Computer Tenders
Computer Tenders
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Details: Nist-ss25-13
6695 / 334516
title: Low-noise And Low-drift Closed-loop Cryogenic Microscope System, Including Nanopositioners And Cryogenic High-na Optical Objective
background
the Mission Of The Quantum Optics Group Of The Quantum Measurement Division Is To Develop And Characterize Measurement Methods That Take Advantage Of The Quantum Nature Of Light To Achieve Better Performance And Uncertainties Or To Enable New Applications That Are Not Possible With Classical Methods And Light Sources. Therefore, One Of The Most Important Aspects Of Quantum Measurement Division’s Research Is To Demonstrate A Prototype Of A High-efficiency Deterministic Single-photon Source In A Telecom Band. This Source Is An Essential Component For Quantum Communications And For Future Scalable Quantum Computer Networks. Operation Of The Source Requires A Low-noise And Low-drift Closed-loop Cryogenic Microscope System, Including Nanopositioners And Cryogenic High-na Optical Objective.
nist Will Use The System To Accommodate A High-efficiency Deterministic Single-photon Source In Telecom C-band, For Applications Ranging From Classical And Quantum Telecommunication Networks, In-situ Source Recognition And Classification, And Quantum Effects In Biological Systems. This Device Shall Be Optimized For High-efficiency Coupling Of C-band Telecom Photons Produced By Quantum Dots. This Device Will Be An Integral Component In Nist’s Physical Measurement Laboratory’s Quantum Measurement Division’s Laboratory. It Will Be Used To Study Single-photon And Entangled Light State Generation For Quantum Networks And Quantum Information Science. Light Emitted From The Quantum Dots Will Be Coupled Into The Fiber For Experiments And Characterization.
nist Has A Need For A Low-noise And Low-drift Closed-loop Cryogenic Microscope System, Including Nanopositioners And Cryogenic High-na Optical Objective That Meet Or Exceed The Following Draft Minimum Specifications:
contract Line-item Number (clin) 0001: The Contractor Shall Provide A Closed-loop Helium Cryostat With Compressor And Vacuum Pump To Include Free-space Experimental Chamber With Xyz Nanopositioning Stages And High Numerical Aperture (na) Objective That Meet The Following Minimum Specifications:
operating Ambient Temperature: Between 295 K Or Less And 305 K Or More
experimental Chamber:
cold Stage Base Temperature ≤ 3.8 K.
temperature Range: 3.8k To 320k (cold Plate With No Additional Stages)
temperature Stability < 15 Mk Peak-to-peak Fluctuations With Damped Sample Mount
cooling Power ≥ 170 Mw At 5 K Or ≥ 130 Mw At 4.2 K
cooldown Time To 5 K ≤ 4.5 Hours.
cold Plate Vibration Stability <5 Nm Peak-to-peak Fluctuation In X, Y,& Z Axis
dc Electrical Access: ≥ 16 Available Dc Feed-throughs For Future Ues (i.e. Not Counting Feed-throughs Already In Use E.g. For Nanopositioning Stage, Temperature Monitoring, Etc.).
rf Electrical Access: ≥ 2 X Rf Connections (50 Ohm Coaxial, 18 Ghz).
nanopositioning Stage (see Description Below) Installed.
the System Includes Two Fiber Optic Feedthroughs Compatible With Smf-28.
at Least 5 Optical Access Ports, With Two Windows (one Cold And One Warm) On Each Port. Ports Must Be Reconfigurable To Easily Replace Windows.
free-space Optical Access: ≥ 5 Windows (≥ 25 Mm Diameter) With <5 % Loss At Wavelengths From 1450 Nm To 1650 Nm
the System Should Be Deployable To An Optical Lab With Optical Tables.
internally Housed And Vertically Mounted Microscope Objective Holder. The Holder Must Be Temperature-regulated With A Heater And Thermometer, Allowing The User To Select And Hold The Objective Between 250 K – And 310 K Throughout The Entire Duration Of The Cooldown Cycle.
the System To Include At Least Two Interchangeable Sample Holders: One With 16 Dc Wires, And One Flat Sample Holder.
the Top Optical Access Window Must Have Threaded Holes (or Set Screw Holes) That Allow For An External Fiber Coupler Mount Via Thorlabs 30 Mm Cage System.
objective:
≥0.8 Na Objective.
working Distance: < 1.3 Mm.
optical Loss <20% Everywhere In The Wavelengths Range From 1150 Nm To 1620 Nm.
temperature And Pressure Compatible With The Experimental Chamber.
mounted In The Experimental Chamber Using A User-removable Mount.
vertical Mount Compatible.
nanopositioning Stage:
installed In The Experimental Chamber – Thermally Coupled To Cold Plate.
system Needs To Include Integrated Cryogenic Closed-loop X, Y, And Z Nanopositioners And Controller. Each Axis Equipped With A Travel Range Of At Least 4.8mm Or More.
sensor Resolution Per Direction: <= 200 Nm.
ability To Operate The Nanopositioner In An Open Loop Mode With Fine (sub-nm) Positioning Via Adjusting A Dc Voltage.
non-magnetic.
unidirectional Repeatability: <= 5 Microns (closed Loop).
operating Temperature: <= 3 K.
operating Pressure: <= 10-8 Torr.
closed Loop Control For All Nanopositioners; Pc Control With Applicable Software.
vibrations On The Sample Holder (peak-to-peak):
xy: 100 Nm Or Smaller
z: 50 Nm Or Smaller
bandwidth: Up To At Least 100 Hz Or More
relative Drift Between A Sample And Objective Focal Point At The Base(fixed) Temperature, Without A Thermal Load: < 50 Nm/hour Or Smaller
compressor:
type: Air-cooled.
helium Connection: Appropriate ≥ 30 Ft Flexible Tubing(hoses)
electrical Connection: 208 V @60 Hz 1 Phase Or 110 V @60hz 1 Phase As Appropriate To Provide And Maintain The Above Performance.
continuous Operation Cryostat Without The Use Of Extra-instrument Liquid Cryogens
fully Automated Pump, Cooldown, Temperature Stabilization, And Warmup. The System Should Include All Necessary Pumps, Controllers, And Compressors.
vacuum:
the Cryostat System Shall Have The Vacuuming Capability That Results In The Above-required System Features And Performance Capacities.
software
the Cryostat System Shall Include Automated Operational And Temperature Control Software And Motion Control Software.
control Software That Is Capable Of Running Automated Program Scripts From Matlab, Labview, And Python
additional Requirements:
the Cryostat Temperature Should Be Held For At Least 24 Hours With No Thermal Load
system Shall Be Air-cooled
target Temperature At The Sample Of 3.8 K Or Lower
110v Or 208v @60hz/1-phase Compressor
the System Must Support The Modification To A Different Wavelength Range By The User E.g. To Support Replacement Of Installed Optical Elements With The Elements With Different Antireflection Coating
how To Respond To This Notice
in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response. Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed At The Bottom Of This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice.
provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei).
details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements.
whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization.
identify Any Aspects Of The Description Of The Requirements In The Background Section Above That Could Be Viewed As Unduly Restrictive Or Create Unnecessary Barriers That Adversely Affect Your Firm’s Ability To Fully Participate In A Procurement For Such Services And Explain Why. Please Offer Suggestions For How The Requirements Could Be Organized Or Structured To Encourage The Participation Of Small Businesses.
for The Naics Code
indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information.
if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement.
if Your Firm Has Existing Federal Supply Schedule Contract(s) Or Other Contracts For Products Or Services Against Which The Department May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information.
describe Your Firm’s Experience (as A Prime, Subcontractor, Or Consultant) Providing The Products Or Services Described In Background Section.
provide Any Other Information That You Believe Would Be Valuable For The Government To Know As Part Of Its Market Research For This Requirement.
please Let Us Know If You Would Like To Engage To Get A Better Understanding Of The Requirement Or Need Additional Information About The Government’s Requirement For The Products Or Services Described In The Background Section.
questions Regarding This Notice
questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received By 5:00 P.m. Eastern Time On January 23, 2025. Questions Will Be Anonymized And Answered Via Sources Sought Notice Amendment Following The Question Submission Deadline.
important Notes
the Information Received In Response To This Notice Will Be Reviewed And Considered So That The Nist May Appropriately Solicit For Its Requirements In The Near Future.
this Notice Should Not Be Construed As A Commitment By The Nist To Issue A Solicitation Or Ultimately Award A Contract.
this Notice Is Not A Request For A Quotation. Responses Will Not Be Considered As Proposals Or Quotations.
no Award Will Be Made As A Result Of This Notice.
nist Is Not Responsible For Any Costs Incurred By The Respondents To This Notice.
nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Appropriate.
thank You For Taking The Time To Submit A Response To This Request.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Education And Training Services...+1Aerospace and Defence
United States
Details: Solicitation: N61340-25-r-0034
program: E-2d Hits-v
naics: 333310
psc: 6910
introduction
the Naval Air Warfare Center Training Systems Division (nawctsd) Orlando, Fl Intends To Sole Source The E-2d Hawkeye Integrated Training Systems (hits)-v Effort To Rockwell Collins Simulation & Training Solutions (rcsts), Llc Of Cedar Rapids, Iowa Under The Authority Of 10 Usc 3204 (a) (1) As Implemented By Far 6.302-1. Rcsts Is The Only Source Which Possesses The Required Source Data And Training Media Baseline Information Necessary To Timely Deliver An Updated Hits Training Device. In Order To Comply With Pgi 206.301-1 The Government Is Seeking Information On The Availability Of Potential Comparable Sources To Provide E-2d Hits Products To The Fleet. Responses To This Sources Sought Will Be Utilized To Ensure No Comparable Source Is Available And More Advantageous To The Government.
place Of Performance
the E-2d Hits-v Effort Involves The Following Training Systems:
-weapons Systems Trainers (wsts; Inclusive Of Tactics Trainers, Aircrew Procedure Trainers, Operational Flight Trainers); Norfolk, Va; Pt Mugu, Ca; Iwakuni, Ja
-distributed Readiness Trainers (d-drts), Norfolk, Va; Pt Mugu, Ca; Fallon, Nv; Iwakuni, Jpn; Oceana, Va (ddrt-7)
-special Program Advanced Readiness Trainers Ashore/afloat (sparta), Norfolk Va; Pt Mugu; Ca; Iwakuni, Ja, Fallon, Nv; Joint Training Facilities (various In Conus); Cvn’s (as Directed); Tactragru Lant And Pac (va And Ca)
-part Task Trainers, Norfolk, Va
-mission Rehearsal, Mission Brief/de-brief, And Mission Visualization May Be Required To Meet Fleet Readiness And Training Requirements; Norfolk, Va; Pt Mugu, Ca; Fallon, Nv; Iwakuni, Jpn; Cvn’s (via Sparta)
-systems Integration Lab (development Devices Wst, D-drt And Sparta), Sterling, Va
-maintenance Devices, Binghamton, Ny
disclaimer
this Source Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. 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.
program Background
hits Are A Combination Of Media, Curriculum, And Courseware Which Provides An Immersive Training Environment For E-2d Aircrew And Maintenance Personnel. The Hits Products, Developed By Rcsts On Competitively Awarded Delivery Orders, Are Designed To Be A Multi-media Instructional Platform That Integrates Instructor Led Training, Computer Based Courseware, And Complex, High Fidelity Training Devices To Meet Approved Proficiency And Qualification Curriculum. It Reports Readiness Within A Training Management System To Facilitate Efficient Student Production While Reducing Development And Operational Support Costs To The E-2d Program.
ongoing Market Research Performed By The Government Supports There Does Not Exist A Commercially Available Item Or Non-developmental Item To Satisfy The Government’s Requirement. Notwithstanding The Market Research, An Ancillary Reason Is Due To The Integrated Requirements Of Hits Products In Content, Networking, And Interoperability. Segregating Products Into Multiple Contract Actions Outside Of A Sole Source Hits Environment Is Not Viable And Doing So Will Induce A Prohibitive Risk Of Incompatibility Between Training Media And An Unacceptable Cyber Security Posture Within The Hits Secure Network Enclave.
the E-2d Hits-v Contract Involves The Procurement Of The Following: Additional Production D-drts Will Be Ordered When Required By The Fleet. Sparta Training Devices Will Be Ordered To Support Sims@sea Program And Joint Simulated Environment (jse) Integration Labs As E-2d Advanced Hawkeye Training Demand Continues To Mature. Other Training Devices (part Task Trainers, Maintenance Training, Mission Rehearsal, Mission Brief/de-brief And Mission Visualization) May Be Required To Meet Fleet Readiness And Training Requirements. All Hits Devices May Require Modifications And Upgrades That Include Technology Refreshes, Modifications To Address Obsolescence, And Modernization Of Visual Display Systems; These Include Hardware And Software Changes.
interim Contractor Support (ics) For The Newly Fielded E-2d Ahe Training Device Capabilities Will Be Included And The Training System Logistics Support, Spares, And Training (maintenance And User) To Facilitate Successful Transitioning Of The Hits To The Post-delivery Support Phase Is Required.
hits-v Will Also Include Aircraft-to-simulator Concurrency Updates Reflecting The E-2d System Software Configuration (dssc) Progression And Respective Engineering Change Proposals (ecp) And Aircraft Change Directives (acd) To Be Retrofitted Into The Entire Suite Of Hits Devices. To Facilitate Concurrency In Both Aircraft And Navy Continuous Trainer Environment (ncte) Configurations, Systems Integration Labs Must Be Supported And Maintained As Capital Investments To Reduce Risk And Software Integration Time On Delivered And Operational Training Systems. Participation In The Live/virtual/constructive Navy And Joint Environments Will Challenge The Common Software Configuration And Agile Development Environments And May Require New And Emergent/nascent Technologies To Remain Concurrent With The Aircraft As Pacing The Threat Becomes More Compressed. The Preponderance Of Work Will Be Accomplished At Classification Levels Commensurate With The E-2d Aircraft Program. The Anticipated Award Date Is Fiscal Year (fy) 2026 With Deliveries In Fy2027-2030.
required Capabilities
the Government Requires The Design, Development, Integration, Installation, And Test Expertise To Produce New And Modified Training Devices, Access To Use Necessary Training Media Source And Design Data, And Provide Logistics Support To Meet The Government Required For Training (rft) Date Of Fy2029.
special Requirements
any Resultant Contract Is Anticipated To Have A Security Classification Level Of Secret To Top Secret / Special Compartmentalized Information (sci) Along With Special Program Access. Any Resulting Contract Shall Be Compliant With The Specialty Metals Restriction Of The Berry Amendment In Accordance With Dfars Clauses 225.7003 And 252.225-7009, Unless An Exception Applies.
eligibility
the Applicable Naics Code For This Requirement Is 333310 (commercial And Service Industry Machinery Manufacturing), Which Carries A 1,000 Employee Small Business Size Standard. The Product Service Code (psc) Is 6910 (training Aids).
limitation On Subcontracting
if You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That The Far 52.219-14, “limitations On Subcontracting,” Class Deviation 2021-o0008, Revision 1, Is Now In Effect Which Includes The Definition Of “similarly Situated Entity” And Provides A Methodology For The 50% Calculation For Compliance With The Clause. Small Business Primes May Count “first-tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of Class Deviation 2021-o0008, Revision 1 - Limitations On Subcontracting For Small Business, Dated 15 February 2023, At [https://www.acq.osd.mil/dpap/policy/policyvault/usa000277-23-dpc.pdf].
to Assist In Our Market Research And Determination For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name, Unique Entity Id, And Cage Code Of The Specific Company(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Small Business Size Status Under The Naics Code That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned “similarly Situated Entity” Should Be Included In Answering Any Questions Outlined In The Ssn In Order To Assist The Government’s Capability Determination.
small Businesses Please Address The Following As Appropriate:
A. Identify Your Firm’s Cage Code
B. Identify If Your Company Is Considered Small Under The Size Standard Associated With The Chosen Naics Code.
C. Identify Your Company’s Socio-economic Status [i.e., Wosb, Edwosb, Sdvosb, Hubzone, Or 8(a)].
D. Please Address If Your Company Is Interested In Participating As A Prime Or Subcontractor. If Interested In The Prime Contractor Role And Plan On Subcontracting To Other Companies In Order To Deliver Technical Capability, Please Provide Details On Exactly Which Tasks Will Be Assigned To Those Subcontractors; In Addition, Provide The Names Of Those Anticipated Subcontractors, And List The Anticipated Percentage Of Small Business Subcontracting.
if You Are A Small Business Interested In Subcontracting Opportunities For This Effort, Please Contact The Rockwell Collins Small Business Liaison Office Poc, Amber Hanlon, (319) 263-9506, Amber.hanlon@collins.com.
submission Details
this Sources Sought Notice Is Not A Request For Competitive Proposals. It Is A Notice To Determine If A Comparable Source Exists For Purposes Of Market Research And Outline The Government’s Intent To Contract On A Sole Source Basis With Rcsts. Interested Sources Shall Submit Their Written Technical Capabilities To Provide The Supplies Described Above. Written Response To This Notice Must Show Clear And Convincing Evidence That Competition Would Be Advantageous To The Government. All Responses Shall Include Company Name, Company Address, Company Business Size & Applicable Socio-economic Category(ies), And Points Of Contact Including Name, Phone Number, Fax Number, And E-mail Address.
detailed Written Capabilities Must Be Submitted By Email To Sarah Landers (sarah.y.landers.civ@us.navy.mil) In An Electronic Format That Is Compatible With Ms Word, No Later Than 9am Eastern On03 February 2025. Verbal Submissions Via Phone Will Not Be Honored. Information And Materials Submitted In Response To This Request Will Not Be Returned. Classified Material Shall Not Be Submitted.
Closing Date3 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Description: Hardware
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Betasam. The Rfq Number Isspmym325q9005. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 November 12, 2024, And Dfars Publication Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions.the Clauses May Be Accessed In Full Text At This Address: Https://www.ecfr.gov.the Fsc Code Is 5305 And The Naics Code Is 332722. This Requirement Is Being Processed Utilizing A 100% Small Business Set-aside. The Small Business Standard Is 600.
solicitation Closes On Monday, January 20, 2025, At 12:00pm Est.
note: Offerors Must Complete The Attached Combined Synopsis Solicitation Spmym325q9005 And Attached Provisions And Clauses And Include The Completed Provisions With Their Offer To Be Considered For Award.quotes Must Be E-mailed To Tasha.dooley@dla.mil And Also Dla-kme-quotations@dla.mil
***
evaluation Criteria Is Lowest Price Technically Acceptable (lpta) And “all Or None”. If No Offers Are Received Which Meet Or Exceed The Government’s Rdd Provided Below, Award May Proceed To The Lpta Offeror And May Be Made Based On Soonest Delivery. Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
Government Rdd: 05/22/2025
offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable. Place Of Manufacture / Country Of Origin Required.
quotes Must Be E-mailed To Tasha.dooley@dla.mil And Also Dla-kme-quotations@dla.mil
your Company Info:
phone:
email:
cage Code:
**note: Vendor Shall List The Country Of Origin For Each Line Item
ship To:
portsmouth Naval Shipyard
receiving Officer
bldg 170
kittery, Me 03904
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
item Description Qty U/i Unit Price Total Price
clin 0001: Socket Head Slf Lkg 16 Ea ________ _________
Capscrew
socket Head Self-locking Capscrew, 0.500-13unc-3a X 3.500 In. Lg.
mfr Iaw Ff-s-86h Type Vi. Note That Para 3.1.4 & Para. 3.2.5 Of Ff-s-86h Is In Error. Fasteners Are To Meet The Requirements Of Table X Not Table Viii. Mat’l Is Nicu Alloy, Qq-n-281d Amend 2. Self-locking Iaw Mil-dtl-18240f Amend 1 Type “any”. Markings Of A Minimum 6 Dots (approx. 0.032) Raised Or Depressed (approx. 0.010) Shall Be Placed On The Head Of The Fastener (top Preferred, Side Location If Nece Ssary).
clin 0002: Data Requirements For Clin 0001 1 Ea __nsp____ _nsp____
see Exhibit A Seq A001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0003: Data Requirements For Clin 0001 1 Ea __nsp____ _nsp____
see Exhibit A Seq A002: Cdrl Di-misc-80678 (certification/data Reports).
clin 0004: Socket Head Slf Lkg 80 Ea ________ _________
Capscrew
same As Clin 0001.
clin 0005: Data Requirements For Clin 0004 1 Ea __nsp____ _nsp____
see Exhibit B Seq B001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0006: Data Requirements For Clin 0004 1 Ea __nsp____ _nsp____
see Exhibit B Seq B002: Cdrl Di-misc-80678 (certification/data Reports).
clin 0007: Socket Flat Countersunk Head 250 Ea ________ _________
Slf Lkg Capscrew
socket Flat Countersunk Head Self-locking Capscrew, 0.500-13unc-2a X 2.125 In. Lg. Mfr Iaw Mil-dtl-1222j Type Ii. Mat’l Is Nicual Alloy, Qq-n-286g. Make Self-locking Iaw Mil-dtl-18240f Amend 1 Type “l Or P”. Markings Of A Minimum (6) Dots (approx. 0.032 Dia) Raised Or Depressed (approx. 0.010) Shall Be Placed On The Head Of The Fastener (top Preferred. Side Location If Necessary).
clin 0008: Data Requirements For Clin 0007 1 Ea __nsp____ _nsp____
see Exhibit C Seq C001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0009: Data Requirements For Clin 0007 1 Ea __nsp____ _nsp____
see Exhibit C Seq C002: Cdrl Di-misc-80678 (certification/data Reports).
clin 0010: Socket Flat Countersunk Head 250 Ea ________ _________
Slf Lkg Capscrew
same As Clin 0007.
clin 0011: Data Requirements For Clin 0010 1 Ea __nsp____ _nsp____
see Exhibit D Seq D001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0012: Data Requirements For Clin 0010 1 Ea __nsp____ _nsp____
see Exhibit D Seq D002: Cdrl Di-misc-80678 (certification/data Reports).
clin 0013: Hex Head Slf Lkg Bolt 12 Ea ________ _________
hex Head Self-locking Bolt, 0.500-13unc-3a X 2.0 In. Long. Mfr Iaw Astm F468-23. Material Is Titanium Iaw Astm B348-21 Grade 5 (eli). Self-locking Iaw Mil-dtl-18240f Amend 1 Type “n”. Markings Of A Minimum Six (6) Dots (approx.
0.032 Dia.) Raised Or Depressed (approx. 0.010) Shall Be Placed On The Head Of The Fastener (top Preferred, Side Location If Necessary).
clin 0014: Data Requirements For Clin 0013 1 Ea __nsp____ _nsp____
see Exhibit E Seq E001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0015: Data Requirements For Clin 0013 1 Ea __nsp____ _nsp____
see Exhibit E Seq E002: Cdrl Di-misc-80678 (certification/data Reports).
clin 0016: Hex Head Slf Lkg Bolt 36 Ea ________ _________
same As Clin 0013.
clin 0017: Data Requirements For Clin 0016 1 Ea __nsp____ _nsp____
see Exhibit F Seq F001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0018: Data Requirements For Clin 0016 1 Ea __nsp____ _nsp____
see Exhibit F Seq F002: Cdrl Di-misc-80678 (certification/data Reports).
ifnot The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-25, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With Their Offer.
far Clauses And Provisions
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Items;
52.212-3, Offeror Reps And Certs
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1, Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-39, Unenforceability Of Unauthorized Obligations
52.233-2 Service Of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40, Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-10 Reporting Executive Compensation
52.204-27 Prohibition On A Bytedance Covered Application
52.204-30 Fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.209-6 Protecting The Government's Interest
52.219-6 Notice Of Total Small Business Set-aside
52.219-28 Post-award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor
52.222-21 Prohibition Of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity For Workers With Disabilities
52.222-50 Combating Trafficking In Persons
52.223-11 Ozone Depleting Substances
52.223-18 Encouraging Contractors To Ban Text Messaging While Driving
52.225-3 Buy American-free Trade Agreements
52.225-13 Restriction On Certain Foreign Purchases
52.232-33 Payment By Eft-sam
dfars Clauses And Provisions
252.203-7000, Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005, Representation Relating To Compensation Of Former Dod Officials
252.204-7003, Control Of Government Personnel Work Product
252.204-7004, System For Award Management
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7015, Disclosure Of Information To Litigation Support Contractors
252.204-7016, * See Attachment For This Provision.
252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services.
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification And Valuation
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008,prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (sep 2016)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
h10 Awardee Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l06 Agency Protests
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
local Clauses (see Attachment For Full Text):
ym3 A1: Additional Information
ym3 C500: Mercury Control (supplies)
ym3 C501: Correction Of Certifications
ym3 C524: Controlled Industrial Material
ym3 C528: Specification Changes
ym3 D2.2: Marking Of Shipments
ym3 D4: Preparation For Delivery (commercially Packaged Items)
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And Its Alt I If Not Updated In Sam.
this Announcement Will Closeon Monday, January 20, 2025, At 12:00pm Est. The Point Of Contact For This Solicitation Is Tasha Dooley Who Can Be Reached At Tasha.dooley@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/.
ifnot The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
please Submit Bids Via Email At Tasha.dooley@dla.mil And Dla-kme-quotations@dla.mil.
all Quotes Shall Include Price(s), Fob Point, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc) Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
******* End Of Combined Synopsis/solicitation *******
Closing Date20 Jan 2025
Tender AmountRefer Documents
Government Of New Brunswick Tender
Machinery and Tools
Canada
Description: Estimated Quantity Contract To Be Delivered As And When Required For The Period Indicated At The Request Of The Department. Quantities Or Dollar Values Stated Are An Estimate Made In Good Faith And May Vary Considerably. The Province Of N.b. Reserves The Right To Purchase More Or Lesser Amounts Depending On Requirements. Bidders Are Requested To Include Specifications On Product Quoted With The Bid. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement And The Canada-european Union Comprehensive Economic And Trade Agreement. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. 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. Compressors And Vacuum Pumps Scope The Department Of Natural Resources And Energy Development Is Looking To Establish An Estimated Quantity Contract For Slid In Fire Skid An As And When Required Basis. This Contract Will Be In Place From Contract Award To December 31, 2025, With The Option To Renew For Two (2) Additional One (1) Year Terms. 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). If A Mutually Agreed Upon Price Cannot Be Reached Gnb Reserves The Right To Re-tender, Re-award Or Delete The Item(s) In Question. Specification Items Must Meet Or Exceed The Specifications In The Attached Documents. The Province Will Purchase And Supply A Waterax Bb-4-23h Pump And Control Panel For Each Unit To The Successful Bidder. Connector Must Be Supplied To Connect The Pump To The Truck Battery So That It Can Easily Be Disconnected From The Truck For Maintenance. 150ft Of Rubber Hose (non-collapsible) On The Reel Must Be Included. Bidders Are Requested To Provide Detailed Specifications On The Product Being Bid With The Tender Submission. Contract Award Criteria This Tender Will Be Awarded Based On The Overall Lowest Compliant Bid Which Meets The Required Specifications And Consideration Of Other Cost Savings Incentives, Which Ever Provides The Best Overall Value To The Province Of New Brunswick. (best Overall Value Will Be Determined At The Sole Discretion Of Gnb And All Decisions Are Final.) How To Submit Pricing Vendors Are Invited To Submit Their Unit Price--the Price For A Single Product Within The Tender Item--under The 'unit Price Including Discount' Column. Vendors Should Then Multiply Their Unit Price By The 'quantity/unit' To Calculate The 'extended Price'. The 'unit Price Including Discount' And 'extended Price' Should Not Include Taxes. When Stating "unit Price," Vendors Must Include Delivery To The Shipping Address Detailed Above. The Bid Price Must Include Any Additional Costs And/or Charges That May Apply. All Prices Must Be Fob Destination, Freight Prepaid. Do Not Include Any Sales/hst Taxes In The Prices Quoted In The Tender Document. Delivery And Price Vendor(s) Are To Deliver The Goods To The Addresses Detailed Above Upon Receipt Of An Official Release Against This Contract. Vendor Questions All Inquiries Should Be Received Seven (7) Calendar Days Prior To The Closing Date; Any Inquiries Received Less Than 7 (seven) 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.
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At (far 13), As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Is(spmym325q6014x). This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 November 12, 2024, And Dfars Change Notice Publication Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address:
https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html.
the Fsc Code Is (5340) And The Naics Code Is (331491). The Small Business Standard Is 900 Employees.this Requirement Is Being Processed Utilizing As Full And Open Competition.
evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable.
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
interested Parties Must Fill Out The Request For Quote Titled, “25q6014x Rfq Required” In The Attachment Section.
item Description Qty U/i
0001 Safety Track Assy 1680 Ft
Safety Track Assy To Consist Of Plate (similar To Pc 23 Of Dwg 179-6985175 Rev Xa): 0.625-in Thk/ Mil-s-22698 / Eh-36t, Cl-p And I Section (similar To Pc 24 Of Dwg 179-6985175 Rev Xa): S6 X 17.25 / 6.000" X 3.625" X 17.25# / Mil-s-22698 / Ah-36, Cl-u.
Fabricate 20-ft Sections Similar To Assy Sa5t Of Dwg 179-6985175/xa (see Sheets 21 & 21-1). Joint To Weld I-section To Plate Shall Be A 3/8-in Pt2s.1 In Accordance With Mil-std-1688. A Vt And Mt Inspection Shall Be Conducted In Accordance With T9074-ad-gib-010/1688 The Welding And Inspection Process Shall Be Captured With A Code 138 Qualified Welding Procedure. C503 Dwg 6985175/xa Is Saved In The Drawing File Under Doc# 427542811 In The "p" Drive.
**do Not Add Holes Into Sections As Shown In Detail 19-4e Of Dwg 179-6985175 Rev Xa. Holes Shall Be Completed Once Section Is Cut To Length And Preped On Site.**
*note: Drawings To Be Provided Separately Upon Request And Receipt Of A Valid Dd Form 2345 And Signed Security Agreement.
0002 Data Requirements For 0001 1 Ea Nsp Nsp
A001 Exhibit A, Seq A001
See Exhibit “a” Seq A001: Cdrl Di-misc-81356a (certificate Of Compliance)
0003 Data Requirements For 0001 1 Ea Nsp Nsp
A002 Exhibit A, Seq A002
See Exhibit “a” Seq A002: Cdrl Di-misc-80678 (certificate / Data Report)
0004 Data Requirements For 0001 1 Ea Nsp Nsp
A003 Exhibit A, Seq A003
See Exhibit “a” Seq A003: To Be Vendor's Weld Procedures Per Navsea Tech Pub T907 4-ad-gib-0 10/1688 Rev-i And Dwg-6985175/xa. The Vendor Must Submitt Their Welding
Procedures To Pns Code 138.2 Prior To Performing Any Welding. Di-misc-80875 And Pns Clause C.513 Apply.
0005 Data Requirements For 0001 1 Ea Nsp Nsp
A004 Exhibit A, Seq A004
See Exhibit “a” Seq A004: To Be Vendor's Vt Procedure. Vendor Shall Submit Their Vt Procedure Ia W Navsea Tech Pub T9074-ad-gib-010/1688 Rev-i, Acceptance Criteria To Be Per Mil-std-2035 To Pnsy Code 135t For Review And Approval Prior To Performing Any Vt. Udi-t-23732b And Pns Clause C.514 Apply.
0006 Data Requirements For 0001 1 Ea Nsp Nsp
A005 Exhibit A, Seq A005
See Exhibit “a” Seq A005: To Be Vendor's Mt Procedure. Vendor Shall Submit Their Mt Procedure Ia W Na Vsea T9074-ad-gib-0 10/1688 Rev-i, Acceptance Criteria To Be Per Mil-std-2035 To Pnsy Code 135t For Review And Approval Prior To Performing Any Mt. Udi-t-23732b And Pns Clause C.514 Apply.
0007 Data Requirements For 0001 1 Ea Nsp Nsp
A006 Exhibit A, Seq A006
See Exhibit “a” Seq A006: To Be Vendor's Vt Test Results/report. Vendor Shall Submit Their Vt Test Results/report. Pns Clause C.512 And Di-ndti-80809b Apply.
0008 Data Requirements For 0001 1 Ea Nsp Nsp
A007 Exhibit A, Seq A007
See Exhibit “a” Seq A007: To Be Vendor's Mt Test Results/report. Vendor Shall Submit Their Mt Test Results/report. Pns Clause C.512 And Di-ndti-80809b Apply.
note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With
their Offer.
far Clauses And Provisions
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Products And Commercial Services
52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-39, Unenforceability Of Unauthorized Obligations
52.233-2 Service Of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-10
reporting Executive Compensation
52.204-27
prohibition On A Bytedance Covered Application
52.204-30
fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.209-6
protecting The Government's Interest
52.219-4
notice Of Price Evaluation Preference For Hubzone
52.219-28
post-award Small Business Program Representation
52.222-3
convict Labor
52.222-19
child Labor
52.222-21
prohibition Of Segregated Facilities
52.222-26
equal Opportunity
52.222-36
equal Opportunity For Workers With Disabilities
52.222-50
combating Trafficking In Persons
52.223-11
ozone Depleting Substances
52.223-18
encouraging Contractors To Ban Text Messaging While Driving
52.225-1
buy American-supplies
52.225-13
restriction On Certain Foreign Purchases
52.232-33
payment By Eft-sam
52.232-36
payment By Third Party
52.247-64
preference For Privately Owned Us-flag Commercial Vessels
dfars Clauses And Provisions
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7003. Control Of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training For Contractors.
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013)
252.204-7015, Disclosure Of Information To Litigation Support Contractors
252.204-7016, * See Attachment For This Provision.
252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services.
252.204-7019, *see Attachment For This Provision.
252.204-7020, Nist Sp 800-171 Dod Assessment Requirements
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification And Valuation
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7003, Electronic Submission Of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
g01 Additional Wide Area Workflow (wawf) Information (aug 2017)
h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l06 Agency Protests (dec 2016)
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
local Clauses (see Attachment For Full Text):
ym3 A1: Additional Information
ym3 C500: Mercury Control (supplies)
ym3 C501: Correction Of Certifications
ym3 C524: Controlled Industrial Material
ym3 C528: Specification Changes
ym3 D2.2: Marking Of Shipments
ym3 D4: Preparation For Delivery
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 E504: Notice Of Constructive Acceptance Period
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam.
this Announcement Will Close(1/14/2025 At 3pm). The Point Of Contact For This Solicitation Is (jannell Moriarty) Who Can Be Reached At (jannell.moriarty@dla.mil). All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/.
ifnot The Actualmanufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
please Submit Quotations Via Email At (jannell.moriarty@dla.mil).
quotes Also To: Dla-kme-quotations@dla.mil
all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
*if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf.
******* End Of Combined Synopsis/solicitation ********
Closing Date14 Jan 2025
Tender AmountRefer Documents
Establishments And Organizations Of Higher Education, Research And Innovation Tender
Laboratory Equipment and Services
France
Details: Purchase of a Confocal and Multiphoton Microscope for Calcium Imaging on Insects as Part of the Erc Olfatask Project No. 101161791 for the Egce Laboratory of the University of Paris Saclay The purpose of this contract is to purchase this equipment to enable functional imaging recordings on insects in vivo. It therefore includes the purchase of a multiphoton microscope equipped with a scan head and various detectors, allowing measurements to be carried out in confocal microscopy. The contract also includes the purchase of the computer controlling the elements of the microscope, the anti-vibration table on which the system is placed, as well as a visible laser bench and an infrared laser.
Closing Date30 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: It Is Anticipated That A Formal Solicitation Will Be Issued Within 30 Days Of This Pre-solicitation Notice. No Response Is Required For This Notice.
pre Solicitation Notice For N66604-23-rfpreq-npt-10-0243 Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi‐ Discipline Architect‐engineer (a‐e) Services In Support Of Projects On Nuwc Facilities At Naval Undersea Warfare Center Newport Division (nuwcdivnpt), Newport, Ri.
description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download.
background:
the Naval Undersea Warfare Center Newport Division (nuwcdivnpt) Requires A-e Services In Support Of Various Projects At Nuwcdivnpt. This Procurement Will Result In One Single-award Idiq Contract For Multi‐discipline A‐e Services For Planning, Design, Construction, Evaluation Of New Construction, And Renovation Projects. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, As Implemented By Federal Acquisition Regulation (far) Subpart 36.6. The Idiq Contract Will Be For A Five-year Ordering Period. The Maximum Value For The Contract Term, Including All Awards, Shall Not Exceed $5,000,000. The Guaranteed Minimum For The Contract Ordering Period Is $500 And Will Be Satisfied By Simultaneous Award Of The Initial Task Order With The Basic Contract. Firm‐fixed Price Task Orders Will Be Negotiated At The Task Order Level. In Accordance With Far 15.404-4(c)(4)(i)(b), The Contract Price Or The Estimated Cost And Fee For Production And Delivery Of Designs, Plans, Drawings, And Specifications Shall Not Exceed 6 Percent Of The Estimated Of Construction Of The Public Work Or Construction, Excluding Fees. There Will Be No Minimum Dollar Limits Per Task Order. The Maximum Dollar Limit Per Task Order Is $3,000,000.
this Proposed Contract Is Being Solicited As A Small Business Set-aside. The North American Industry Classification System (naics) Code Is 541330, Engineering Services, And The Small Business Size Standard Is $25,500,000. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria Included Herein.
comprehensive A‐e Services Are Required For The New Construction, Repair, Replacement, Demolition, Alteration, And/or Improvement Of Facility Projects. Projects May Include Single Or Multiple Disciplines, Such As: Structural, Civil, Mechanical, Electrical, Architectural, Planning, Environmental, Fire Protection, Cost Estimating, And/or Geotechnical. The Types Of Projects May Include: Building Renovations; Building Additions; Site Work Required To Support New Work; New Construction; Parking Areas; Foundations; Retaining Walls; Failure Investigation Including Destructive And Non‐destructive Testing; Seismic Evaluation And Design; Progressive Collapse Analysis; Blast Resistant Design; Structural Engineering Investigations; Utility Systems Including Sanitary And Storm; Mechanical Services; Electrical Services; Water Systems; Storm Water Management; Surveying; Pavement Design; And Civil Engineering Studies.
performance Location(s):
newport, Ri
requirements:
for Complete Details On This Requirement See Attachment 1, “saes.” Specific Types Of A‐e Services That May Be Required Under This Contract Include:
facility Planning And Project Development: Services May Include Work Such As The Following: Prepare Master Plans, Project/site Plans For Proposed Facility/infrastructure Projects. Facility Planning May Be Requested For Renovation, Addition, Repair And New Construction Projects.
development Of Design‐bid‐ Build (dbb) Packages: Services May Include Preparation Of Drawings And Specifications For Renovation, Addition, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design Solution(s) That Meet The Government’s Project Requirements.
development Of Design‐build (db) Request For Proposal (rfp) Packages: Services May Include Working With A Construction Manager As Part Of A Design-build Team To Prepare Drawings And Specifications For Renovation, Additions, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design-build Solution(s) That Meet The Government’s Project Requirements.
preparation Of Cost Estimates Using Unit Guidance And Parametric Cost Estimating: Services May Include Preparing Cost Estimates For Renovation, Addition, Repair And/or New Construction Projects Based On Prepared Design Documents.
development Of Alternatives And Economic Analysis: Service May Include Providing Alternate Design Solutions And Associated Economic Impacts For Renovation, Addition, Repair Or New Construction Projects.
condition Assessment: Services May Include Performing Studies Of Existing Buildings And/or Components Of Buildings To Validate Existing Conditions That May Then Be Used To Inform Future Proposed Design Solutions. Site Visits May Be Required To Document Existing Facility/infrastructure Conditions.
field Investigations (including Utility And Geotechnical): Services May Include Conducting Field Surveys/investigations Of Existing Sites, Buildings Or Specific Components Of A Building (i.e Hvac Or Electrical Systems) In Order To Document Current Status Of A Facility’s Infrastructure. The Results Of Any Field Investigations May Then Be Used To Assist With The Preparation Of Design Documents For A Particular Project.
surveying And Mapping: Services May Include Surveying And/or Mapping Of Existing Or Proposed Sites For A New Construction Project Or Building Addition. Survey Work May Be Required In Order To Document Existing Site Conditions To Support Site/civil Design Solutions.
preparation Of Engineering Evaluations: Services May Include Performing Engineering Calculations To Support Civil, Mechanical, Electrical, Plumbing Or Fire Protection Design Solutions.
incorporation Of Sustainable Engineering Design Practices: Services May Include Incorporation Of Design Principles For Renovation, Addition, Repair And/or New Construction Projects To Support Sustainable Design Solutions.
consultations: Services May Include Collaborating With Other Specialty Design Professionals To Offer And Propose Design Solutions Required To Respond To Unique Project Requirements.
energy Computations; Services May Include Preparation Of Energy Calculations To Verify Proposed Design Solutions Comply With Required Building Codes, Federal, State And/or Local Energy Requirements.
soil Borings: Services May Include Conducting Soil Boring Testing In Order To Identify Minimum Design Requirements For New Construction Projects Or Building Additions.
obtaining Permits And Regulatory Approvals: Services May Include Submitting Design Documents To Local, State And/or Federal Jurisdictions For Review And Approval Prior To Proceeding With Renovation/construction Work.
environmental Investigation And Consultation: Services May Include Providing Design Services Required To Meet Environmental/epa Regulations On Facility/infrastructure Projects And Providing Consultation(s)/collaboration With The Government To Discuss Acceptable Environmental Design Alternatives And Solutions.
review Of Contractor Submittals: Services May Include Review Of Project Submittals (such As Product Data Or Product Samples) In Order To Validate Proposed Materials/products Comply With Design Drawings And/or Specifications.
field Consultation And Inspection During Construction: Services May Include Responding To Contractor Rfi’s During Construction In Order To Address Design Questions That May Arise During Construction/renovation Projects.
commissioning: Services May Include Supporting The Commissioning Process By Attending Commissioning Meetings In Order To Validate Engineered Design Solutions Are Incorporated Into The Project In Accordance With Design Specifications.
operation And Maintenance Support Information (omsi): Services May Include Providing The Government With O&m Documentation And Training, Where Applicable, Based On The Final Design Solution And Construction.
as‐built Drawing Preparation: Services May Include Updating Design Documents Including Drawings And Specifications To Accurately Reflect Construction Field Changes And Document Final As-built Construction/renovation Projects.
functional Analysis Concept Development (facd)/design Charrette/other Design And Construction Related Workshops And Meetings: Services May Require Attendance At Design Meetings To Collaborate With Government Representatives To Consider Design Options And Build Consensus Regarding Preferred Design Solution(s).
document Deliverable Requirements:
cdrl Number
title
sub-title
cdrl A001
contractor’s Personnel Roster
contractor Personnel
cdrl A002
hazardous Materials Management Program (hmmp) Plan
facility Operations Inventory Hmmp Plan
cdrl A003
monthly Status Report
monthly Status Report
cdrl A004
product Drawings/models And Associated Lists
drawing Package
cdrl A005
manhour Estimate, Technical Cost Proposal
estimates And Proposal
cdrl A001 – Contractor’s Personnel Roster
within Ten Business Days Of Task Order Issue, The Contractor Shall Submit A List Of All Employees Working On The Project To The Contracting Officer. This List Shall Include Each Employee's Name, And Work Assignment. Changes To The Personnel List Shall Be Submitted At Least Ten Business Days In Advance. In Emergency Situations And Cases Of Adverse Actions Where Ten Business Days’ Notice Is Not Possible, The Contractor Shall Submit The Required Information Regarding The Change In Writing To The Contracting Officer Representative (cor) Not Later Than 24 Hours After The Replacement Employee Is On Board.
cdrl A002 – Hazardous Materials Management Program (hmmp) Plan
the Contractor Shall Submit A Hazardous Material Management Plan (hmmp) As Addressed In Paragraph 3.2 Of The Saes.
cdrl A003 – Monthly Status Report
contractor Shall Provide A Monthly Status Report For Each Project In Which The Support Was Provided. The Report Shall Discuss Major Impacts, Issues, And Steps For Remediation Of Issues, Proposals To Improve Operational Efficiencies, Effectiveness, Quality, Or The Customer Experience.
cdrl A004 – Product Drawings/models And Associated Lists
the Contractor Shall Develop And Deliver Drawings, Specifications, Architect / Engineering Reports, To The Technical Point Of Contact Upon Request.
cdrl A005 – Manhour Estimate, Technical Cost Proposal Insert Title
a‐e Firms Shall Prepare Cost Estimates Utilizing The Micro‐computer Aided Cost Estimating System (mcaces) Mii Estimating System. Specifications Shall Be Prepared In The Specifications‐kept‐intact (specsintact) Program. Design‐build Rfps Shall Be Prepared Utilizing Design‐build Masters, And Drawings Shall Be Prepared In Autocad (2016 Or Higher) Utilizing The National Computer‐aided Design And Drafting (cadd) Standards Format. Three‐dimension (3‐d) And Bim Modeling May Also Be Required. The Contractor Shall Provide Documents In Pdf Format. Final Documents Shall Be Electronically Signed By The Assigned Architect Or Engineer. All Projects Shall Be Designed In The Modern International Standard Version Of The Metric International System Of Units (si), Unless Specifically Exempted By The Statement Of Work At The Task Order Level.
other Special Considerations:
as Defined By Paragraph 1‐5 Of United Facilities Criteria (ufc) 3‐ 600‐01, Fire Protection Engineering For Facilities, This Contract Requires The Services Of A Licensed Fire Protection Engineer Or Consultant.
asbestos And/or Lead‐based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material During Removals/demolition Or At Utility Points Of Connections. Work On And Around Waterfront Structures, Including Under Deck And Underwater, And Work In Confined Spaces May Be Required On This Contract. A‐e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Poly‐chlorinated Biphenyls (pcb)s, And Other Hazardous Materials, Work On And Under Waterfront Structures, And In Confined Spaces.
all Engineering And Design Services Shall Comply With The Most Current Edition Of Facilities Criteria (fc) 1‐300‐09n Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide (wbdg) Web Site (www.wbdg.org). The Selected A-e Contractor Shall Have Online Access To Web‐based Support Programs Capable Of Creating Auto-cad Documents For Government Review, And Email Via The Internet For Routine Exchange Of Correspondence. The Selected A-e Contractor Shall Submit And Maintain An A‐e Accident Prevention Plan (app) In Accordance With U.s.army Corp Of Engineers (usace) Em 385‐1‐1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In‐field Action. Key Personnel, Including Consultants, Must Be U.s. Citizens.
a‐e Firms Are Advised That The Selected Firm, Its Subsidiaries Or Affiliates, And Its Consultants Which Design, Prepare, Or Provide Engineering Services In Support Of Construction Contract Documents Cannot Provide Construction Services For The Same Contract. This Includes Concept Design, Preparation Of Project Programming Documents (dd Form 1391), Facility Siting Studies, Environmental Assessments, Geotechnical Services, Engineering Studies And Services, Design‐build Request For Proposals (rfps), Or Other Activities That Result In Identification Of Project Scope And Cost. The Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest, Including Naval Facilities Acquisition Supplement (nfas) 5252.209‐9300, Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term.
submission Requirements:
a‐e Firms Desiring To Be Considered For This Contract Shall Submit A Completed Sf 330 Package By Email To The Contracting Officer And The Contract Specialist. The Sf 330 Shall Be Typed, At Least 11 Point Times New Roman Or Larger. Part I Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages (the Page Limit Does Not Include Individual Subcontracting Reports (isr)s, Certificates Licenses, Nor Does The Page Limit Include Cover Sheets Or Dividers, Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. Introductions Shall Be Included In Sections E And F. A-e Firm Submissions Shall Include Its Dun & Bradstreet (duns), Commercial And Government Entity (cage), And Taxpayer Identification Number (tin) Numbers In Block 30 Of The Sf 330.
all Contractors Are Advised That Registration In System For Award Management (sam) Database Is Required Prior To Award Of A Contract. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site: Https://www.sam.gov.
in Accordance With The Federal Acquisition Regulations (far) 36.601‐4(b), The A‐e Firm Must Be A Registered And Licensed Architectural And/or Engineering Firm In Rhode Island To Be Eligible For Award. A-e Firms Shall Provide Proof That The Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering, (e.g., State Registration Number, Or A Brief Explanation Of The Firm’s Licensing In Jurisdictions That Do Not Register Firms, Etc.). Failure To Submit The Required Proof Will Result In A Firm’s Elimination From Consideration.
firms Who Are Offering As A Joint Venture Should Include With Their Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement Will Result In The Firm’s Elimination From Further Evaluation.
if An Sf 254/sf 255 Is Submitted For This Solicitation, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number).
interested Firms Shall Submit Proposals To Both The Contract Specialist And The Contracting Officer At The Email Addresses Listed Below.
sf 330 Submissions Are Due No Later Than Xx Xxxxx 2023 At Xx:xx Pm (est). Late Responses Will Be Handled In Accordance With Federal Acquisition Regulations (far) 52.215‐1. The Points Of Contact For This Acquisition Are Contract Specialist, Xxxxx Xxxxxx, At Xxxxxxxxx@navy.mil And Xxxxx Xxxxxxx, Contracting Officer, At Xxxxxxx@navy.mil. (to Be Provided Within Formal Solicitation)
the Total Maximum File Size For Email Proposal Submission Is Limited To 10mb. If The Submission Will Exceed 10mb, It Is Acceptable For The Submission To Be Broken Up Into Multiple Emails Or The Firm Should Coordinate With The Identified Government Poc's To Obtain A Dod Safe Request For Submission. Failure Of The Firm To Coordinate A Dod Safe Request For Submission In A Timely Manner, To Allow Sufficient Time For Submission Of The Required Documents Before The Required Response Date, Will Not Be Acceptable Justification For The Government Allowing Or Considering A Late Submission. A Timely Manner Is Defined As Requesting Such Dod Safe Information From The Identified Government Poc's No Later Than 10 Calendar Days In Advance Of The Response Date Of The Synopsis.
if The Firm Chooses To Complete Multiple Email Submissions, Emails Shall Clearly Indicate The Number Of Email Submissions The Government Should Expect To Receive And Shall Be Numbered To Indicate Which Email Of The Submission Each Email Received Is (i.e.: Email 1 Of 3; Email 2 Of 3; Email 3 Of 3).
inquiries Concerning This Procurement Should Reference The Solicitation Number And Title And Be Forwarded Via Email To The Points Of Contact Identified Above. Questions Pertaining To This Requirement Are Due No Later Than Fourteen (14) Days After Posting Of This Requirement On Sam.gov.
list Of Attachments:
scope Of Architect-engineer (a-e) Services (saes) (draft)
cdrls (draft)
selection Criteria:
firms Responding To This Synopsis Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria.
failure To Comply With Instructions, Or Provide Complete Information May Affect The Firm’s Evaluation Or Disqualify The Firm From Further Consideration. Evaluation Criteria (1) Through (4) Are Considered Most Important And Are Equal Among Themselves; Criteria (5) Through (6) Are Less Important And Are Equal Among Themselves; Criteria (7) Will Only Be Used As A Tie‐breaker Among Technically Equal Firms. Specific Selection Criteria Include:
specialized Experience
professional Qualifications And Technical Competence
past Performance
quality Control
program Management And Capacity
firm Location
volume Of Work
criterion 1 —specialized Experience (sf 330, Part I, Section F):
firms Will Be Evaluated On Specialized Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In:
infrastructure/facility Design Utilizing The Following Criteria, Including, But Not Limited To, Unified Facilities Criteria (ufc’s) And Military Standard (milstd);
conducting On‐site Design Development Workshops, Charrettes, Functional Analysis, Schematic Design, Or Space Programming, Including Supporting Budgetary Or Parametric Cost Estimating;
demonstrated Ability To Design To Project Budget And Schedule;
experience Preparing Design‐bid‐build;
experience Preparing Design‐build Rfp Packages; And
designing Projects In Accordance With Dod, Navy, Or Other Government Agencies’, Or Private Industry Criteria.
firms May Be Considered More Favorably Under Criterion 1 By Demonstrating The Following:
experience In The Delivery Of Multiple Types Of A‐e Services Identified In The Requirements Above.
experience On Multiple Facility Types, Such As Business, Educational, Industrial, Assembly, Health Care, Residential, Storage, Laboratory, And Mixed-use Occupancies, Identified In The Requirements Above.
demonstrated Experience Using The Micro Computer Aided Cost Estimating System Second Generation (mii) Cost Estimating Software.
demonstrated Experience On Navy Bases Within The Primary Geographic Area Of The Contract.
demonstrated Experience Designing Modifications To Existing Structures And Developing Construction Phasing While Associated Facilities Are Required To Remain In Service.
demonstrated Experience Specific To Navy Facility Projects, Illustrating The Capability Of The A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Consultants) To Work Within The Navy Project Planning Process Including:
dd Form 1391 Development In The Navy’s Electronic Procurement Generator (epg),
dd Form 1391 Validation Procedures Including Cost Validation.
demonstrated Understanding Of Procedures And Timely Submission Of Base Access Documents In Adherence With Security, Safety, Environmental, And Accident Prevention Regulations In Order To Support A‐e Activities And Maintain Project Schedules.
experience Of A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Sub‐ Consultants) With Facilities Located In Historic Areas That Will Require Consultation With State Historic Preservation Officer (shpo) Throughout The Design Process.
criterion 1 Submission Requirements:
provide Up To A Maximum Of Ten (10) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Is Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted.
all Projects Provided In The Sf 330 Must Be Completed By The Actual Office/branch/regional Office/ Individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf 330 Part I, Section F, Block 25, “firm Name.” Include A Contract Number Or Project Identification Number In Block 21. Include An E‐ Mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. For Projects Performed As A Sub-contractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Sub-contractor Or By Those Firms On The Project Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Firm Will Be Eliminated From Award Consideration.
note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects Must Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Ten (10) Projects. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion.
projects Shall Be Submitted On The Sf 330 At Part I, Section F And Shall Be Completed Projects. Projects Not Completed Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand‐alone Contract Award. Do Not Submit An Idiq Contract As An Example Project. Instead, List Relevant Task Orders Or Stand‐alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated.
all Information For Criterion 1 Shall Be Submitted In The Sf 330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Part I, Section F In The Evaluation Of Criterion 1.
criterion 2—professional Qualifications And Technical Competence (sf 330, Part I, Sections E & G):
firms Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects In The Sf 330, Part I, Section G. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Specific Disciplines That Must Be Included In Key Personnel Are:
project Manager(s)
senior Architect
senior Civil Engineer
senior Structural Engineer
senior Mechanical Engineer
senior Electrical Engineer
senior Quality Control Manager
senior Fire Protection Engineer (a Licensed Fire Protection Engineer Is Required)
key Personnel, Including Consultants, Shall Be U.s. Citizens.
submissions Must Demonstrate Key Personnel Relevant Experience, Formal Education (e.g. Bachelor’s Or Master’s Degrees), And Relevant Professional Development Or Professional Certifications.
criteria 2 Submission Requirements:
sf 330, Part I, Section E – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G.
criterion 3—past Performance (sf 330, Part I, Section H):
firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction.
evaluating Past Performance And Experience Will Include Information Provided In The Contract Performance Assessment Reporting System (cpars) / Architect-engineer Contract Administration Support System (acass) For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified.
criteria 3 Submission Requirements:
submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If Cpars Or Acass Evaluations Are Not Available For The Projects Identified Under Criterion 1, Then The Firm Shall Provide A Point Of Contact Reference From The Requiring Organization Familiar With The Project Who Can Confirm The Quality Of The Offeror’s Work On The Project. Those References Shall Include Contract/task Order Number, Project Title, Point Of Contact Name, Telephone Numbers, And Email Addresses For The Reference.
firms May Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1—specialized Experience. Firms May Also Address Any Adverse Past Performance Issues. Information Shall Not Exceed Two Double‐sided Pages (or Four Single‐sided Pages) In Total.
awards, Letters Of Commendation, Certificates Of Appreciation, Etc. Shall Not Be Submitted And Will Not Be Considered In The Evaluation.
criterion 4—quality Control Program (sf 330, Part I, Section H):
firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract, And Means Of Ensuring Quality Services From Their Consultants/subcontractors.
criteria 4 Submission Requirements:
describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall:
describe Specific Quality Control Processes And Procedures Proposed For This Contract To Achieve Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services.
provide A Quality Control Process Chart Showing The Inter‐relationship Of The Management And Team Components.
identify The Key Personnel (submitted Under Criterion 2—professional Qualifications And Technical Competence) Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities.
describe How The Firm’s Quality Control Program Extends To Management Of Sub-contractors.
explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf 330, Section F Or How The Plan Will Work If It Has Not Been Used Previously.
criterion 5—program Management And Capacity (sf 330, Part I, Section H):
firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract And The Capacity To Accomplish The Work In The Required Time.
criteria 5 Submission Requirements:
provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff, Sub-contractors And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable.
describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably.
describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets.
criterion 6—firm Location (sf 330, Part I, Section H)
firms Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The General Geographic Areas In Which Projects Could Be Located. Evaluation Of Firms Will Include Consideration Of Their Location Within The General Geographic Area Of The Anticipated Projects (primarily At Naval Undersea Warfare Center Newport Division, Newport, Ri).
criteria 6 Submission Requirements:
indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members.
provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract.
provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. Provide Timelines And Examples Of The Team’s Success In Providing This Response. Include Both Primary And Sub‐contractor Support As Required. Teams With A Demonstrated History Of Providing Timely Support May Be Considered More Favorably.
criterion 7—volume Of Work (sf 330, Part 1, Section H) (tie-breaker)
in The Event Of A Tie Among Equally Rated Firms, Those Firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602‐1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve (12) Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A‐e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A‐e Contracts.
criterion 7 Submission Requirements:
firms Shall Not Submit Data For This Factor.
Closing Date31 Jan 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Software and IT Solutions
Philippines
Details: Description January 28, 2025 Request For Quotation Supply And Delivery Of Ict Equipment For Personnel Selection Board Members Of Nia Regional Office 5, Naga City Pr No.: 2025-01-0004 Quotation/bid No. Mooe-ro-004-25 The Manager 3gx Computer & I.t. Solutions Technoshop Elias Angeles St., Naga City Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of February 5, 2025 With An Abc Of P 260,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery Period Within 45 Cd Upon Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of 3 Months For Supplies, Materials, One Year For Equipment From Date Of Acceptance. 4. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 5. All Items Shall Be Procured As “one Lot”. 6. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 7. Performance Bond: Yes ____; No _____ 8. Incomplete Quotation Shall Be Declared Non-responsive. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement (prescribed Form) 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Brand/ Model Unit Qty Unit Price Total Price 1. Tablet/pad With Keyboard And Folio Case Specs: • Processor: Qualcomm Snapdragon 870 • Storage: 256gb Ufs 3.1 Storage • Ram: 8gb Lpddr5 • Display: 11 Inch Ips Lcd, 144hz Screen Refresh Rate, 550nits Brightness (typ.) • Camera: 13mp Rear Camera; 8mp Front Camera • Audio: Quad (4) Stereo Speakers • Battery: 8840mah (typ.) With 33w Fast Charging Pd3.0, Qc4 • Connectivity: Usb 3.2 Gen 1 Type C • Network: Wifi 6, Bluetooth 5.2 • Operating System: Miui Pad 14, Android 13 • Accessories: Magnetic Back Plate Pogo Pin Connection Keyboard Folio Case (same Brand); 4096-levels Of Pressure 150-hour Long Battery Life 2nd Generation Smart Pen (same Brand); Usb Type C Earphones (same Brand) Unit 5 2. Document Scanner Specs: • Scan Type: Desktop Sheet-fed Scanner • Scanning Element: Contact Imaging Sensor (cis) • Light Source: Led • Scanning Side: Simplex/duplex • Scanning Modes: Black And White, Error Diffusion, Advanced Text Enhancement (i And Ii), 256-level Greyscale, 24-bit Colour • Scanning Features: Folio Scanning, 2d/barcode • Output Resolutions: 150, 200, 300, 400, 600 Dpi • Suggested Daily Volume (sdv): 1,500 Scans/day • Document Size (plain Paper): Width: 50.8mm To 216mm; Length: 53.9mm To 356mm; Up To 3,000mm Long With Long Document Mode) • Business Card: 50.8 X 53.9mm Or Larger (vertical Feeding Only) • Card (iso Standard): 53.9 X 85.5mm (horizontal Feeding Only) • Document Thickness And Weight (plain Paper): 52 To 128 G/m^2 For U-turn Path; 40 To 209 G/m^2 For Straight Path • Document Thickness And Weight (business Card): 300 G/m^2 Or Smaller • Document Thickness And Weight (card): 0.76mm Or Smaller And 1.4mm Or Smaller For Embossment • Automatic Document Feeder (adf) Capacity: 30 Sheets • Connectivity: Usb 2.0 • Software: Isis/twain Drivers, Captureon Touch, Cardiris Unit 2 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date January 28, 2025 Request For Quotation Supply And Delivery Of Ict Equipment For Personnel Selection Board Members Of Nia Regional Office 5, Naga City Pr No.: 2025-01-0004 Quotation/bid No. Mooe-ro-004-25 The Manager Hypertech Computers Diversion Road, Naga City Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of February 5, 2025 With An Abc Of P 260,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery Period Within 45 Cd Upon Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of 3 Months For Supplies, Materials, One Year For Equipment From Date Of Acceptance. 4. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 5. All Items Shall Be Procured As “one Lot”. 6. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 7. Performance Bond: Yes ____; No _____ 8. Incomplete Quotation Shall Be Declared Non-responsive. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement (prescribed Form) 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Brand/ Model Unit Qty Unit Price Total Price 1. Tablet/pad With Keyboard And Folio Case Specs: • Processor: Qualcomm Snapdragon 870 • Storage: 256gb Ufs 3.1 Storage • Ram: 8gb Lpddr5 • Display: 11 Inch Ips Lcd, 144hz Screen Refresh Rate, 550nits Brightness (typ.) • Camera: 13mp Rear Camera; 8mp Front Camera • Audio: Quad (4) Stereo Speakers • Battery: 8840mah (typ.) With 33w Fast Charging Pd3.0, Qc4 • Connectivity: Usb 3.2 Gen 1 Type C • Network: Wifi 6, Bluetooth 5.2 • Operating System: Miui Pad 14, Android 13 • Accessories: Magnetic Back Plate Pogo Pin Connection Keyboard Folio Case (same Brand); 4096-levels Of Pressure 150-hour Long Battery Life 2nd Generation Smart Pen (same Brand); Usb Type C Earphones (same Brand) Unit 5 2. Document Scanner Specs: • Scan Type: Desktop Sheet-fed Scanner • Scanning Element: Contact Imaging Sensor (cis) • Light Source: Led • Scanning Side: Simplex/duplex • Scanning Modes: Black And White, Error Diffusion, Advanced Text Enhancement (i And Ii), 256-level Greyscale, 24-bit Colour • Scanning Features: Folio Scanning, 2d/barcode • Output Resolutions: 150, 200, 300, 400, 600 Dpi • Suggested Daily Volume (sdv): 1,500 Scans/day • Document Size (plain Paper): Width: 50.8mm To 216mm; Length: 53.9mm To 356mm; Up To 3,000mm Long With Long Document Mode) • Business Card: 50.8 X 53.9mm Or Larger (vertical Feeding Only) • Card (iso Standard): 53.9 X 85.5mm (horizontal Feeding Only) • Document Thickness And Weight (plain Paper): 52 To 128 G/m^2 For U-turn Path; 40 To 209 G/m^2 For Straight Path • Document Thickness And Weight (business Card): 300 G/m^2 Or Smaller • Document Thickness And Weight (card): 0.76mm Or Smaller And 1.4mm Or Smaller For Embossment • Automatic Document Feeder (adf) Capacity: 30 Sheets • Connectivity: Usb 2.0 • Software: Isis/twain Drivers, Captureon Touch, Cardiris Unit 2 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date January 28, 2025 Request For Quotation Supply And Delivery Of Ict Equipment For Personnel Selection Board Members Of Nia Regional Office 5, Naga City Pr No.: 2025-01-0004 Quotation/bid No. Mooe-ro-004-25 The Manager Pcworx Elias Angeles, Naga, Camarines Sur Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of February 5, 2025 With An Abc Of P 260,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery Period Within 45 Cd Upon Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of 3 Months For Supplies, Materials, One Year For Equipment From Date Of Acceptance. 4. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 5. All Items Shall Be Procured As “one Lot”. 6. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 7. Performance Bond: Yes ____; No _____ 8. Incomplete Quotation Shall Be Declared Non-responsive. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement (prescribed Form) 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Brand/ Model Unit Qty Unit Price Total Price 1. Tablet/pad With Keyboard And Folio Case Specs: • Processor: Qualcomm Snapdragon 870 • Storage: 256gb Ufs 3.1 Storage • Ram: 8gb Lpddr5 • Display: 11 Inch Ips Lcd, 144hz Screen Refresh Rate, 550nits Brightness (typ.) • Camera: 13mp Rear Camera; 8mp Front Camera • Audio: Quad (4) Stereo Speakers • Battery: 8840mah (typ.) With 33w Fast Charging Pd3.0, Qc4 • Connectivity: Usb 3.2 Gen 1 Type C • Network: Wifi 6, Bluetooth 5.2 • Operating System: Miui Pad 14, Android 13 • Accessories: Magnetic Back Plate Pogo Pin Connection Keyboard Folio Case (same Brand); 4096-levels Of Pressure 150-hour Long Battery Life 2nd Generation Smart Pen (same Brand); Usb Type C Earphones (same Brand) Unit 5 2. Document Scanner Specs: • Scan Type: Desktop Sheet-fed Scanner • Scanning Element: Contact Imaging Sensor (cis) • Light Source: Led • Scanning Side: Simplex/duplex • Scanning Modes: Black And White, Error Diffusion, Advanced Text Enhancement (i And Ii), 256-level Greyscale, 24-bit Colour • Scanning Features: Folio Scanning, 2d/barcode • Output Resolutions: 150, 200, 300, 400, 600 Dpi • Suggested Daily Volume (sdv): 1,500 Scans/day • Document Size (plain Paper): Width: 50.8mm To 216mm; Length: 53.9mm To 356mm; Up To 3,000mm Long With Long Document Mode) • Business Card: 50.8 X 53.9mm Or Larger (vertical Feeding Only) • Card (iso Standard): 53.9 X 85.5mm (horizontal Feeding Only) • Document Thickness And Weight (plain Paper): 52 To 128 G/m^2 For U-turn Path; 40 To 209 G/m^2 For Straight Path • Document Thickness And Weight (business Card): 300 G/m^2 Or Smaller • Document Thickness And Weight (card): 0.76mm Or Smaller And 1.4mm Or Smaller For Embossment • Automatic Document Feeder (adf) Capacity: 30 Sheets • Connectivity: Usb 2.0 • Software: Isis/twain Drivers, Captureon Touch, Cardiris Unit 2 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date
Closing Date5 Feb 2025
Tender AmountPHP 260 K (USD 4.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: The Minneapolis Vamc Requires A Blood Bank Automation System With The Salient Characteristics Listed Below.
this Is A Sources Sought Looking For Businesses To Provide The Supplies Listed Below For Market Research Purposes. No Awards Of A Contract Will Be Made From This Announcement.
if You Are A Vendor That Can Provide The Requested Information Above And Required Supplies Described Below With Competitive Pricing, Send Your Information (to Include Your Organization's Unique Entity Identifier Number) With A Description Of Proof Of Capability To: Joey Bloomer, Joseph.bloomer@va.gov By February 11th, 2025. Only Emailed Responses Will Be Considered.
additionally, Please Provide Answers As Appropriate To The Following Questions In The Table Below With Your Response To This Sources Sought. Failure To Respond To The Following Questions May Affect The Acquisition Strategy.
1.
identify Your Organization's Socio-economic Category.
2.
identify If Your Organization Is The Manufacturer Of The Requested Supplies.â if You Are Not The Manufacturer, Identify The Manufacturer Of The Supplies That You Will Provide, Their Socio-economic Category And A Letter Showing That Your Organization Is An Authorized Distributor For The Requested Supplies.â
3.
fill Out The Certificate Under Far Provision 52.225-2(b), Identifying The Item And Its Country Of Origin. ( Https://www.acquisition.gov/far/part-52#far_52_225_2__d3401e52). If The Product Is A Us Domestic End Product, Write In Usa For The Item's Country Of Origin.
4.
state Whether Any Of The Requested Supplies May Be Ordered Against A Government Contract Awarded To Your Organization (e.g Federal Supply Schedule (fss), General Services Administration (gsa), Etc.).
5.
address Whether Your Organization Meets The Requirements Of 13 Cfr 121.406 (b)(1)(i), (b)(1)(ii) And (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-i/part-121/subpart-a/subject-group-ecfr0fca5207262de47/section-121.406#p-121.406(b)).
6.
provide Estimated Shipping And Delivery Information For The Requested Supplies (e.g. Expected Lead Time On Delivery).
â
*if Applicable, Vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products, Will Apply To The Potential Solicitation If Set-aside For Veteran Owned Small-businesses.*
â
*if Applicable, Vaar 852.212-71 Gray Market Items, Will Apply To The Potential Solicitation.*
*if Applicable, Far 52.219-14 Limitations On Subcontracting, Will Apply To The Potential Solicitation If Set-aside For Small-businesses. *
statement Of Work
blood Bank Automation System
1. Basic Requirement:
the Minneapolis Va Health Care System Blood Bank Laboratory Located At 1 Veterans Drive, Minneapolis, Mn 55417, Hereinafter Referred To As Mvahcs, Is In Need Of A Contract To Provide A Cost-per-test Or Reagent Rental For One Primary Automated Blood Bank Analyzer And Two Backup Manual Blood Bank Analyzers. Both Primary Automated And Backup Manual Analyzers Must Be Column-agglutination Based Technology For Red Cell Antibody Detection. All Costs Shall Be Figured Into The Price Of The Reagents, Supplies, And Consumables. This Agreement Is To Include One Primary Automated Analyzer, Two Backup Manual Analyzers (including Both An Incubator And Centrifuge), One Uninterruptible Power Supply (ups), Installation, Validation, Training, Customer Service, Technical Support, Preventative Maintenance, Equipment Service (including Parts, Labor, And Travel), And All Shipping Costs.
the Analyzers May Be Placed In A Temporary Location For Validation And Need To Be Moved To A Permanent Location After They Re Validated For Use. Contractor Will Be Responsible For Moving Analyzers For This One Time Move, At No Cost To The Government.
2. Contract Type And Terms:
the Mvahcs Will Award A 5-year Idiq With 6 Ordering Periods, Firm, Fixed-price, Indefinite Delivery Indefinite Quantity Contract For All Items Listed In The Schedule Of Items. Contract Use Will Be Limited To The Mvahcs. The Effective Ordering Period Of The Contract Shall Be From 4/1/25-3/31/30.
the Ordering Period Of The Contract Shall Be:
year 1 Pricing Period: 4/1/25-9/30/25
year 2 Pricing Period: 10/1/25-9/30/26
year 3 Pricing Period: 10/1/26-9/30/27
year 4 Pricing Period: 10/1/27-9/30/28
year 5 Pricing Period: 10/1/28-9/30/29
year 6 Pricing Period: 10/1/29-3/31/30
3. Estimated Quantities:
the Tests Listed In The Test Menu Are Estimated Annual Requirements. The Mvahcs Attempts To Be As Accurate As Possible When Providing Estimated Quantities, However, Actual Quantities Required May Vary From Quantities Listed. All Reagents, Supplies, And Consumables To Support Testing Will Be Requested On An On Demand, As Needed Basis.
test Menu
abo Rh And (3 Cell) Antibody Screen = 11,000
abo Rh = 1500
antibody Id = 230
donor Unit Retypes Abo Rh = 300
donor Unit Retypes Abd = 1000
anti-c = 200
anti-c = 100
anti-e = 200
anti-e = 25
immediate Spin (is) Crossmatch = 900
anti-human Globulin (ahg) Crossmatch = 600
direct Antiglobulin Test (dat) = 350
4. Technical Requirements:
the Lis Interface System Must Be Established With Vbecs Prior To Contract Award.
both Primary Automated And Backup Manual Analyzers Must Be Approved By The Food And Drug Administration (fda).
both Primary Automated And Backup Manual Analyzers Must Be Column-agglutination Based Technology For Red Cell Antibody Detection.
primary Analyzer Must Have Capabilities To Load Reagents And Supplies To Process Multiple Specimens Without Reloading Consumables.
primary Analyzer Must Use Regular Saline Without The Addition Of An External Buffer.
primary Analyzer Average Turn-around-time For A Type And Screen Must Not Exceed 35 Minutes.
primary Analyzer Must Sit On The Counter And Not Exceed Dimensions Of 31 D X 48 W X 42 H.
primary Analyzer Must Have Sample Capacity For At Least 10 Samples.
primary Analyzer Must Have Continuous Access With Stat Capability.
primary Analyzer Must Have Automatic Cap Detection.
primary Analyzer Must Have Automatic Clot Detection.
primary Analyzer Must Have Automatic Liquid Level Detection.
primary Analyzer Must Be Capable Of Performing The Following Tests:
abo/rh
antibody Screen
antibody Identification
select Cell Panel
crossmatch (is And Ahg)
patient Abo/rh Retypes
dat
donor Unit Abo Confirmations
antigen Typing
primary Analyzer Must Have A Barcode Scanner Compatible With The Standard 128 Code.
primary Analyzer Must Accept At Minimum 10 Alphanumeric Characters In The Specimen Identifier.
primary Analyzer Must Have Capabilities To Backup And Retrieve Instrument Qc Results, Patient Results, And Reagent Info For 10 Years.
primary Analyzer Must Have Capabilities To Retransmit Records In The Event Of Interface Outage.
a Process For Antibody Work-up For Patients On Anti-cd38 Monoclonal Antibody Treatment Is Preferred.
only One Type Of Diluent For Preparing Red Cell Dilutions Is Preferred.
contractor Qualifications (including Manufacturing Qualifications) Shall Be Available Upon Request.
5. Software:
the Analyzer S Computer Operating System Must Be Windows 10 Or Higher. Contractor Is Required To Have Established A Lis Interface With Vbecs, Which Is The Internal Software Used By The Mvahcs To Support Blood Bank Testing, Prior To Contract Award.
6. Customer Service/technical Support:
a Contractor Representative Shall Be Available To The Mvahcs During The Contract Period To Review The Account, Provide Product Information, Handle Problems Or Defective Merchandise (if Required) And Address Any Other Issues Or Concerns That May Arise. Customer Service Must Be Available 7 Days Per Week, 24 Hours Per Day. If Necessary, On-site Support Must Be Available 7 Days Per Week, 7:00am-7:00pm. On-site Response Time Shall Not Exceed 24 Hours Of Determination That Service Is Required.
7. Ordering Procedures:
orders Will Be Placed Via Contractor S Preferred Method, On An On-demand, As-needed Basis By The Mvahcs. A List Of Approved Personnel Will Be Provided At The Request Of The Contractor. Contractor Shall Provide The Following Preferred Ordering Information:
preferred Method Of Ordering: ________________________________
telephone Number: ________________________________________
email Address: _____________________________________________
8. Delivery:
all Equipment Shall Be Shipped Within 30 Days After Award. All Supplies Shall Be Delivered Fob Destination To The Mvahcs (unless Otherwise Indicated On The Response To The Solicitation) And Shall Arrive At The Mvahcs No Later Than 5 Calendar Days After Receipt Of An Order.
deliveries Shall Be Made To:
Va Medical Center, Bldg. 70
Warehouse (90d), Po# (provided For Each Order)
One Veterans Drive
Minneapolis Mn 55417
Delivery Times: Between 8:00am And 3:30pm
(monday-friday Except Federal Holidays)
all Deliveries Shall Be Accompanied By A Packing Slip Which Shall Contain Contractor S Name, Purchase Order Number, Date Of Order, Date Of Delivery, Itemized List Of Products Furnished Including Product Description And Quantity Shipped.
9. Product Quality:
all Products Offered To The Mvahcs Must Be Of The Same Consistent High Quality As Would Be Offered To The General Commercial Public In The United States.
all Products Are Purchased Subject To Acceptance In Conformance With Contractor S Warranty And Product S Published Specifications.
all Products Must Be Tested For Quality Control By The Supplier, And Only Those Products That Pass Quality Control May Be Sent To The Mvahcs. The Supplier Will Demonstrate Documentation Of Quality Control Performance Of Any Item Upon Request Of The Mvahcs.
any Substitutions Of Product Must Have The Written Approval Of The Mvahcs And The Contracting Officer Or His/her Designee.
all Products That Do Not Meet Contractor S Published Specifications Must Be Replaced Within 48 Business Hours At No Cost To The Mvahcs.
the Mvahcs Is Not Required To Return Unacceptable Product But May Do So In The Rare Case Where A Limited Number Of Items May Be Returned To Solve A Quality Control Problem.
it Is The Contractor S Responsibility To Provide The Mvahcs With Recall Notices On Any Product That Has Been Delivered To This Facility That May Be Defective. Notification Shall Be Made To The Mvahcs Via The Most Expedient Method.
the Contractor Shall Provide Mvahcs With A Listing Of The Contractor S Products That Are Considered Hazardous. The Listing Should Also Include A Determination As To What Can Be Considered Harmless To Be Disposed Of By Normal Methods, Such As Disposing In The Sink Or Trash. Sds Shall Be Available Upon Request.
to Assure Rotation Of Stock At The Distributor, Each Lot Of A Product Received Must Have An Outdate Later Than Previously Received.
only One Lot Number Per Product May Be Shipped Per Order. Multiple Lot Numbers Per Product Per Order Will Not Be Accepted.
all Products Must Be Received With At Least 2/3 Of The Shelf-life Remaining. The Contractor Shall Provide A Shelf-life List (time From Production To Outdate) For Each Product Purchased If Requested By The Mvahcs.
contractor Shall Allow Reagents, Supplies, And Consumables To Be Set Up On A Delivery Schedule To Ensure A Months Worth Of Reagents And Supplies Remain Stocked At Mvahcs. The Mvahcs Will Determine The Products, Quantities And Frequency Required For The Delivery Schedule.
if The Incorrect Products Or Quantities As Established In The Delivery Schedule Was Delivered Incorrectly, The Contractor Is Required To Deliver The Correct Supplies Within 24 Hours Of Notification By The Mvahcs.
the Contractor Is Required To Provide A Continuously Stocked Inventory Of All Reagents, Supplies And Consumables Required To Properly Perform Tests On The Equipment Such That Equipment Operations Are Not Interrupted.
10. Equipment Installation, Validation And Training:
the Contractor Shall Provide Site Preparation Requirements For The Equipment Prior To Installation. The Contractor Shall Provide Documentation And Information Characterizing The Physical, Electrical, Technological, And Environmental Requirements Of The Equipment Prior To Installation. A Risk Assessment Shall Be Completed Before Instrumentation Can Be Placed On The Mvahcs Network/lis System. Contractor Shall Provide Installation, Validation, And Training Of The Equipment, Including Labor And Travel.
the Contractor Will Install All Equipment At No Additional Expense To The Mvahcs. The Installation Date Shall Be Mutually Agreed Upon By The Contractor And Mvahcs. Contractor Is Required To Provide All Necessary Items To Establish Normal Operation.
remote Access Cannot Be Guaranteed To The Contractor. Instrumentation Shall Be Installed And Be Fully Operational Without Remote Access Being Granted To The Contractor. No Additional Cost To The Government Shall Incur If Remote Access Is Not Granted.
if The Instrument Requires A Server Attached To The Mvahcs Network Or Lis System, The Contractor Shall Provide It.
the Contractor Shall Assist With The Performance Of All Validation Studies To Include Precision, Method Comparison With The Current Instrumentation, Accuracy, Calibration Verification, And Determination Of Sensitivity And Specificity. The Contractor Shall Perform All The Statistical Analysis And Report Data In An Organized, Clearly Comprehensible Format.
the Contractor Will Provide And Coordinate Training With The Mvahcs At A Mutually Agreed Upon Date.
11. Equipment Maintenance:
contractor Shall Provide Enhanced Warranty Response, Agrees To Maintain The Equipment In Good Working Condition And Will Repair Or Replace Any Defects In The Equipment During The Contract Period (including Parts, Labor, And Travel) At No Additional Cost To The Government. The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Equipment Proposed (ex: Computers, Monitors, Printer, Ups, Starter Kits, Etc). Contractor Shall Provide The Equipment Operator Manual. Contractor Shall Retain Ownership Of The Equipment.
maintenance/service Calls: Technical Support, Maintenance And Repair Service Must Be Available. Customer Service Must Be Available 7 Days Per Week, 24 Hours Per Day. If Necessary, On-site Support Must Be Available 7 Days Per Week, 7:00am-7:00pm. On-site Response Time Shall Not Exceed 24 Hours Of Determination That Service Is Required.
preventive Maintenance: Contractor Will Provide Scheduled Preventive Maintenance (pm) Service Calls As Required By Manufacturer S Recommended Pm Schedule, Procedures, And Checklists. Contractor Will Work With Mvahcs To Schedule At A Time That Works For Both Parties. A Field Service Report Shall Be Supplied To The Mvahcs At The Completion Of Each Pm Inspection.
updates: The Contractor Must Provide Updates To Instrument Hardware And Software To Maintain The Integrity Of The System And State-of-the Art Technology At No Additional Charge To The Government. This Must Be Provided As They Become Commercially Available And At The Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Updates That Enhance The Model Of Equipment Being Offered (. I.e., New Version Of Software, Correction Of Hardware Defect, Update Offered To Commercial Customers At No Additional Charge).
if Equipment Repair Records Reflect A Downtime Of 10% Or Greater During A 3-month Period, The Mvahcs May Request A Replacement Of Malfunctioning Equipment With New Equipment At No Additional Cost To The Government.
upon Termination Of The Contract, The Mvahcs Biomedical Department Will Remove The Hard Drive And Terminate It According To Policies And Procedures. The Equipment Will Be The Contractor S Responsibility To Dismantle, Decontaminate, And Remove From Mvahcs Premises Within 60 Days After Expiration Of Contract. All Costs For Removal And Return To Contractor Shall Be Borne By The Contractor.
Closing Soon11 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Draft Statement Of Work
urgent Repair For Philips Digital Diagnost X-ray System
1.0. Scope:
the Contractor Shall Provide All Parts, Labor, Tools, Materials, Equipment, Transportation, And Supervision Necessary To Perform Repair Services On The Philips Digital Diagnost Located At The Central Arkansas Veterans Healthcare System (cavhs), In Complete And Strict Accordance With The Contract And All Attachments Thereto.
2.0. Task:
2.1. Contractor Shall Provide All Labor, Parts, Travel, And Trained Personnel To Maintain Proper Working Condition For The Equipment Listed Below:
philips Digital Diagnost; Serial Number: 16000265
2.2. Contractor Shall Provide Only Certified Technician(s) Who Are Authorized By The Original Equipment Manufacturer (oem) In The Repair Of The Equipment Listed Within This Contract.
2.3. Contractor Shall Provide Only Original Factory Or Oem Approved Parts And Materials, Provide Labor To Install, Retest, And Calibrate Repairs As Per Manufacturer S Specifications To Ensure Proper And Safe Operation Of Equipment.
2.4. The Contractor To Warrant That All Supplied Parts Are Free Of Manufacturer Defects For A Period Of No Less Than 12 Months.
2.3. Contractor Shall Obtain The Most Current Legal Editions Of The Original Equipment Manufacturer (oem) Literature Or Approved Copies.
2.4. The Performance Of All Services Shall Meet Or Exceed The Specifications Of The Original Equipment Manufacturer.
2.5. Contractor Shall Comply With Applicable Federal, State, And Local Laws And Regulations.
2.6. Any Additional Services/repairs, Beyond The Scope Of This Contract Will Require Additional Funding And Authorization Prior To Rendering Such Services.
3.0. Replacement/repair Parts:
3.1. The Contractor Shall Have And Maintain An Adequate Inventory Of Repair Parts To Service The Equipment Listed Herein And Satisfactory Sources Of Supply For Such Parts As May Be Needed In The Performance Of This Contract.
3.2. The Contractor Shall Provide Only Original Factory Or Oem Approved Parts As Per Manufacturer S Specifications To Ensure Proper And Safe Operation Of Equipment.
3.3. Contractor Shall Provide For All Replacements Of Worn And/or Defective Parts Necessary To Restore The Equipment To 100% Operational Condition As Specified By The Oem.
4.0. Performance Period: From Receipt Of Award Notice To Proceed
5.0. Place Of Performance:
department Of Veterans Affairs
central Arkansas Veteran Healthcare System (cavhs)
2200 Fort Roots Drive, North Little Rock, Ar 72114
building 66, X-ray Room #2
6.0. Type Of Contract: Firm Fixed Price
7.0. Government Furnished Property And Materials: The Cor Will Provide The Contractor Access To The Equipment Covered Under The Contract.
8.0. Contractor Furnished Property:
8.1. All Materials, Other Than Those Materials Specified As Government Furnished, Required In The Performance Of This Contract Shall Be Furnished By The Contractor.
8.2. Availability Of Manufacturer S Service Literature Needed In The Performance Of The Contract Will Be Contractor S Responsibility And Will Remain Contractor Owned At The Termination Of The Contract.
8.3. Contractor Shall Notify The Cor Immediately When Parts Required To Accomplish Repair Service Are Not Available From The Original Manufacturer, Authorized Sales Representative, Or Other Repair Parts Supply Outlets.
8.4. The Government Shall Not Be Responsible For Any Damages Or Loss Of Contractor Supplies, Materials, Or Equipment.
8.5. The Government Shall Not Be Responsible For Any Damages Or Loss Of The Contractor S Personal Belongings, Or Those Of The Contractor S Employees, Due To Fire, Theft, Accidents Or Other Causes.
9.0. Hours Of Operation:
9.1. Central Arkansas Veterans Healthcare System (cavhs), Office Hours 8:00 A.m. Thru 4:30 P.m., Cst, Monday Thru Friday (excluding Federal Holidays). These Dates Include: New Year's Day, Martin Luther King's Birthday, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas And Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday.
9.2. Work Performed Outside The Normal Hours Of Coverage Shall Be Discussed With And Approved By The Cor Prior To Performing.
10.0. Contractor Personnel:
10.1. Contractor Shall Provide Technically Qualified Technicians To Accomplish All Maintenance Services Required By The Contract. Repair Technician Must Have Received Formal Training Presented By The Oem Specific To Make And Model Of Equipment Listed.
10.2. Contractor Shall Designate A Point Of Contact (poc) For The Contract. The Contractor S Poc Shall Be Authorized To Discuss With The Contracting Officer Representative (cor), Any And All Maintenance Services Required By The Contract And Ensure Response To Requests For Performance Of The Contract. The Poc Shall Have The Authority To Make Decision For The Contractor. The Cor Shall Be Notified Immediately Whenever The Poc Changes.
10.3. Contractor Shall Provide Each Employee An Identification Badge Which Shall Be Displayed On Their Outer Garment At All Times When On Duty. The Badge Shall Include, At A Minimum, The Employee S Name, Current Picture, The Contractor S Name, And Title Identification.
11.0. Reporting Requirements:
11.1. Contractor Shall Be Required To Contact Biomedical Engineering, (501) 257-5470, For Check In. This Check-in Is Mandatory.
12.0. Privacy/security:
12.1. Information Systems Officer / Information Protection: The Contractor Will Not Have Access To Va Desktop Computers, Nor Will They Have Access To Online Resources Belonging To The Government While Conducting Services.
12.2. Privacy Officer: The Contractor Will Not Have Access To Patient Health Information (phi) And They Will Not Have The Capability Of Accessing Patient Information During The Services Provided To The Va.
12.3. Records Manager: There Will Not Be Federal Records Created, Maintained, Used Or Disposed Of With This Contract; Regardless Of Format (paper, Electronic, Etc) Or Mode Of Transmission (email, Fax, Ext.).
Closing Date10 Jan 2025
Tender AmountRefer Documents
8301-8310 of 8418 archived Tenders