Acquisition. 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022) (a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights (1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And (2) Before Any Substantial Change Occurs In The Condition Of The Item, Unless The Change Is Due To The Defect In The Item. (b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract. (c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties. (d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Federal Acquisition Regulation (far) 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract. (e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference. (f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence. (g) Invoice. (1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include (i) Name And Address Of The Contractor; (ii) Invoice Date And Number; (iii) Contract Number, Line Item Number And, If Applicable, The Order Number; (iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered; (v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading; (vi) Terms Of Any Discount For Prompt Payment Offered; (vii) Name And Address Of Official To Whom Payment Is To Be Sent; (viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And (ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract. (x) Electronic Funds Transfer (eft) Banking Information. (a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract. (b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures. (c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft. (2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315. (h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings. (i) Payment. (1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract. (2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315. (3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause. (4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made. (5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall (i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The (a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment); (b) Affected Contract Number And Delivery Order Number, If Applicable; (c) Affected Line Item Or Subline Item, If Applicable; And (d) Contractor Point Of Contact. (ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer. (6) Interest. (i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid. (ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract. (iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If (a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days; (b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or (c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2). (iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment. (v) Amounts Shall Be Due At The Earliest Of The Following Dates: (a) The Date Fixed Under This Contract. (b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination. (vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On (a) The Date On Which The Designated Office Receives Payment From The Contractor; (b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or (c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor. (vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In Far 32.608-2 In Effect On The Date Of This Contract. (j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon: (1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or (2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination. (k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties. (l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided. (m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience. (n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession. (o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract. (p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items. (q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract. (r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 4701 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity. (s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order: (1) The Schedule Of Supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause; (3) The Clause At 52.212-5. (4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software. (5) Solicitation Provisions If This Is A Solicitation. (6) Other Paragraphs Of This Clause. (7) The Standard Form 1449. (8) Other Documents, Exhibits, And Attachments (9) The Specification. (t) [reserved] (u) Unauthorized Obligations. (1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern: (i) Any Such Clause Is Unenforceable Against The Government. (ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause. (iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement. (2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures.
(v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract.
(end Of Clause)
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products, Applies To This Acquisition. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (dec 2022) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [x] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). [] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). [] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) [x] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (5) [reserved] [] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [x] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note). [x] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). [] (10) [reserved] [] (11) 52.219 3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a). [] (12) 52.219 4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). [] (13) [reserved] [] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-6. [] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-7. [x] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2022) (15 U.s.c. 637(d)(2) And (3)). [] (17)(i) 52.219 9, Small Business Subcontracting Plan (oct 2022) (15 U.s.c. 637(d)(4)). [] (ii) Alternate I (nov 2016) Of 52.219-9. [] (iii) Alternate Ii (nov 2016) Of 52.219-9. [] (iv) Alternate Iii (jun 2020) Of 52.219 9. [] (v) Alternate Iv (sep 2021) Of 52.219 9. [] (18)(i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). [] (ii) Alternate I (mar 2020) Of 52.219-13. [] (19) 52.219 14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). [x] (21) 52.219 27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15 U.s.c. 657f). [x] (22) (i) 52.219 28, Post-award Small Business Program Rerepresentation (oct 2022) (15 U.s.c. 632(a)(2)). [] (ii) Alternate I (mar 2020) Of 52.219 28. [] (23) 52.219 29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). [] (24) 52.219 30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). [] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). [] (26) L(26) 52.219 33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s). [] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755). [x] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (dec 2022) (e.o. 13126). [x] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [x] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (feb 1999) Of 52.222-26. [x] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). [] (ii) Alternate I (july 2014) Of 52.222-35. [x] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). [] (ii) Alternate I (july 2014) Of 52.222-36. [x] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). [x] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). [x] (35)(i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [] (36) 52.222-54, Employment Eligibility Verification (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) [] (37)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693). [] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693). [] (40)(i) 52.223-13, Acquisition Of Epeatâ®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (oct 2015) Of 52.223-13. [] (41)(i) 52.223-14, Acquisition Of Epeatâ®-registered Televisions (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-14. [] (42) 52.223-15, Energy Efficiency In Energy-consuming Products (may 2020) (42 U.s.c. 8259b). [] (43)(i) 52.223-16, Acquisition Of Epeatâ®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-16. [x] (44) 52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513). [] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693). [] (46) 52.223-21, Foams (jun 2016) (e.o. 13693). [] (47)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). [] (ii) Alternate I (jan 2017) Of 52.224-3. [x] (48)(i) 52.225-1, Buy American Supplies (oct 2022) (41 U.s.c. Chapter 83). [] (ii) Alternate I (oct 2022) Of 52.225 1. [] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (dec 2022) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. [] (ii) Alternate I [reserved]. [] (iii) Alternate Ii (dec 2022) Of 52.225-3. [] (iv) Alternate Iii (jan 2021) Of 52.225-3. [] (v) Alternate Iv (oct 2022) Of 52.225-3. [] (50) 52.225 5, Trade Agreements (dec 2022) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). [] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). [] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). [x] (55) 52.229 12, Tax On Certain Foreign Procurements (feb 2021). [] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [] (57) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332). [x] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). [] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). [] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)). [] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). [] (ii) Alternate I (apr 2003) Of 52.247-64. [] (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). [] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). [] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). [] (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). [] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). [] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause (i) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) (section 1634 Of Pub. L. 115 91). (iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (v) 52.219 8, Utilization Of Small Business Concerns (oct 2022) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). (viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xi) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xiii)(a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xiv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). (xv) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (may 2022) (e. O. 12989). (xvii) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xx) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxi) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
(xxiii) In Addition, The Following Clauses Shall Also Apply: vaar 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018)
(a) This Solicitation Includes Vaar 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. (b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. (c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. (d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement.
(end Of Clause) vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (sep 2021) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see F(a)far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [offeror Check The Appropriate Box] (i) [ ] In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (ii) [ ] In The Case Of A Contract For Supplies From A Nonmanufacturer, It Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Is Granted. (2) Manufacturer Or Nonmanufacturer Representation And Certification. [offeror Fill-in Check Each Applicable Box Below. The Offeror Must Select The Applicable Provision Below, Identifying Itself As Either A Manufacturer Or Nonmanufacturer]: (i) [ ] Manufacturer Or Producer. The Offeror Certifies That It Is The Manufacturer Or Producer Of The End Item Being Procured, And The End Item Is Manufactured Or Produced In The United States, In Accordance With Paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The Offeror Certifies That It Qualifies As A Nonmanufacturer In Accordance With The Requirements Of 13 Cfr 121.406(b) And Paragraph (a)(1)(ii). The Offeror Further Certifies It Meets Each Element Below As Required To Qualify As A Nonmanufacturer. [offeror Fill-in Check Each Box Below.] [ ] The Offeror Certifies That It Does Not Exceed 500 Employees (or 150 Employees For The Information Technology Value Added Reseller Exception To Naics Code 541519, Which Is Found At 13 Cfr 121.201, Footnote 18). [ ] The Offeror Certifies That It Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied. [ ] The Offeror Certifies That It Will Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice. (iii) [ ] If This Is A Multiple Item Acquisition, The Offeror Certifies That At Least 50% Of The Estimated Contract Value Is Composed Of Items That Are Manufactured By Small Business Concerns. [contracting Officer Fill-in Or Removal. See 13 Cfr 121.406(d) For Multiple End Items. If Sba Has Issued An Applicable Nonmanufacturer Rule Waiver, This Requirement Must Be Removed In The Final Solicitation Or Contract.] (3) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (4) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract Or To Determine Whether The Offeror Qualifies As A Manufacturer Or Nonmanufacturer In Compliance With The Limitations On Subcontracting Requirement. Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award.
certification:
i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Qualifies As A Manufacturer Or Nonmanufacturer As Stated Herein And That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Requirement Specified In The Resultant Contract, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Is Granted. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror].
printed Name Of Signee:________________________________________
printed Title Of Signee:_________________________________________
signature:___________________________________________________
date:_____________________
company Name And Address: ________________________________________
_________________________________________________________________
(end Of Clause) 52.211-6 Brand Name Or Equal (aug 1999)
(a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation.
(b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By (i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
(c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Clause) 52.217-6 - Option For Increased Quantity (mar 1989)
the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
(end Of Clause)
852.212-72 - Gray Market And Counterfeit Items (mar 2020)
(a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory. (b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics. (c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (end Of Clause)
52.252-2 - Clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/comp/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar) (end Of Clause)
in Addition, The Following Clauses And Provisions Shall Also Apply:
52.232-18
availability Of Funds
(apr 1984)
52.233-1 disputes (may 2014) 52.233-3 protest After Award (aug 1996) 852.203-70 commercial Advertising (jan 2008) 852.232-72 electronic Submission Of Payment Requests (nov 2012) 52.204-7
system For Award Management
(oct 2018)
52.204-16
commercial And Government Entity Code Reporting
(oct 2016) 52.209-7
information Regarding Responsibility Matters
(oct 2018)
52.233-2
service Of Protest
(sept 2006)
852.233-70
protest Content/alternative Dispute Resolution
(oct 2018)
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
(jan 2008) 852.237-70 contractor Responsibilities apr 1984 852.215-70 service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors jul 2016 (end Of Solicitation)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Description: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c26225q0352 Is Issued As A Request For Quotation (rfq). (iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular.
(iv) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics Code 339112 Having A Size Standard Of 1000 Employees. This Solicitation Is For A Brand Name Or Equal. **all Submissions Shall Include The Following Statement: 605 - 36c26225q0240 Centrifuge
quotes Shall Provide The Following Information.
quotes Received Without This Information Will Be Marked As Non-responsive. your Quote Should Include The Standard Delivery Cost For Shipment Of The All The Items And Any Installation As All Inclusive (if Required). quotes Shall Be Submitted On Company Letterhead As A Single Document. no Other Documents Or Information Shall Be Attached To The Quote. company name: address:
phone Number:
point Of Contact: name:
email: phone Number:
sam Unique Entity Id
if Applicable, Provide Your Company Fss Contract Number
company Business Size (large, Sdvosb, Small, Etc.)
firm Delivery Date/time Frame. separate Documents (required)
provide An Authorized Distributor/reseller Letter For The Items
submit Your Capabilities Statement (v) Product Information: brand Name Information:
manufacturer & Part Number: Sorvall Lynx 4000
type: High-throughput Superspeed Centrifuge
possible Capabilities: Centrifuge equal To Product Information:
main Component: High-throughput Superspeed Centrifuge
possible Capabilities: Centrifuge brand Name Items Are Listed Solely For A Comparison For The Brand Name Or Equal Purchase Request. 75006580 1 Lynx 4000 200-240 V 50/60 Hz: Sorvall 2 Ea Lynx 4000: Superspeed Centrifuge, Capacity: 4 X 1000ml, Max. Rcf: 68,905 X G, Max. Speed: 24,000 Rpm, Refrigerated: Yes, Superspeed Centrifuge, Accel/decel Profiles: 9 Accel, 10 Decel startccen 2 Start-up Svc Compl. Centr: Unity Lab 2 Ea Services Start-up Service (standing Centrifuges), Duration: 1 Day, For Use With: Floor Model Centrifuges, Speedvacs, Warranty And Service Offering: Start-up Service. tcwcen3 3 Uls Total Care Wnty Pln Ss Lc: Unity 2 Ea Lab Services Total Care Warranty For Thermo Scientific Superspeed And Large Capacity Centrifuges, For Use With: Superspeed And Large Capacity Centrifuges. nc3246059 4 Service Travel: Vendor Catalog # 4 Ea Svs-travel-zone 4/new 096145075 5 Rotor Lynx F14-14x50cy: Thermo Scientific 1 Ea Fiberlite F14-14 X 50cy Fixed-angle Rotor, For Use With: Sorvall Lynx 6000 And 4000 Superspeed Centrifuges, Capacity: 14 X 50ml, Max. Speed: 14,000 Rpm, Max. Rcf: 33,746 X G, Carbon Fiber Composite, Fixed Angle Rotor, Angle: 34 Deg., Biocontainment: Yes 75100378 6 Adpt 50 To 15ml Conical 2/pk: Thermo 3 Ea Scientific Fiberlite Rotor Adapters, Description: Adapter For 15ml Conical Tubes. 75003000 7 Rotor Lynx Bioflex Hc 4x1l: Thermo 1 Ea Scientific Bioflex Hc Swinging-bucket Rotor, For Use With: Sorvall Lynx 6000 And 4000 Superspeed Centrifuges, Capacity: 4 X 1000ml, Max. Speed: 5,500 Rpm, Max. Rcf: 7,068 X G, Stainless Steel Rotor Body With Aluminum Buckets, Swinging Bucket Rotor, Angle: Horizontal, Biocontainment: Yes 75007306 8 Adapter Tx-1000 15mlconicalpk4: 1 Ea Adapters For Thermo Scientific Tx-1000 Swinging Bucket Rotor, Capacity: 96 X 15ml, For Use With: 15ml Conical Tube, Max. Tube Diameter: 17.5mm, Max. Tube Length: 121mm. 75003672 9 37 X 10 Ml Adapter 4 Pk: Thermo 1 Pg Scientific 10ml Blood Collection Tubes For Bioliner Rotor Bucket Adapters, Description: 10ml Blood Collection Tubes, No. Per Pack: 4. 75003662 10 F14s-6x250 Le Fiberlite Rotor: 2 Ea Thermo Scientific Fiberlite F14-6 X 250le Fixed Angle Rotor, For Sorvall Legend T Plus, Multifuge 3 Plus, For Use With: Thermo Scientific Sorvall Legend T Plus And Multifuge 3 Plus Centrifuges, Capacity: 6 X 250ml, Max. Speed: 10,000 Rpm, Max. Rcf: 15,316 X G, angle: 23 Deg. 75101073 11 Adpt 250 To 15ml Con 2/pk: Thermo 3 Ea Scientific Fiberlite F14-6 X 250le Rotor Adapters, Description: 15 Ml Conical Tube (set Of 2). 75100136 12 Adpt 250 To 50ml Con 2/pk: Thermo 6 Ea Scientific Fiberlite F14-6 X 250le Rotor Adapters, Description: 50ml Conical Tube (set Of 2). freight 13 Freight 1 Ea Total Cost_______________ (vi) The Us Government, Veterans Affairs (va) Seeks To Make A Procurement For 2 Ea Centrifuge Including Delivery. offeror Quotations Must Demonstrate Meeting The Salient Physical, Functional, Or Performance Characteristics Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per far 52.211-6. the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Or Equal To Supplies Being Requested.
statement Of Work
1. Background. The Va Loma Linda Healthcare System Has A Requirement To Acquire 2 Ea Centrifuge Including Delivery. 2. Scope. The Vendor Is To Deliver All Items As Required Per This Solicitation. 3. Place Of Delivery department Of Veterans Affairs
va Loma Linda Healthcare System
11201 Benton Street warehouse Building 1c05 loma Linda, Ca 92357 4. Period Of Performance/delivery Timeframe deliver All Items On Or Before 90 Days Aro. salient Characteristics high-throughput Superspeed Centrifuge, Rotors, And Adaptors
superspeed Centrifuge Must Be A High-throughput Floor Model
power Requirements Are 200-240v 50/60hz
must Have Maximum Capacity Of 4l must Produce Centrifugation Speed Of No Less Than 24,000 Rpm must Be Able Yield Rotational Force Of No Less Than 68,905 X G
must Be Able To Perform At A Temperature Range Of 10 Degree C To 40 Degree C
must Have A Timer Control That Can Allow 99 Hours Hold-time
must Have Capability Of Quick And Secure Changes Of Rotors
must Use A High Torque Brushless Drive System
must Be Able To Perform No Less Than 9 Acceleration And 10 Deceleration Profiles
must Be Quiet And Produce No More Than 60 Dba
must Offer Installation And Training must Offer Long-term Warranty
rotor 1 For 4 X 1l Capacity must Be A Swinging-bucket Rotor
must Be Able To Be Used In The Above Superspeed Centrifuge
must Be Able To Process 35 Or More Tube Styles From Microtubes To 1l Bottles, Conical Tubes, Microplates, Tissue Culture Flasks, And Blood Bags
must Be Stainless Steel Rotor Body And Aluminum Bucket
must Be Able To Handle No Less Than 7,068 X G And No Less Than 5,500 Rpm must Support A Range Of Capacities And Be Able To Accommodate Adapter For 15 Ml Conical Tube And Adapter For 10 Ml Centrifuge Tubes adapters For Rotor 1 must Be Adapter Suitable For Use In The Above Rotor.
must Be Adapter For Use In Swinging-bucket Carrying 15 Ml Conical Tubes must Be Adapter For Use In Swinging-bucket Carrying 10 Ml Centrifuge Tubes rotor 2 For 6 X 250 Ml Capacity must Be A Fixed Angle Rotor 1
must Be Able To Be Used In The Above Superspeed Centrifuge
must Be Lightweight, Fiberlite Carbon Fiber Rotors And Be Corrosion- And Fatigue-resistant
must Support A Range Of Capacities And Be Able To Accommodate 250 Ml Centrifuge Bottles Or 10 Ml, 15 Ml, 50 Ml, And 50 Ml Conical Centrifuge Tubes With Corresponding Adapters
must Provide No Less Than 15 Years Warranty adapters For Rotor 2
must Be Adapter Suitable For Use In The Above Rotor 2.
must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 15 Ml Conical Tubes must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 50 Ml Conical Tubes superspeed Centrifuge must Be A High-throughput Floor Model
must Have Maximum Capacity Of 4l must Produce Centrifugation Speed Of No Less Than 24,000 Rpm
must Be Able Yield Rotational Force Of No Less Than 68,905 X G
must Be Able To Perform At A Temperature Range Of 10 Degree C To 40 Degree C
must Have A Timer Control That Can Allow 99 Hours Hold-time
must Have Capability Of Quick And Secure Changes Of Rotors
must Use A High Torque Brushless Drive System
must Be Able To Perform No Less Than 9 Acceleration And 10 Deceleration Profiles
must Be Quiet And Produce No More Than 60 Dba
must Offer Installation And Training must Offer Long-term Warranty rotor For 6 X 250 Ml Capacity must Be A Fixed Angle Rotor
must Be Able To Be Used In The Above Superspeed Centrifuge
must Be Lightweight, Fiberlite Carbon Fiber Rotors And Be Corrosion- And Fatigue-resistant
must Support A Range Of Capacities And Be Able To Accommodate 250 Ml Centrifuge Bottles Or 10 Ml, 15 Ml, 50 Ml, And 50 Ml Conical Centrifuge Tubes With Corresponding Adapters
must Provide No Less Than 15 Years Warranty adapter For The Above Rotor must Be Adapter Suitable For Use In The Above Rotor
must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 15 Ml Conical Tubes must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 50 Ml Conical Tubes (viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation.
far 52.212-1 Addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than 01/26/2025, 4:00 Pm Pst. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late, Marked As Non-responsive And Will Not Be Considered For Award. All Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than 11/22/2025, 4:00 Pm Pst. Offers And Questions Shall Be Sent By Email To John Harrison At John.harrison2@va.gov (ix) The Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Applies To This Solicitation.
far 52.212-2 Addendum / Replacement:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
technical Acceptability Shall Be Established By Review Of Each Submitted Quote,
attachments, And/or Information By The Designated Technical Evaluator/s And Verification That Any Brand Name Or Equal To Items" At A Minimum Meet The Salient Characteristics Outlined In Section Salient Characteristics Of This Solicitation. No Other Rating Or Quantitative Value Other Than Acceptable Or Unacceptable Will Be Assigned. award Will Be Made To The Offer That Meets All Minimum Requirements And Provides The Lowest Price. acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Statement Of Work/salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to Items Meet Statement Of Work/ Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information.
far 52.211-6 Brand Name Or Equalâ (aug 1999)
(a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation.
(b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must-
(1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation;
(2)â clearly Identify The Item By-
(i)â brand Name, If Any; And
(ii)â make Or Model Number;
(3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And
(4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications.
(c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer.
(d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation.
(end Of Provision) (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
(x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Items, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
authorized Distributor Letter (adl)
any Suppliers, Distributors And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Supplies By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award. if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All Of The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer. 52.212-4 Contract Terms And Conditions Commercial Items (oct 2018)
(a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights (1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And (2) Before Any Substantial Change Occurs In The Condition Of The Item Unless The Change Is Due To The Defect In The Item. (b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract. (c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties. (d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Far 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract. (e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference. (f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence. (g) Invoice. (1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include (i) Name And Address Of The Contractor; (ii) Invoice Date And Number; (iii) Contract Number, Line-item Number And, If Applicable, The Order Number; (iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered; (v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading; (vi) Terms Of Any Discount For Prompt Payment Offered; (vii) Name And Address Of Official To Whom Payment Is To Be Sent; (viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And (ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract. (x) Electronic Funds Transfer (eft) Banking Information. (a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract. (b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures. (c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft. (2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315. (h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings. (i) Payment. (1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract. (2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315. (3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause. (4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made. (5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall (i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The (a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment); (b) Affected Contract Number And Delivery Order Number, If Applicable; (c) Affected Line Item Or Subline Item, If Applicable; And (d) Contractor Point Of Contact. (ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer. (6) Interest. (i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid. (ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract. (iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If (a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days; (b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or (c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2). (iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment. (v) Amounts Shall Be Due At The Earliest Of The Following Dates: (a) The Date Fixed Under This Contract. (b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination. (vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On (a) The Date On Which The Designated Office Receives Payment From The Contractor; (b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or (c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor. (vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In 32.608-2 Of The Federal Acquisition Regulation In Effect On The Date Of This Contract. (j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon: (1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or (2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination. (k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties. (l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided. (m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience. (n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession. (o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract. (p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items. (q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract. (r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 2409 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity. (s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order: (1) The Schedule Of Supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause; (3) The Clause At 52.212-5. (4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software. (5) Solicitation Provisions If This Is A Solicitation. (6) Other Paragraphs Of This Clause. (7) The Standard Form 1449. (8) Other Documents, Exhibits, And Attachments (9) The Specification. (t) [reserved] (u) Unauthorized Obligations. (1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern: (i) Any Such Clause Is Unenforceable Against The Government. (ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause. (iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement. (2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures.
(v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract.
(end Of Clause)
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (jun 2020) (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 Items: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402). [] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (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) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (5) [reserved] [] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (jun 2020) (31 U.s.c. 6101 Note). [] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). [] (10) [reserved] [] (11)(i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (mar 2020) (15 U.s.c. 657a). [] (ii) Alternate I (mar 2020) Of 52.219-3. [x] (12)(i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). [] (ii) Alternate I (mar 2020) Of 52.219-4. [] (13) [reserved] [] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (mar 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020). [] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (mar 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-7. [] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)). [] (17)(i) 52.219 9, Small Business Subcontracting Plan (jun 2020) (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 (jun 2020) Of 52.219 9. [] (18) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). [] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (jan 1999) (15 U.s.c. 637(d)(4)(f)(i)). [] (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (mar 2020) (15 U.s.c. 657f). [] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (mar 2020) (15 U.s.c 632(a)(2)). [] (ii) Alternate I (mar 2020) Of 52.219-28. [] (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns (mar 2020) (15 U.s.c. 637(m)). [] (24) 52.219-30, Notice Of Set-aside For, Or Sole Source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (mar 2020) (15 U.s.c. 637(m)). [] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). [] (26) 52.219-33, Nonmanufacturer Rule (mar 2020) (15 U.s.c. 637(a)(17)) [] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755). [] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (jan 2020) (e.o. 13126). [] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (feb 1999) Of 52.222-26. [] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). [] (ii) Alternate I (july 2014) Of 52.222-35. [] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). [] (ii) Alternate I (july 2014) Of 52.222-36. [] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). [] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). [x] (35)(i) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [] (36) 52.222-54, Employment Eligibility Verification (oct 2015). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Items As Prescribed In 22.1803.) [] (37)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693). [] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693). [] (40)(i) 52.223-13, Acquisition Of Epeatâ®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (oct 2015) Of 52.223-13. [] (41)(i) 52.223-14, Acquisition Of Epeatâ®-registered Televisions (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-14. [] (42) 52.223-15, Energy Efficiency In Energy-consuming Products (dec 2007)(42 U.s.c. 8259b). [] (43)(i) 52.223-16, Acquisition Of Epeatâ®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-16. [x] (44) 52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513). [] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693). [] (46) 52.223-21, Foams (jun 2016) (e.o. 13693). [] (47) (i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). [] (ii) Alternate I (jan 2017) Of 52.224-3. [] (48) 52.225-1, Buy American Supplies (may 2014) (41 U.s.c. Chapter 83). [] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (may 2014) (41 U.s.c. Chapter 83, 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, Pub. L. 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 (may 2014) Of 52.225-3. [] (iii) Alternate Ii (may 2014) Of 52.225-3. [] (iv) Alternate Iii (may 2014) Of 52.225-3. [] (50) 52.225 5, Trade Agreements (oct 2019) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note). [] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). [] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). [x] (55) 52.229 12, Tax On Certain Foreign Procurements (jun 2020). [] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41 U.s.c. 4505, 10 U.s.c. 2307(f)). [] (57) 52.232-30, Installment Payments For Commercial Items (jan 2017) (41 U.s.c. 4505, 10 U.s.c. 2307(f)). [x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332). [] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). [] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). [] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)). [] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631). [] (ii) Alternate I (apr 2003) Of 52.247-64. [] (iii) Alternate Ii (feb 2006) 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 Items: [] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). [] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). [] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). [] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). [] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (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 Items. 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 (jun 2020) (41 U.s.c. 3509). (ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91). (iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232). (v) 52.219 8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). (viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xi) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xiii)(a) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xiv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). (xv) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (oct 2015) (e. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). (xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xx) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note). (xxi) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) 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 Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
(xxiii) In Addition, The Following Clauses Shall Also Apply: 52.211-6 Brand Name Or Equal (aug 1999)
(a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation.
(b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By (i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
(c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Clause)
52.217-6 - Option For Increased Quantity (mar 1989)
the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
(end Of Clause)
852.212-72 - Gray Market And Counterfeit Items (mar 2020)
(a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory. (b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics. (c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (end Of Clause)
52.252-2 - Clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/comp/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar) (end Of Clause)
in Addition, The Following Clauses And Provisions Shall Also Apply:
52.232-18
availability Of Funds
(apr 1984)
52.233-1 disputes (may 2014) 52.233-3 protest After Award (aug 1996) 852.203-70 commercial Advertising (jan 2008) 852.232-72 electronic Submission Of Payment Requests (nov 2012) 52.204-7
system For Award Management
(oct 2018)
52.204-16
commercial And Government Entity Code Reporting
(oct 2016) 52.209-7
information Regarding Responsibility Matters
(oct 2018)
52.233-2
service Of Protest
(sept 2006)
852.233-70
protest Content/alternative Dispute Resolution
(oct 2018)
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
(jan 2008) 852.237-70 contractor Responsibilities apr 1984 852.215-70 service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors jul 2016
INTERNATIONAL BOUNDARY AND WATER COMMISSION U S MEXICO USA Tender
Security and Emergency Services
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Description: This Is A Combined Synopsis/solicitation For Commercial Items 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; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued Separately. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-06 Dated 7/30/2024. the Solicitation Number Isfy25r3101051 This Solicitation Is Issued As A Request For Quote (rfq). this Is A 100% Small Business Set Aside. The Associated North American Industry Classification System (naics) Code Is561612 Security Guards And Patrol Services, With A Corresponding Small Business Standard Of $29.0 Million. The Product Service Code (psc) For This Requirement Is R430 Support- Professional: Physical Security And Badging. only Offers From Small Businesses Will Be Considered For This Solicitation. services Shall Be Quoted All Or None As Per Clin Structure Attached. quotes Shall Be Good For 90 Days. a Site Visit Of Where The Work Will Be Performed Is Highly Recommended. Site Visits May Be Arranged With Mr. Esteban Martinez Via Email Esteban.martinez@ibwc.gov .(956) 825-0616 /(956) 848-5211. site Visit Will Be On 1/8/25 At 9am. address:
anzalduas Dam Facility
6400 Anzalduas Dam Rd.
mission, Tx 78752 the Site Visit Is Not A Question And Answer Session. Any Questions Must Be Submitted In Written Form. Questions In Writing Are Due By E-mail Directly To My Attention At Adrian.knights@ibwc.gov By January 13, 2025. Please Include Fy25r310-1051 In The Subject Line Of All Communication/emails. No Phone Calls Will Be Accepted. offer Due Date/local Time: January 15, 2025; 3:00 Pm Mst. active Uei (unique Entity Identifier) Must Be Included With Your Offer. only Questions Submitted By Email To Adrian.knights@ibwc.gov Will Be Considered. Questions Received From Offerors After 3p On 1/13/25, May Not Be Responded To. description: The International Boundary And Water Commission, United States Section (ibwc) Requiressecurity Guard Services For Ibwc Lower Rio Grande Field Office. this Procurement Consists Of A Base Period Plus 4 Option Years. Please Quote Unit Price And Total Price For Contract Line-item Numbers: Clin 001 Thru Clin 010 As Per Clin Structure Attached. This Document Shall Be Completed And Returned With Your Quote. refer To Attached Scope Of Work For Description Of The Requirement To Include Dates And Places Of Delivery, Inspection, And Acceptance. the Destination For Fob Destination Shall Be The Lower Rio Grandefield Office. evaluation Of Offer – 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 Acceptability To Meet Ibwc Requirements; Technical Approach And Past Performance. the Government Will Award A Contract Resulting From This Combined Synopsis/solicitation To The Lowest Price Technically Acceptable (lpta), Responsible Offeror. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items, With Its Offer. Note: The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically Via The System For Award Management (sam) Website Accessed At Https://www.sam.gov. the Following Provisions And Clauses May Apply To This Solicitation: 52.204-13 System For Award Management 52.204-9 Personal Identity Verification Of Contractor Personnel 52.212-4 Contract Terms And Conditions-commercial Items 52.217-8 Option To Extend Services 52.217-9 Option To Extend The Term Of The Contract 52.232-18 Availability Of Funds 52.217-8 Option To Extend Services 52.217-9 Option To Extend The Term Of The Contract 52.237-2 Protection Of Government Building, Equipment And Vegetation 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (dec2023) (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 Items: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.233-3, Protest After Award (aug 1996) (31u.s.c.3553). (6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19u.s.c.3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [contracting Officer Check As Appropriate.] __ (1) 52.203-6, Restrictions On Subcontractor Sales To The Government (sept 2006), With Alternate I (oct 1995) (41u.s.c.4704 And 10u.s.c.2402). __ (2) 52.203-13, Contractor Code Of Business Ethics And Conduct (oct 2015) (41u.s.c.3509)). __ (3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (june 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) xx (4) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (oct 2018) (pub. L. 109-282) (31u.s.c.6101note). __ (5)[reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). xx (8) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (oct 2015) (31u.s.c.6101 Note). __ (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41u.s.c. 2313). __ (10)[reserved]. __ (11) (i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (nov 2011) (15u.s.c.657a). __ (ii) Alternate I (nov 2011) Of 52.219-3. __ (12) (i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2014) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15u.s.c.657a). __ (ii) Alternate I (jan 2011) Of 52.219-4. __ (13)[reserved] xx (14) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2011) (15u.s.c.644). __ (ii) Alternate I (nov 2011). __ (iii) Alternate Ii (nov 2011). __ (15) (i) 52.219-7, Notice Of Partial Small Business Set-aside (june 2003) (15u.s.c.644). __ (ii) Alternate I (oct 1995) Of 52.219-7. __ (iii) Alternate Ii (mar 2004) Of 52.219-7. __ (16) 52.219-8, Utilization Of Small Business Concerns (oct2018) (15u.s.c.637(d)(2) And (3)). __ (17) (i) 52.219-9, Small Business Subcontracting Plan (aug2018) (15u.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 (nov 2016) Of 52.219-9. __ (v) Alternate Iv (aug 2018) Of 52.219-9 __ (18) 52.219-13, Notice Of Set-aside Of Orders (nov 2011) (15u.s.c.644(r)). __ (19) 52.219-14, Limitations On Subcontracting (jan 2017) (15u.s.c.637(a)(14)). __ (20) 52.219-16, Liquidated Damages-subcontracting Plan (jan 1999) (15u.s.c.637(d)(4)(f)(i)). __ (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2019) (15u.s.c.657f). xx (22) 52.219-28, Post Award Small Business Program Rerepresentation (jul 2013) (15u.s.c.632(a)(2)). __ (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business Concerns (dec 2015) (15u.s.c.637(m)). __ (24) 52.219-30, Notice Of Set-aside For, Or Sole Source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (dec2015) (15u.s.c.637(m)). xx (25) 52.222-3, Convict Labor (june 2003) (e.o.11755). __ (26) 52.222-19, Child Labor-cooperation With Authorities And Remedies (jan2020) (e.o.13126). xx (27) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). xx (28) (i) 52.222-26, Equal Opportunity (sept 2016) (e.o.11246). __ (ii) Alternate I (feb 1999) Of 52.222-26. xx (29) (i) 52.222-35, Equal Opportunity For Veterans (oct2015) (38u.s.c.4212). __ (ii) Alternate I (july 2014) Of 52.222-35. xx (30) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jul 2014) (29u.s.c.793). __ (ii) Alternate I (july 2014) Of 52.222-36. __ (31) 52.222-37, Employment Reports On Veterans (feb 2016) (38u.s.c.4212). __ (32) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). xx (33) (i) 52.222-50, Combating Trafficking In Persons (jan 2019) (22u.s.c.chapter78 And E.o. 13627). __ (ii) Alternate I (mar 2015) Of 52.222-50 (22u.s.c.chapter 78 And E.o. 13627). __ (34) 52.222-54, Employment Eligibility Verification (oct 2015). (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Items As Prescribed In 22.1803.) __ (35) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42u.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 (42u.s.c.6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) __ (36) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693). __ (37) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693). __ (38) (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. __ (39) (i) 52.223-14, Acquisition Of Epeat®-registered Televisions (jun2014) (e.o.s 13423 And 13514). __ (ii) Alternate I (jun2014) Of 52.223-14. __ (40) 52.223-15, Energy Efficiency In Energy-consuming Products (dec 2007) (42u.s.c.8259b). __ (41) (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. xx (42) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) (e.o. 13513). __ (43) 52.223-20, Aerosols (jun 2016) (e.o. 13693). __ (44) 52.223-21, Foams (jun2016) (e.o. 13693). __ (45) (i) 52.224-3 Privacy Training (jan2017) (5 U.s.c. 552 A). __ (ii) Alternate I (jan 2017) Of 52.224-3. __ (46) 52.225-1, Buy American-supplies (may 2014) (41u.s.c.chapter83). __ (47) (i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (may 2014) (41u.s.c.chapter83,19u.s.c.3301 Note, 19u.s.c.2112 Note, 19u.s.c.3805 Note, 19u.s.c.4001 Note, Pub. L. 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 (may 2014) Of 52.225-3. __ (iii) Alternate Ii (may 2014) Of 52.225-3. __ (iv) Alternate Iii (may 2014) Of 52.225-3. __ (48) 52.225-5, Trade Agreements (oct 2019) (19u.s.c.2501, Et Seq., 19u.s.c.3301 Note). xx (49) 52.225-13, Restrictions On Certain Foreign Purchases (june 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __ (50) 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; 10u.s.c. 2302note). __ (51) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov2007) (42u.s.c.5150). __ (52) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov2007) (42u.s.c.5150). __ (53) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41u.s.c.4505, 10u.s.c.2307(f)). __ (54) 52.232-30, Installment Payments For Commercial Items (jan2017) (41u.s.c.4505, 10u.s.c.2307(f)). xx (55) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct2018) (31u.s.c.3332). __ (56) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c.3332). __ (57) 52.232-36, Payment By Third Party (may 2014) (31u.s.c.3332). __ (58) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5u.s.c.552a). __ (59) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15u.s.c.637(d)(13)). __ (60) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46u.s.c.appx.1241(b) And 10u.s.c.2631). __ (ii) Alternate I (apr 2003) Of 52.247-64. __ (iii) Alternate Ii (feb 2006) 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 Items: [contracting Officer Check As Appropriate.] __ (1) 52.222-17, Nondisplacement Of Qualified Workers (may 2014)(e.o. 13495). xx (2) 52.222-41, Service Contract Labor Standards (aug 2018) (41u.s.c.chapter67). xx (3) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29u.s.c.206 And 41u.s.c.chapter 67). xx (4) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29u.s.c.206 And 41u.s.c.chapter67). __ (5) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) (29u.s.c.206 And 41u.s.c.chapter67). __ (6) 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) (41u.s.c.chapter67). __ (7) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41u.s.c.chapter67). xx (8) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). xx (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). xx (10) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (may 2014) (42u.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, 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 Items. 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 (oct 2015) (41u.s.c.3509). (ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iii) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115-91). (iv) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115-232). (v) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15u.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 $700,000 ($1.5 Million For Construction Of Any Public Facility), The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (vi) 52.222-17, Nondisplacement Of Qualified Workers (may2014) (e.o. 13495). Flow Down Required In Accordance With Paragraph (l) Of Far Clause 52.222-17. (vii) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (viii) 52.222-26, Equal Opportunity (sept 2015) (e.o.11246). (ix) 52.222-35, Equal Opportunity For Veterans (oct 2015) (38u.s.c.4212). (x) 52.222-36, Equal Opportunity For Workers With Disabilities (jul2014) (29u.s.c.793). (xi) 52.222-37, Employment Reports On Veterans (feb2016) (38u.s.c.4212) (xii) 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. (xiii) 52.222-41, Service Contract Labor Standards (aug2018) (41u.s.c.chapter67). (xiv) (a) 52.222-50, Combating Trafficking In Persons (jan 2019) (22u.s.c.chapter78 And E.o 13627). (b) Alternate I (mar2015) Of 52.222-50(22u.s.c.chapter78 And E.o 13627). (xv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xvi) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may2014) (41u.s.c.chapter67). (xvii) 52.222-54, Employment Eligibility Verification (oct 2015) (e.o. 12989). (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). (xx) (a) 52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxi) 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; 10u.s.c. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (may 2014) (42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxiii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46u.s.c. Appx.1241(b) And 10u.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 Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) far 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): Https://www.acquisition.gov (end Of Clause) invoice Processing Platform the U.s. Section International Boundary And Water Commission (usibwc) Has Transitioned To An Electronic Invoicing System. The Invoice Processing Platform (ipp) Is A Secure, Web-based System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service In Partnership With The Federal Reserve Bank Of St. Louis. Ipp Is Available At No Cost To Any Commercial Vendor Or Independent Contractor Doing Business With A Participating Government Agency. information Concerning Accessing The Ipp System Will Be Provided At Time Of Award. end Of Combined Synopsis/solicitation
Government Of New Brunswick Tender
Machinery and Tools
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. Where It Is Deemed Practicable And In The Best Interest Of The Province A Contract May Be Awarded To More Than One Supplier For The Same Item Or Group Of Items. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. Where Permissible Under The Applicable Trade Agreements And The Regulation Under The Procurement Act, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Holiday Season Office Closure The Strategic Procurement Division Of Service New Brunswick (located At 300 St. Mary's Street) Will Be Closed For The Holiday Season. This Includes All Strategic Procurement Operations (except Strategic Procurement - Health), The Reception Area And The Central Tendering Office. The Closure Period Is From 12 P.m. On December 24, 2024 To 8:15 A.m. On January 2, 2025. The New Brunswick Opportunities Network (nbon) Will Be Accessible Throughout This Period, However Please Note Support (helpline And Email Queries) Will Not Be Available During This Time. New Brunswick Manufacturer Preference By Stating Yes In The Input Box, I Confirm That I Am A Manufacturer Of Goods With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Manufacturer Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Manufacturer Preference. Place Of Business Means An Establishment Where A Manufacturer Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. New Brunswick Vendor Preference By Stating Yes In The Input Box, I Confirm That I Am A Vendor Of Goods Or Services With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Vendor Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Vendor Preference. Place Of Business Means An Establishment Where A Vendor Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Air Purification Equipment Scope This Invitation To Tender Consists Of The Provision Of All Labour, Materials, And Equipment Required To Conduct Preventative Maintenance Services Of Dust Collector Systems At The Locations Detailed With This Document And Associated Attachments. The Contract Shall Be For A Two (2) Year Period, From Contract Award 2025 To Contract Expiry 2027, With The Option To Renew For Three (3) Additional One (1) Year Term Upon Written Agreement Of Both Parties. Option Year Pricing Pricing Will Be Subject To Negotiation Of A Satisfactory Contract Price Not To Exceed The Tendered Price Plus Any Published Increase In The New Brunswick Consumer Price Index (cpi). Specifications Please See The Attached Document. Pricing And Award Criteria Vendor(s) Are Invited To Bid On Any Or All Zones Listed In This Itt Document. Vendor(s) Must Submit A Bid On Every Location Listed In The Zone Of Interest. The Intent Of This Contract Will Be Awarded To The Successful Bidder(s) Based Upon Meeting The Requirement Listed Herein And The Lowest Cost To The Department For Each Zone. The Province Intends On Awarding To One Or Multiple Vendors. The Department Of Transportation & Infrastructure (dti) Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Bidder At The Time Of Award. How To Submit Pricing Vendors Are To Indicate Their Yearly Price In The "unit Price Including Discount" Column And Extend The Price (multiply Unit Price By 2) To The "extended Price" Column Directly On This Invitation To Tender. The 'unit Price Including Discount' And 'extended Price' Should Not Include Taxes. There Are No Additional Pricing Sheets To Be Completed With This Bid. Delivery Date And Price Vendor(s) Agrees To Perform Services As Detailed Within The Attached Specification In Accordance With The Schedules Listed Therein Commencing Upon Contract Award. Bids Must Include Pricing For Service Delivery To The Addresses Detailed With The Attached Specification And Listed Below Under Each Zone. Vendor Questions All Inquiries Should Be Received Seven (7) Calendar Days Prior To The Closing Date; Any Inquiries Received Less Than Seven (7) Calendar Days Prior To The Closing Date Cannot Be Guaranteed A Response. Please Reference The Tender Number And Closing Date Within Your Communications To Ensure A Prompt And Accurate Reply. Requirements Vendors Are Required To Sign And Date Their Bid In The Space Provided Below. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.
7021-7030 of 7076 archived Tenders