Drone Tenders

The City Government Of Baguio Tender

Machinery and Tools
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2025-50 Bidding March 11, 2025 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Various Power Tools 813,095.00 1 Unit Bench Grinder - Rated Input Power: 600 W Grinding Wheel Diameter: 200 Mm Grinding Wheel Widths: 25 Mm No-load Speed: 3600 Rpm Grinding Wheel Bore: 32 Mm Weight: 15 Kg Grit: 24, 60 Sound Pressure Level: 70 Db(a) Sound Power Level: 80 Db(a) Uncertainty K: 3 Db - 1 Unit Bench Vise - Make: Robust Cast Steel Jaw: Duly Hardened And Knurled Jaw Base: 360° Swivel Base Body: Equipped With Anvil And Pipe Jaw Finish: Quality Wrinkle Green Paint Jaw Width: 154 Mm Jaw Opening: 150 Mm Throat Depth: 75 Mm Pipe Capacity: 13 – 50 Mm - 2 Unit Chainsaw 24 Inches - Bar Length: 24 Inches, Engine: Gasoline, Displacement: 72.2 Cubic Cm, Power Output: 3.9kw, Speed Maximum: 12,500 Rpm, Speed Idle: 2,800 Rpm, Weight: 6.2kg, Power To Weight Ratio: 1.6 Kg/ Kw, Sound Pressure Level: 105db, Sound Power Level: 118db, Vibration Level Left/right: 5.4m/ Square Second, Saw Chain Type: 3/8 Inch; Saw Chain Pitch: Rm - 2 Unit Concrete Cutter - Engine Type: Air Cooled, 4 Cycle Single Cylinder, Side Valve, Gasoline; Displacement: 273 Cubic Cm; Starting System: Recoil Starter; Power: 7.5 Hp; Blade (max): 400mm; Max Cutting Depth: 120mm; Water Tank Capacity: 30l; Operation Weight: 120kg - 3 Unit Concrete Vibrator - Engine Type Air Cooled , 4 Cycle Single Cylinder, Side Valve, Gasoline Displacement 183 Cubic Cm Starting System Recoil Starter Power 5 Hp Vibration Head 38 X 470 Mm Coupling Type Pin Vibration Per Minute 9800 – 12000 Shaft Rotate Speed 3000 Rpm Amplitude 1.2 Mm Flexible Shaft 6 M Weight 18 Kg Fuel Tank Capacity 3.8 L Continuous Running Time 3.5 Hours Net Weight 22 Kg - 3 Units X 25,000 - 2 Unit Cordless Drill - Battery Voltage: 18v Torque (soft/hard/max.): 36/64/- Nm No-load Speed (1st Gear / 2nd Gear): 0 – 630 Rpm/ 0 – 2100 Rpm Max. Drilling Diameter In Wood: 68mm Total Vibration Values (drilling In Metal) Vibration Emission Value Ah: 1.6 M/s² Uncertainty K: 1.5 M/s² Noise/vibration Information Sound Pressure Level: 88 Db(a) Sound Power Level: 77 Db(a) Uncertainty K: 5 Db Drilling In Metal Vibration Emission Value Ah: 1.6 M/s² Uncertainty K: 1.5 M/s² Battery Included: 1 Pc Quick Charger Included: 1 Pc 3 Lot Cordless Impact Wrench - Voltage 18 V Weight Excluding Battery 1.25 Kg Torque, Max 400 Nm No-load Speed 0 – 2800 Rpm Tool Holder ½ Inch Square Impact Rate 0 - 3600 Bpm Batteries Included 2 Pc X 2.0 Ah Quick Charger Included 1 Pc Torque: 180nm Socket Set Included: 1/2 Inch Dr. 6pt, 10-32mm Flank Impact Socket Set With Extension Bar - 2 Pair Cordless Reciprocating/saber Saw - Battery Voltage: 18.0 V Cutting Depth In Wood: 230 Mm Stroke Lengths: 28 Mm Weight Incl. Battery: 2.8 Kg Cutting Depth In Metal Profiles And Metal Pipes: 150 Mm Weight Excl. Battery: 3.2 Kg Stroke Rate (1st Gear / 2nd Gear) 2,900 Spm Total Vibration Values (sawing Wood): Vibration Emission Value Ah: 23.1 M/s² Uncertainty K: 1.5 M/s² Sawing Wood: Vibration Emission Value Ah: 23.1 M/s² Uncertainty K: 1.5 M/s² Blade For Metal: 2 Pc Blade For Wood: 2 Pc Battery Included: 2 Pc Quick Charger Included: 1 Pc - 5 Piece Drone Battery - Flight Battery Has A Capacity Of Up To 59.29 Wh, And Provides A Maximum Flight Time Of 31 Minutes. With A Built-in Dji Intelligent Battery Management System, Battery Status Is Monitored And Reported In Real-time, Allowing You To Focus Less On Your Power Levels And More On Having An Epic Flight. Highlights High-capacity Lipo Cells 31 Minutes Of Flight Time Multiple Intelligent Battery Protection Features Specifications Battery Type: Four-cell Lipo Battery Rated Capacity: 3850 Mah, 59.29 Wh (typical Value) Rated Voltage: 15.4 V Limited Charge Voltage: 17.6 V Charge Temperature: -10-60℃ Discharge Temperature: 5-40℃ For Mavic 2 Pro/zoom From Dji (extra Battery) - 1 Unit Electric Auto Battery Charger - Main Voltage 220 V Frequency 50 To 60 Hz Charge Voltage 12/ 24 V Input Power 2.0 Kw Effective Current 90a Average Current 70a Input Power 10 W Effective Current 570a Average Current 360a Size 62 X 41.5 X 34 Cm Weight 28kg Trolley Wheels Included - 3 Unit Electric Jack Hammer - Electric Jack Hammer 1650 W Rated Input Power: 45j Impact Energy: 1400 Blows Per Minute Full Load Impact Rate: 14.8 Kg Net Weight: 71 X 30 X 17 Cm / 1 Pc /22kg Packing Detail: 66 X 29 Cm Machine Size: 70 X 28 X 16 Cm - 2 Unit Electric Planer - Continuous Rating Input: 750w Planing Width: 82 Mm (3-1/4″) Planing Depth: 3 Mm (1/8″) Max Ship Lapping: 20 Mm (3/4″) No Load Speed: 18,000 Rpm Vibration Level (planing Softwood): 2.5 M/s² Or Less Sound Pressure Level: 91 Db(a) Sound Power Level: 102 Db(a) Dimensions (l X W X H): 390x175x140 Mm Net Weight: 4.6 Kg Power Supply Cord: 2.0 M - 2 Unit Flare Tool For Water Service Line - Cts Tubing: Three-fourth Inch For High Pressure Hose Weight: 0.9 Kg - 4 Unit Grass Cutter 2-stroke - Engine Type 2- Stroke , Air Cooled , Single Cylinder Gasoline Gasoline / 2-cycle Oil Mixing Ratio 25:1 Displacement 40.2 Cc Power 1.25 Kw No Load Speed 7000 Rpm Shaft Length 145 Cm Shaft Diameter 28 Mm Carburetor Float – Type Net Weight 7.5 Kg - 2 Unit Handheld Circular Saw - Type: Plunge Cut Rated Input Power: 1300 Watts Saw Blade Diameter: 165 Mm Saw Blade Bore: 20 Mm No-load Speed: 6400 Rpm Weight: 4.1 Kg Dimensions: 341 X 225 X 250 Mm Max. Cutting Capacity In Wood (0°): 56 Mm Max. Cutting Capacity In Wood (45°): 40 Mm Guide Rail Inlcuded: 149 Inches - 2 Unit Jigsaw - Rated Input Power: 520 W Type: With Pendulum Action Sds Blade Change System Stroke Rate At No Load: 800 – 3,200 Spm Bevel Angle: Neg 45 To 45 ° Weight: 2.29 Kg Cutting Depth In Wood: 75 Mm Cutting Blade Included: 1 Pc - 1 Unit One-bagger Concrete Mixer - Capacity: One-bagger Engine Type: Air-cooled, 4-cycle Single Cylinder Side Value, Gasoline Displacement: 273 Ml Maximum Output: 5.5 Kw/2000 Rpm Direction Of Rotation: Counterclockwise Fuel Tank Capacity: 5.5liters Spark Plug: E6tc (bp6hs) Starting System: Recoil Starter Tires: Brand New - 3 Unit Portable Impact Drill - Rated Input Power: 500w Weight: 1.8 Kg Chuck Capacity, Min/max: 1.5 – 10 Mm No-load Speed, 1st Gear: 0 – 2,600 Rpm Drill Spindle Connecting Thread: 43 Tool Dimensions (width): 65.5mm Mm Tool Dimensions (length): 262mm Tool Dimensions (height): 253mm Impact Rate At No-load Speed: 0 – 41,600bpm Drilling Range In Masonry: 10mm Drilling Range In Concrete: 10mm Drilling Range In Wood: 20mm Drilling Range In Steel: 8mm Included Hand Tools Kit 1 Set Included Carrying Case: 1 Pc - 1 Unit Portable Water Pump - Power: 5.5 Hp Discharge Pipe Diameter: 50 Mm Pump Lift: 26 M Operation: 3600 Rpm Suction: 7 M Suction Pipe Diameter: 50 Mm Max Output: 4.8 Kw Flow Rate: 30 Cubic Meter Per Hour Continue Operation Time: 9 Hr Efficiency: 48% Mpsh: 4 M Dimension: 480x385x390 Cm Net Weight: 22 Kg Gross Weight: 24 Kg Included Suction Hose: 50 Mm X 6 M With Clamp Included Discharge Hose: 50 Mm X 100 M With Clamp - 2 Unit Ppr Pipe Fusion Machine - Capacity: 20 Mm To 63 Mm Included Ppr Cutter: 1 Pc - 2 Unit Random Orbital Sander - Rated Input Power: 250 W Sanding Pad Diameter: 125 Mm Orbit Diameter: 2.5 Mm Weight: 1.3 Kg No-load Speed: 7500 – 12000 Rpm Orbital Stroke Rate: 15000 – 24000 Opm Eccentricity: 1.25 Mm Sanding Sheet/ Disc Attachment: Hook-and-loop Fastening Included Sanding Sheet: 10 Pc - 2 Unit Router - No-load Speed: 11000 – 28000 Rpm Rated Input Power: 1300 W Bit Holder: 6 – 8.0 Mm Router Bit Diameter: 40 Mm Maximum Router Cage Stroke: 55 Mm Weight: 3.5 Kg Total Vibration Values (sanding Solid Wood) Vibration Emission Value Ah: 4 M/s² Uncertainty K: 1.5 M/s² Noise/vibration Information Sound Pressure Level: 86 Db(a) Sound Power Level: 97 Db(a) Uncertainty K: 3 Db Sanding Solid Wood Vibration Emission Value Ah: 4 M/s² Uncertainty K: 1.5 M/s² Included Router Bit: 15 Pc Mixed Bits - 1 Unit Wet And Dry Vacuum Cleaner/ Dust Extractor - Input Voltage: 200 – 60hz Motor Power: 1200w Vacuum Pressure: 17 Kpa Noise Level: 78 Db Tank Capacity: 20 L Tank Material: Plastic Blower Function: Equipped Basic Hose Set: 4 Pc Carbon Brush Extra: 1 Pair - Notes: A) This Is A Lot Bidding, Partial Bids Are Not Allowed B) Please Indicate Brands Of Offers And Attach Technical Brochures In The Eligibility And Technical Proposal. C) Indicate Unit Price Of Offer In The Financial Proposal. D) Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Sale Of Power Tools. E) For Use Of Ceo Under Various Pr No. 102. Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Office, 35 New Lucban Brgy., Baguio City. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, March 28, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Name Of Establishment Bidder's Signature
Closing Date28 Mar 2025
Tender AmountPHP 813 K (USD 14.2 K)

INDIAN HEALTH SERVICE USA Tender

Electrical Generators And Transformers...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes are Being Requested In Response To This Notice And A Written Solicitation Will Not Be Issued. This solicitation Is Being Issued As A Request For Quote (rfq). Submit Only Written Quotes For This Rfq. this Solicitation Is Full And Open. This Solicitation Document And Incorporated Provisions And clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. The Associated Naics Code is 811310. this Rfq Contains Five (5) Line Items: clin 01 02 03 04 05 description base Year – Preventative Maintenance For Gillete Generator Model Sp-1500-3-2n2 Natural Gas Fueled option Year 1 – Preventative Maintenance For Gillete Generator Model Sp-1500-3-2n2 Natural Gas fueled Option Year 2 – Preventative Maintenance For Gillete Generator Model Sp-1500-3-2n2 Natural gas Fueled Option Year 3 – Preventative Maintenance For Gillete Generator Model Sp-1500-3-2n2 natural Gas Fueled Option Year 4 – Preventative Maintenance For Gillete Generator Model sp-1500-3-2n2 Natural Gas Fueled monthly Charge period Of Performance: 05/10/2025 – 05/09/2026 vendor Requirements: See Attached Statement Of Work submit Quotes No Later Than: 04/24/2025 02:00p.m. Cdt To The Following Point Of Contact: Mary Ann yocham, Contract Specialist, Via Email: Maryann.yocham@ihs.gov. evaluation: Far 52.212-2 Evaluation -- Commercial Items (completed As Follows): (a) The Government Will Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To the Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The government, With The Technical Requirements And Past History Performance Being More Important Than pricing. The Following Factors Shall Be Used To Evaluate Offers: best Value (see Criteria Below) pricing - Pricing Will Be Evaluated By Adding The Base Year And The Out Years Together For A Comprehensive price. technical - Vendor Shall Have A System In Place To Record Equipment Reports, Events, Run-times, Repairs, tests, Scheduled And Unscheduled Maintenance, Engine Fluids Monitoring and Testing, And Component Checks. combined Synopsis/solicitation Ihs1511891 – Generator Pm Services - Vendor Shall Provide Monthly A Report Of Equipment Reports, Events, Run-times, Repairs, Tests, scheduled And Unscheduled Maintenance, Engine Fluids Monitoring And Testing, And Component Checks. - Vendor Shall Have Ability To Inspect, Fluid And Component Checks, Hardware And Software Checks, and Preventive Maintenance Of The Generator And Ats Shall Be Conducted On A Monthly Basis Per Nfpa 110 And The Equipment Manufacturer’s Technical Specifications. - Vendor Technicians Shall Have The Ability Conform To And Comply With The Latest Edition And version Of All Applicable Osha, Epa, Nfpa, Ibc, Nec, Asme, Astm, Aws, Ansi, Smacna, National institute For Occupational Safety And Health (niosh), Ashre Joint Commission Codes, Standards And guidelines. past History Performance - Vendor Shall Submit At Minimum 3 Past History Performance Records. vendors Shall Submit The Following: completed Price Schedule (to Include Out Years) Past History Performance Contract Information details Of Maintenance Agreement vendors Submitting Or Equal Items Must Submit Descriptitve Literature Showing How Their Product meets Or Exceeds The Requirements Being Solicited this Solicitation Will Result In A Firm Fixed Price Purchase Order Pursuant To The Terms And conditions Below. Terms And Conditions Other Than Those Stated Will Not Be Accepted. The Above pricing Is All Inclusive. provisions: The Following Far Provisions Apply To This Solicitation: far 52.252-1, Solicitation Provisions Incorporated By Reference. (feb 1998). This Solicitation incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If they Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A solicitation Provision May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/browse/index/far And Https://www.acquisition.gov/hhsar far 52.204-7, System For Award Management (nov 2024); far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020); Far 52.204-22, alternative Line-item Proposal (jan 2017); far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services or Equipment (nov 2021); far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023); Far 52.252-3, Alterations In Solicitation (apr 1984) far 52.252-6, Authorized Deviations In Clauses (nov 2020); hhsar 352.239-78, Information And Communication Technology Accessibility Notice. (deviation) (feb 2024) (a) Any Offeror Responding To This Solicitation Must Comply With Established Hhs Information And communication Technology (ict) Accessibility Standards. Information About Section 508 Is available At Https://www.hhs.gov/web/section-508/index.html. (b) The Section 508 Accessibility Standards Applicable To This Solicitation Are Stated In The clause At 352.239-79 Information And Communication Technology Accessibility. In Order To Facilitate the Government’s Determination Whether Proposed Ict Supplies, Products, Platforms, Information, And documentation Meet Applicable Section 508 Accessibility Standards, Offerors Must Submit An appropriate Hhs Section 508 Accessibility Conformance Checklist (see https://www.hhs.gov/web/section-508/accessibilitychecklists/index.html) Or An Accessibility conformance Report (acr) page 2 Of 4 combined Synopsis/solicitation Ihs1511891 – Generator Pm Services (based On The Voluntary Product Accessibility Template (vpat) See https://www.itic.org/policy/accessibility/vpat), In Accordance With The Completion Instructions. the Purpose Of The Checklists And Conformance Reports Are To Assist Hhs Acquisition And Program officials In Determining Whether Proposed Ict Supplies, Products, Platforms, Information, And documentation Conform To Applicable Section 508 Accessibility Standards. Checklists And Acrs evaluate—in Detail— Whether The Ict Conforms To Specific Section 508 Accessibility Standards And identifies Remediation Efforts Needed To Address Conformance Issues. (c) If An Offeror Claims Its Supplies Or Services Meet Applicable Section 508 Accessibility standards, And It Is Later Determined By The Government, I.e., After Award Of A Contract Or Order, that Supplies, Products, Platforms, Information, Documentation, Or Services Support Delivered Do not Conform To The Described Accessibility Standards, Remediation Of The Supplies, Products, platforms, Information, Documentation, Or Services Support To The Level Of Conformance Specified In the Contract Will Be The Responsibility Of The Contractor At Its Expense. (d) In Order To Facilitate The Government's Determination Whether Proposed Ict Supplies Meet applicable Section 508 Accessibility Standards, Offerors Must Submit An Accessibility Conformance report, In Accordance With Its Completion Instructions And Tailored To The Requirements In The solicitation. The Purpose Of The Report Is To Assist Hhs Acquisition And Program Officials In determining Whether Proposed Ict Supplies Conform To Applicable Section 508 Accessibility standards. The Template Allows Offerors Or Developers To Self-evaluate Their Supplies And Document, in Detail, Whether They Conform To A Specific Section 508 Accessibility Standard, And Any Underway remediation Efforts Addressing Conformance Issues. Instructions For Preparing The Hhs Section 508 evaluation Template Are Available At Https://section508.gov/. (e) In Order To Facilitate The Government's Determination Whether Proposed Ict Services Meet applicable Section 508 Accessibility Standards, Offerors Must Provide Enough Information To Assist the Government In Determining That The Ict Services Conform To Section 508 Accessibility Standards, including Any Underway Remediation Efforts Addressing Conformance Issues. (f) Respondents To This Solicitation Must Identify Any Inability To Conform To Section 508 requirements. If An Offeror Claims Its Supplies Or Services Meet Applicable Section 508 accessibility Standards, And It Is Later Determined By The Government, I.e., After Award Of A contract Or Order, That Supplies Or Services Delivered Do Not Conform To The Described accessibility Standards, Remediation Of The Supplies Or Services To The Level Of Conformance specified In The Contract Will Be The Responsibility Of The Contractor At Its Expense. (g) Items Delivered As Electronic Content Must Be Accessible To Hhs Acceptance Criteria. Checklist for Various Formats Are Available At Http://508.hhs.gov/. Materials, Other Than Items Incidental To contract Management, That Are Final Items For Delivery Should Be Accompanied By The Appropriate checklist, Except Upon Approval Of The Contracting Officer Or Contracting Officer’s Representative. (the Offeror Should Include A Completed Copy Of These Provisions With Their Quote). clauses: The Following Far Clauses Apply To This Solicitation: far 52.252-2, Clauses Incorporated By Reference (feb 1998). This Contract Incorporates One Or More clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A clause May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/browse/index/far And Https://www.acquisition.gov/hhsar far 52.203-17, Contractor Employee Whistleblower Rights (nov 2023); far 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020); Far 52.204-13, System For Award Management Maintenance (oct 2018); far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020); far 52.204-19, Incorporation By Reference Of Representations And Certifications (dec 2014); Far 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023); far 52.204-30, Federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023); far 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, suspended, Proposed For Debarment, Or Voluntarily Exluded. (jan 2025) far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023); far 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive orders-commercial Products And Commercial Services (jan 2025)(deviation Feb 2025); far 52.217-8, Option To Extend Services (nov 1999); far 52.217-9, Option To Extend The Term Of The Contract (mar 2000); far 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022); far 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024); far 52.219-33, Nonmanufacturer Rule (sep 2021); far 52.222-3, Convict Labor (jun 2003); far 52.222-19, Child Labor-cooperation With Authorities And Remedies (jan 2025); Far 52.222-36, equal Opportunity For Workers With Disabilities (jun 2020); far 52.222-50, Combating Trafficking In Persons (nov 2021); Far 52.223-20, Aerosols (may 2024); page 3 Of 4 combined Synopsis/solicitation Ihs1511891 – Generator Pm Services page 4 Of 4 far 52.223-23, Sustainable Products And Services (may 2024)(deviation Feb 2025); Far 52.225-13, restrictions Of Certain Foreign Purchases (feb 2021); far 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024); Far 52.232-33, Payment By Electronic Funds Transfer- System For Award Management (oct 2018); far 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American security Drone Act- Covered Entities (nov 2024); far 52.222-41, Service Contract Labor Standards (aug 2018); far 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014); far 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) far 52.222-55, Minimum Wages Under Executive Order 13658 (jan 2022); far 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706); Far 52.252-4, alterations In Contracts (apr 1984): hhsar Clauses: hhsar 352.226-1, Indian Preference (dec 2015); hhsar 352.232-71, Electronic Submission Of Payment Requests (feb 2022); hhsar 352.239-79, Information And Communication Technology Accessibility (feb 2024) “system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To require Entities To Complete Representations Based On Provisions That Are Not Included In Agency solicitations. Examples Include 52.222- 25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services. contracting Officers Will Not Consider These Representations When Making Award Decisions Or Enforce requirements. Entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration to Remove These Representations In Sam.” miscellaneous: no Fax Quotations electronic Submissions – Submission Via Email Is The Only Acceptable electronic Submission. (maryann.yocham@ihs.gov) all Contractors Must Be Registered In The System For Award Management Database Located At https://www.sam.gov/sam/ Prior To Any Contract Award. Please Submit The Following Information With each Quote: Vendor Name, Cage Code, Uei, Tax Identification Number, Prompt Payment Terms, Delivery time, Gsa Contract Number (if Applicable), Date Quote Expires, Warranty, Total Price For Each Line item, Total Quote Price, And Technical Documentation In Sufficient Detail To Determine Technical acceptability. Failure To Provide sufficient Technical Detail May Result In Rejection Of Your Quote.
Closing Date24 Apr 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Details: Combined Synopsis/solicitation Template Iaw Far 12.603 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included I This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. solicitation No. Ihs1509878 Is Issued As An Request For Quotation (rfq). the Solicitation Document Incorporates Provisions And Clauses That Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03, Effective January 17, 2025. the Solicitation Is A Indian Small Business Economic Enterprise Under North American Industry Classification System (naics) Code 333414 With An Associated Small Business Size Standard Of 500. schedule Of Items clin No. Description Quantity Rate Price Extended Price 1) Dxs45lasa46/50 (cross Reference # For Original Pt #) 364 49094 215 Compressor-1460 Lbs (new Unit) 1 Rate 2) Shipping 1 Rate total specifications Will Be Included As An Attachment. the Delivery Is 45 Days After Award Date. the Provision At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition. Addenda Are Included. 52.212-1 Instructions To Offerors – Commercial Products And Commercial Services (nov 2021). All Offers Must Include Information And Submitted At Or Before The Date And Time Specified In This Solicitation. 52.212-1(b) Submission Of Offers. email Offer Directly To The Contracting Officer For This Action Is: Whitney Shorty, Contract Specialist, 928-725-9806, Whitney.shorty@ihs.gov. Limit Offer Size To 6mb. All Questions Shall Be Submitted In Writing 5 Days Prior To Closing/response Date. To Be Considered For Award, Your Offer Shall Include The Following Documents Or It Will Be Non-responsive And Removed From Award Consideration: pricing: Complete And Sign Fee Schedule (attached). The Government Will Consider Competitive Rates Upon Negotiation. provide Your Quotation specifications: Products Must Meet The Specifications Requirements provide A Completed Ihs Iee Representation Form Attachment. the Provision At 52.212-2, Evaluation – Commercial Products And Commercial Services (nov 2021), Applies To This Acquisition. The Following Factors Shall Be Used To Evaluate Quotes: the Government Reserves The Right To Issue A Single Award Or Multiple Awards To Contractor(s) Whose Quote Represents The Best Value As Defined By Far 2.101. In Determining Best Value, Lowest Price Technically Acceptable, Price And Other Evaluation Factors Will Be Considered: Specification. The Evaluation Factors And Significant Sub Factors When Combined Are Significantly More Important Than Cost Or Price. The Socio-economic Status Of An Offer May Also Be Considered, Should One Or More Quotes Represent The Best Value. quoters Must Include With Its Quote A Completed Copy Of The Provision At 52.212-3 Offeror Representations And Certifications – Commercial Products And Commercial Services (may 2024)[deviation Feb 2025]. the Following Federal Acquisition Regulation Provisions Also Apply: 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Oct 2020 52.211-6 Brand Name Or Equal Aug 1999 52.252-1 Solicitation Provisions Incorporated By Reference Www.acquisition.gov/browse/index/far, Www.acquisition.gov/hhsar Feb 1998 the Following Department Of Health And Human Services Acquisition Regulation Provisions Also Apply: 352.239-73 Electronic And Information Technology Accessibility Notice Dec 2015 352.223-71 Instruction To Offerors – Sustainable Acquisition Dec 2015 52.226-7 Indian Economic Enterprise Representation Mar 2022 (a) The Offeror Must Represent As Part Of Its Offer That It Does Meet The Definition Of Indian Economic Enterprise (iee) As Defined In Hhsar 326.601 And That It Intends To Meet The Definition Of An Iee Throughout The Performance Of The Contract. The Offeror Must Notify The Contracting Officer Immediately, Via Email, If There Is Any Ownership Change Affecting Compliance With This Representation. (b) The Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form Or Any Successor Forms Through Which The Offeror Will Certify That The Ownership Requirements Defined By Hhsar 326.601 Are Met. (c) Any False Or Misleading Information Submitted By An Enterprise When Submitting An Offer In Consideration For An Award Set-aside Under The Buy Indian Act Is A Violation Of The Law Punishable Under 18 U.s.c. 1001. False Claims Submitted As Part Of Contract Performance Are Subject To The Penalties Enumerated In 31 U.s.c. 3729 To 3731 And 18 U.s.c. 287. (end Of Provision) the Clause At 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services (may 2024), Applies To This Acquisition. Addenda Are Included. the Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services (jan 2025)[deviation Feb 2025], Applies To This Acquisition. The Following Additional Far Clauses Cited In The Clause Are Applicable To The Acquisition: clause No. Clause Name Clause Date 52.203-15 Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 Jun 2010 52.203-17 Contractor Employee Whistleblower Rights Nov 2023 52.204-27 Prohibition On A Bytedance Covered Application June 2023 52.209-6 Protecting The Governments Interest When Subcontracting With Contractors Debarred, Suspended, Proposed For Debarment, Or Voluntarily Excluded Jan 2025 52.219-28 Postaward Small Business Program Representation Jan 2025 52.222-3 Convict Labor Jun 2003 52.222-19 Child Labor – Cooperation With Authorities And Remedies Jan 2025 52.222-50 Combating Trafficking In Persons Nov 2021 52.225-1 Buy American Supplies Oct 2022 52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving May 2024 52.232-33 Payment By Electronic Funds Transfer-system For Award Management Oct 2018 52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities Nov 2024 the Following Federal Acquisition Regulation Clauses Also Apply: 52.204-13 System For Award Management Maintenance Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.237-2 Protection Of Government Building, Equipment, And Vegetation Apr 1984 52.252-2 Clauses Incorporated By Reference Www.acquisition.gov/browse/index/far, Www.acquisition.gov/hhsar feb 1998 the Following Department Of Health And Human Services Acquisition Regulation Clauses Incorporated By Reference Also Apply: 352.223-70 Safety And Health Dec 2015 352.224-71 Confidential Information Dec 2015 352.226-1 Indian Preference Dec 2015 352.237-74 Non-discrimination In Service Delivery Dec 2015 352.237-75 Key Personnel Dec 2015 352.226-4 Notice Of Indian Small Business Economic Enterprise Set-aside Mar 2022 under The Buy Indian Act, 25 U.s.c. 47, Offers Are Solicited Only From Indian Economic Enterprises (hhsar 326.606) That Are Also Small Business Concerns. Any Acquisition Resulting From This Solicitation Will Be From Such A Concern. As Required By Hhsar §  352.226-7(b), Offerors Shall Include A Completed Indian Economic Enterprise Representation Form In Response To Sources Sought Notices, Request For Information (rfi) And As Part Of The Proposal Submission. The Indian Economic Enterprise Representation Form, Available On The Ihs Dap Public Website ( Www.ihs.gov/​dap ), Shall Be Included In Synopses, Presolicitation Notices, And Solicitations For The Acquisitions Under The Buy Indian Act. Offers Received From Enterprises That Are Not Both Indian Economic Enterprises And Small Business Concerns Will Not Be Considered And Will Be Rejected. (end Of Clause) 352.226-6 Indian Economic Enterprise Subcontracting Limitations Mar 2022 (a) Definitions As Used In This Clause. (1) Indian Economic Enterprise Means Any Business Activity Owned By One Or More Indians Or Indian Tribes That Is Established For The Purpose Of Profit Provided That: The Combined Indian Or Indian Tribe Ownership Must Constitute Not Less Than 51 Percent Of The Enterprise; The Indians Or Indian Tribes Must, Together, Receive At Least A Majority Of The Earnings From The Contract; And The Management And Daily Business Operations Of An Enterprise Must Be Controlled By One Or More Individuals Who Are Indians. To Ensure Actual Control Over The Enterprise, The Individuals Must Possess Requisite Management Or Technical Capabilities Directly Related To The Primary Industry In Which The Enterprise Conducts Business. The Enterprise Must Meet These Requirements Throughout The Following Time Periods: (i) At The Time An Offer Is Made In Response To A Written Solicitation; (ii) At The Time Of The Contract Award; And (iii) During The Full Term Of The Contract. (2) Subcontract Means Any Contract, As Defined In Far Subpart 2.1, Entered Into By A Subcontractor To Furnish Supplies Or Services For Performance Of The Prime Contractor Or Subcontractor. It Includes, But Is Not Limited To, Purchase Orders, And Changes And Modifications To Purchase Orders. (3) Subcontractor Means Any Supplier, Distributor, Vendor, Or Firm That Furnishes Supplies Or Services To Or For A Prime Contractor Or Another Subcontractor. (b) Required Percentages Of Work By The Concern. The Contractor Must Comply With Far 52.219-14, Limitations On Subcontracting Clause In Allocating What Percentage Of Work To Subcontract. The Contractor Shall Not Subcontract Work Exceeding The Subcontract Limitations In Far 52.219-14 To A Concern Other Than A Responsible Indian Economic Enterprise. (c) Any Work That An Iee Subcontractor Does Not Perform With Its Own Employee Shall Be Considered Subcontracted Work For The Purpose Of Calculating Percentages Of Subcontract Work In Accordance With Far 52.219-14 Limitations On Subcontracting. (d) Cooperation. The Contractor Must: (1) Carry Out The Requirements Of This Clause To The Fullest Extent; And (2) Cooperate In Any Study Or Survey That The Co, Indian Health Service Or Its Agents May Conduct To Verify The Contractor's Compliance With This Clause. (e) Incorporation In Subcontracts. The Contractor Must Incorporate The Substance Of This Clause, Including This Paragraph (e), In All Subcontracts For General Services, A&e Services And Construction Awarded Under This Contract. (end Of Clause) 352.232-71 Electronic Submission Of Payment Requests Feb 2022 (a)definitions. As Used In This Clause – payment Request Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. (b) Except As Provided In Paragraph (c) Of This Clause, The Contractor Shall Submit Payment Requests Electronically Using The Department Of Treasury Invoice Processing Platform (ipp) Or Successor System. Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (c) The Contractor May Submit Payment Requests Using Other Than Ipp Only When The Contracting Officer Authorizes Alternate Procedures In Writing In Accordance With Hhs Procedures. (d) If Alternate Payment Procedures Are Authorized, The Contractor Shall Include A Copy Of The Contracting Officer’s Written Authorization With Each Payment Request. (end Of Clause) the Following Local Indian Health Service, Gallup Service Unit Special Instructions Also Apply: naihs-acq-08 Contracting Officer’s Representative Aug 2022 (a) Definition. “contracting Officer’s Representative (cor)” Means An Individual Designated In By The Contracting Officer As Authorized Personnel Responsible For The Technical Aspects Of The Contract And Serves As Technical Liaison With The Contractor. The Cor Is Also Responsible For The Final Inspection And Acceptance Of All Deliverables And Such Other Responsibilities As May Be Specified In The Contract. (b) Per Far Subpart 1.602-2(d): The Contracting Officer (co) Determines That This Contract Requires A Contracting Officer Representative (cor).the Contracting Officer Representative (cor) Is: tbd At Time Of Award. (c) Upon Award, The Cor Will Receive A Copy Of The Written Designation, Specifying The Extent Of The Cor’s Authority On Behalf Of The Co. (d) Limitations. The Cor Is Not Authorized To Make Any Commitments Or Changes That Will Affect Price, Quality, Quantity, Delivery, Or Any Other Term Or Condition Of The Contract. Any Contractor Request For Changes Shall Be Referred To The Co Directly Or Through The Cor. No Such Changes Shall Be Made Without The Express Written Prior Authorization Of The Co. (end Of Clause) naihs-acq-09 Unauthorized Commitments Sep 2023 (a) Definitions. contracting Officer Means A Person With The Authority To Enter Into, Administer, And/or Terminate Contracts And Make Related Determination And Findings. ratification Means The Act Of Approving An Unauthorized Commitment By An Official Who Has The Authority To Do So. unauthorized Commitment (uac) Means An Agreement That Is Not Binding Solely Because The Government Representative Who Made It Lacked The Authority To Enter Into That Agreement On Behalf Of The Government. (b) Policy. the Government Is Not Bound By Agreements With, Or Contractual Commitments Made To, Prospective Contractors By Individuals Who Do Not Have Delegated Contracting Authority. Unauthorized Commitments Do Not Follow The Appropriate Process For The Expenditure Of Government Funds. Consequently, The Government May Not Be Able To Ratify Certain Actions, Putting A Contractor At Risk For Taking Direction From A Federal Official Other Than The Contracting Officer (see Far 1.602-1) Government Employees Responsible For Unauthorized Commitments Are Subject To Disciplinary Action. Contractors Perform At Their Own Risk When Accepting Direction From Unauthorized Officials. Failure To Follow Statutory And Regulatory Processes For The Expenditure Of Government Funds Is A Very Serious Matter. (c) Procedure. any Agreement, Modification, Or Change To A Contractual Agreement Made By A Government Personnel Who Lack Authority Will Be Deemed An Unauthorized Commitment. The Government Is Not Liable To The Contractor Or Under The Terms Of The Contract, Financially Or Otherwise – Unless The Unauthorized Commitment Successfully Passes The Ratification Process. the Ratification Process Does Not Have Any Lead Time, Nor Does The Government Make Any Promise That An Unauthorized Commitment Will Be Ratified And, Therefore, The Contractor Would Be Paid. The Contractor Proceeds At Its Own Risk If Any Of The Terms Of The Contract Are Altered, Changed, Or Modified Without The Written Concurrence By A Contracting Officer. (end Of Clause) offers Are Due: April 10, 2025 At 5:00 Pm Mst for Additional Information Or Questions About The Solicitation, Contact Whitney Shorty, Contract Specialist At 928-725-9806 Or Whitney.shorty@ihs.gov. attachments: specifications ihs Iee Representation Form
Closing Date10 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: This Amendment Is To Extend The Response Date And Time To 28 February 2025 At 10:00 A.m. Hst. ************************************************************ this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Under The Test Program For Commercial Items Found At Far Part 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 On Both Sam.gov And Neco (https://www.neco.navy.mil/). the Rfq Number Is N0060425q4022. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And Dfars Publication Notice 20250117. 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 These Addresses: Https://www.acquisition.gov/far/ And Http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The Naics Code Is 517111 And The Small Business Standard Is 1,500. The Small Business Office Concurs With The Set-aside Decision. the Proposed Contract Action Is For Commercial Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 13.106-1(b)(1)(i). interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Bids, Proposals, Or Quotations Received By The Closing Response Date Will Be Considered By The Government. a Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. the Navsup Flcph Regional Contracting Department Requests Responses From Qualified Sources Capable Of Providing Hard-wired Multi-channel Video Cable Tv And High-speed Internet Services For Commander, Navy Region Hawaii (cnrh) Located On Joint Base Pearl Harbor Hickam (jbphh) In Accordance With Performance Work Statement (pws) And Its Attachments. clin 0001 Cable And Internet Services In Accordance With The Pws And Its Attachments. period Of Performance Is 01 March 2025 To 28 February 2026. delivery Location See Attachment 2 Cnrh Locations. responsibility And Inspection: Unless Otherwise Specified In The Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control. attachment 1 Performance Work Statement attachment 2 Requirements List attachment 3 J And A Justification Redacted attachment 4 - 52.212-3 Alt 1 Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) And 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) a Complete Quote In Response To This Combined Synopsis/solicitation Must Include Either A Completed Attachment 2 - Requirements List Or A Quote With The Appropriate Taxes And Fees Applied, Completed Attachment 4 (only If Your Reps And Certs Are Not Current In Sam). the Following Far Provision And Clauses Are Applicable To This Procurement: 52.204-7 system For Award Management nov 2024 52.204-10 reporting Executive Compensation And First-tier Subcontract Awards jun 2020 52.204-13 system For Award Management Maintenance oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.204-17 ownership Or Control Of Offeror aug 2020 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.204-20 predecessor Of Offeror aug 2020 52.204-21 basic Safeguarding Of Covered Contractor Information Systems nov 2021 52.204-23 prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities dec 2023 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment nov 2021 52.204-25 prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment nov 2021 52.204-26 covered Telecommunications Equipment Or Services--representation oct 2020 52.204-27 prohibition On A Bytedance Covered Application jun 2023 52.209-6 protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment jan 2025 52.209-10 prohibition On Contracting With Inverted Domestic Corporations nov 2015 52.212-1 instructions To Offerors-commercial Products And Commercial Services sep 2023 52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services--alternate I feb 2024 52.212-4 contract Terms And Conditions-commercial Products And Commercial Services nov 2023 52.212-5 contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services jan 2025 52.219-28 post-award Small Business Program Rerepresentation jan 2025 52.222-3 convict Labor june 2003 52.222-21 prohibition Of Segregated Facilities apr 2015 52.222-22 previous Contracts And Compliance Reports feb 1999 52.222-25 affirmative Action Compliance apr 1984 52.222-26 equal Opportunity sep 2016 52.222-36 equal Opportunity For Workers With Disabilities jun 2020 52.222-50 combating Trafficking In Persons nov 2021 52.226-8 encouraging Contractor Policies To Ban Text Messaging While Driving may 2024 52.232-33 payment By Electronic Funds Transfer-system For Award Management oct 2018 52.232-39 unenforceability Of Unauthorized Obligations jun 2013 52.232-40 providing Accelerated Payments To Small Business Subcontractors mar 2023 52.233-3 protest After Award aug 1996 52.233-4 applicable Law For Breach Of Contract Claim oct 2004 52.240-1 prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities nov 2024 additional Contract Terms And Conditions Applicable To This Procurement Are: 252.203-7000 requirements Relating To Compensation Of Former Dod Officials sep 2011 252.203-7002 requirement To Inform Employees Of Whistleblower Rights dec 2022 252.203-7005 representation Relating To Compensation Of Former Dod Officials sep 2022 252.204-7003 control Of Government Personnel Work Product apr 1992 252.204-7015 notice Of Authorized Disclosure Of Information For Litigation Support jan 2023 252.204-7016 covered Defense Telecommunications Equipment Or Services--representation dec 2019 252.204-7017 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation may 2021 252.204-7018 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services jan 2023 252.204-7019 notice Of Nist Sp 800-171 Dod Assessment Requirements nov 2023 252.204-7020 nist Sp 800-171 Dod Assessment Requirements nov 2023 252.204-7022 expediting Contract Closeout may 2021 252.204-7024 notice On The Use Of The Supplier Performance Risk System mar 2023 252.223-7008 prohibition Of Hexavalent Chromium jan 2023 252.225-7012 preference For Certain Domestic Commodities apr 2022 252.225-7048 export-controlled Items jun 2013 252.225-7055 representation Regarding Business Operations With The Maduro Regime may 2022 252.225-7056 prohibition Regarding Business Operations With The Maduro Regime jan 2023 252.225-7059 prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region-representation jun 2023 252.225-7060 prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region jun 2023 252.232-7003 electronic Submission Of Payment Requests And Receiving Reports dec 2018 252.232-7006 wide Area Workflow Payment Instructions jan 2023 252.232-7010 levies On Contract Payments dec 2006 252.237-7010 prohibition On Interrogation Of Detainees By Contractor Personnel jan 2023 252.239-7009 representation Of Use Of Cloud Computing sep 2015 252.239-7010 cloud Computing Services jan 2023 252.244-7000 subcontracts For Commercial Products Or Commercial Services nov 2023 252.246-7008 sources Of Electronic Parts jan 2023 252.247-7023 transportation Of Supplies By Sea--basic oct 2024 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (end Of Provision) 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (end Of Clause) 52.252-5 Authorized Deviations In Provisions (nov 2020) (a) The Use In This Solicitation Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Provision With An Authorized Deviation Is Indicated By The Addition Of (deviation) After The Date Of The Provision. (b) The Use In This Solicitation Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Provision With An Authorized Deviation Is Indicated By The Addition Of (deviation) After The Name Of The Regulation. (end Of Clause) 52.252-6 Authorized Deviations In Clauses (nov 2020) (a) The Use In This Solicitation Or Contract Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Clause With An Authorized Deviation Is Indicated By The Addition Of (deviation) After The Date Of The Clause. (b) The Use In This Solicitation Or Contract Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Clause With An Authorized Deviation Is Indicated By The Addition Of (deviation) After The Name Of The Regulation. (end Of Clause) questions Regarding The Solicitation: Questions Shall Be Submitted Electronically To Dana.a.anderson2.civ@us.navy.mil. oral Queries Will Not Be Accepted. Emails Sent To This Address Shall Clearly Reference The Rfq N0060425q4022 On The Subject Line. Other Methods Of Submitting Questions Will Not Be Acknowledged Or Addressed. Questions May Be Submitted At Any Day And Time, But No Later Than 12:00 Pm Hst (hawaii Standard Time) On 25 February 2025. Questions Submitted After This Date And Time May Not Be Accepted. Since The Submittal Of Questions May Result In Amendments To The Rfq, It Is Imperative That Questions Be Submitted As Soon As Possible. this Announcement Will Close At 10:00 Am Hst On 28 February 2025. Contact Dana Anderson Who Can Be Reached At Email Dana.a.anderson2.civ@us.navy.mil. A Determination By The Government To Not Compete This Proposed Effort On A Full And Open Competitive Basis, Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. oral Communications Are Not Acceptable In Response To This Notice. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. evaluation Criteria: Procedures In Far 13.106 Are Applicable To This Procurement. Award Decision Will Be Based On A Combination Of Price And A Determination Of Responsibility. price: Quoters Shall Submit A Price For Each Item Listed In This Notice. In Determining Whether A Price Is Fair And Reasonable, The Government May Use Historical Data, Independent Government Estimates In Its Price Analysis, Or Any Other Technique Permissible By Far 13.106-3 And Far 15.404-1(b). technical: The Quoters Technical Acceptability Will Be Evaluated Against The Requirements In The Performance Work Statement. The Submittal Of A Quote Will Mean That The Quoter Does Not Take Any Exceptions To The Performance Work Statement Requirements. responsibility Determination: To Be Eligible For Award Of A Purchase Order Hereunder, The Quoter Must Be Determined By The Contracting Officer To Be A Responsible Prospective Quoter In Accordance With Far 9.1. the Government May Utilize A Combination Of Various Government Database Repositories Used To Determine That A Contractor Is Responsible. Such Sources Include But Are Not Limited To The Following: Sam, Past Performance Information Retrieval System (ppirs), Contractor Performance Assessment Reporting System (cpars), And/or The Supplier Performance Risk System (sprs) issuance Of A Purchase Order. the Government Intends To Evaluate Quotations And Issue A Purchase Order Based Upon Initial Quotations Received. Therefore, The Quoters Initial Quotation Should Contain The Quoters Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Request Revised Quotations From, Or Negotiate Final Purchase Order Terms With Quoters If It Is Later Determined By The Contracting Officer To Be Necessary. However, The Contracting Officer Will Not Establish A Competitive Range, Conduct Discussions, Or Otherwise Utilize The Formal Source Selection Procedures Described At Far Part 15. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Issue A Purchase Order To Other Than The Quoter With The Lowest Price; And Waive Informalities And Minor Irregularities In Quotations Received. it Is The Quoters Responsibility To Ensure That There Are No Discrepancies Presented Within The Information Contained In Its Quote. Potential Quoters Are Hereby Notified That In The Event There Are Discrepancies Within Information In A Quote Received By The Government, Or In Comparison To Government Information Provided In The Solicitation, The Government Reserves The Right To Apply Its Judgment To Resolve Such Discrepancies During The Evaluation Of The Quotes Without Conducting Discussions. sam: Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/. all Quotes Shall Include Price(s), Fob Point, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size, And Payment Terms. quoters Are Advised That Delays Can Be Experienced With The Governments Email System. Additionally, The Email System Capacity For Each Email Is 10 Mb. Emails Greater Than 10 Mb Will Not Be Delivered And Consequently Will Not Be Considered. Therefore, Quotations Exceeding The Size Limit Must Be Sent Via Multiple Emails. Zip Files Are Not Accepted. Quotes Will Not Be Accepted By Facsimile. Oral Quotes Will Not Be Accepted. Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. ******* End Of Combined Synopsis/solicitation ********
Closing Date28 Feb 2025
Tender AmountRefer Documents 

The City Government Of Baguio Tender

Machinery and Tools
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2025-50 Rebidding March 31, 2025 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Various Power Tools 813,095.00 1 Unit Bench Grinder - Rated Input Power: 600 W Grinding Wheel Diameter: 200 Mm Grinding Wheel Widths: 25 Mm No-load Speed: 3600 Rpm Grinding Wheel Bore: 32 Mm Weight: 15 Kg Grit: 24, 60 Sound Pressure Level: 70 Db(a) Sound Power Level: 80 Db(a) Uncertainty K: 3 Db - 1 Unit Bench Vise - Make: Robust Cast Steel Jaw: Duly Hardened And Knurled Jaw Base: 360° Swivel Base Body: Equipped With Anvil And Pipe Jaw Finish: Quality Wrinkle Green Paint Jaw Width: 154 Mm Jaw Opening: 150 Mm Throat Depth: 75 Mm Pipe Capacity: 13 – 50 Mm - 2 Unit Chainsaw 24 Inches - Bar Length: 24 Inches, Engine: Gasoline, Displacement: 72.2 Cubic Cm, Power Output: 3.9kw, Speed Maximum: 12,500 Rpm, Speed Idle: 2,800 Rpm, Weight: 6.2kg, Power To Weight Ratio: 1.6 Kg/ Kw, Sound Pressure Level: 105db, Sound Power Level: 118db, Vibration Level Left/right: 5.4m/ Square Second, Saw Chain Type: 3/8 Inch; Saw Chain Pitch: Rm - 2 Unit Concrete Cutter - Engine Type: Air Cooled, 4 Cycle Single Cylinder, Side Valve, Gasoline; Displacement: 273 Cubic Cm; Starting System: Recoil Starter; Power: 7.5 Hp; Blade (max): 400mm; Max Cutting Depth: 120mm; Water Tank Capacity: 30l; Operation Weight: 120kg - 3 Unit Concrete Vibrator - Engine Type Air Cooled , 4 Cycle Single Cylinder, Side Valve, Gasoline Displacement 183 Cubic Cm Starting System Recoil Starter Power 5 Hp Vibration Head 38 X 470 Mm Coupling Type Pin Vibration Per Minute 9800 – 12000 Shaft Rotate Speed 3000 Rpm Amplitude 1.2 Mm Flexible Shaft 6 M Weight 18 Kg Fuel Tank Capacity 3.8 L Continuous Running Time 3.5 Hours Net Weight 22 Kg - 3 Units X 25,000 - 2 Unit Cordless Drill - Battery Voltage: 18v Torque (soft/hard/max.): 36/64/- Nm No-load Speed (1st Gear / 2nd Gear): 0 – 630 Rpm/ 0 – 2100 Rpm Max. Drilling Diameter In Wood: 68mm Total Vibration Values (drilling In Metal) Vibration Emission Value Ah: 1.6 M/s² Uncertainty K: 1.5 M/s² Noise/vibration Information Sound Pressure Level: 88 Db(a) Sound Power Level: 77 Db(a) Uncertainty K: 5 Db Drilling In Metal Vibration Emission Value Ah: 1.6 M/s² Uncertainty K: 1.5 M/s² Battery Included: 1 Pc Quick Charger Included: 1 Pc 3 Lot Cordless Impact Wrench - Voltage 18 V Weight Excluding Battery 1.25 Kg Torque, Max 400 Nm No-load Speed 0 – 2800 Rpm Tool Holder ½ Inch Square Impact Rate 0 - 3600 Bpm Batteries Included 2 Pc X 2.0 Ah Quick Charger Included 1 Pc Torque: 180nm Socket Set Included: 1/2 Inch Dr. 6pt, 10-32mm Flank Impact Socket Set With Extension Bar - 2 Pair Cordless Reciprocating/saber Saw - Battery Voltage: 18.0 V Cutting Depth In Wood: 230 Mm Stroke Lengths: 28 Mm Weight Incl. Battery: 2.8 Kg Cutting Depth In Metal Profiles And Metal Pipes: 150 Mm Weight Excl. Battery: 3.2 Kg Stroke Rate (1st Gear / 2nd Gear) 2,900 Spm Total Vibration Values (sawing Wood): Vibration Emission Value Ah: 23.1 M/s² Uncertainty K: 1.5 M/s² Sawing Wood: Vibration Emission Value Ah: 23.1 M/s² Uncertainty K: 1.5 M/s² Blade For Metal: 2 Pc Blade For Wood: 2 Pc Battery Included: 2 Pc Quick Charger Included: 1 Pc - 5 Piece Drone Battery - Flight Battery Has A Capacity Of Up To 59.29 Wh, And Provides A Maximum Flight Time Of 31 Minutes. With A Built-in Dji Intelligent Battery Management System, Battery Status Is Monitored And Reported In Real-time, Allowing You To Focus Less On Your Power Levels And More On Having An Epic Flight. Highlights High-capacity Lipo Cells 31 Minutes Of Flight Time Multiple Intelligent Battery Protection Features Specifications Battery Type: Four-cell Lipo Battery Rated Capacity: 3850 Mah, 59.29 Wh (typical Value) Rated Voltage: 15.4 V Limited Charge Voltage: 17.6 V Charge Temperature: -10-60℃ Discharge Temperature: 5-40℃ For Mavic 2 Pro/zoom From Dji (extra Battery) - 1 Unit Electric Auto Battery Charger - Main Voltage 220 V Frequency 50 To 60 Hz Charge Voltage 12/ 24 V Input Power 2.0 Kw Effective Current 90a Average Current 70a Input Power 10 W Effective Current 570a Average Current 360a Size 62 X 41.5 X 34 Cm Weight 28kg Trolley Wheels Included - 3 Unit Electric Jack Hammer - Electric Jack Hammer 1650 W Rated Input Power: 45j Impact Energy: 1400 Blows Per Minute Full Load Impact Rate: 14.8 Kg Net Weight: 71 X 30 X 17 Cm / 1 Pc /22kg Packing Detail: 66 X 29 Cm Machine Size: 70 X 28 X 16 Cm - 2 Unit Electric Planer - Continuous Rating Input: 750w Planing Width: 82 Mm (3-1/4″) Planing Depth: 3 Mm (1/8″) Max Ship Lapping: 20 Mm (3/4″) No Load Speed: 18,000 Rpm Vibration Level (planing Softwood): 2.5 M/s² Or Less Sound Pressure Level: 91 Db(a) Sound Power Level: 102 Db(a) Dimensions (l X W X H): 390x175x140 Mm Net Weight: 4.6 Kg Power Supply Cord: 2.0 M - 2 Unit Flare Tool For Water Service Line - Cts Tubing: Three-fourth Inch For High Pressure Hose Weight: 0.9 Kg - 4 Unit Grass Cutter 2-stroke - Engine Type 2- Stroke , Air Cooled , Single Cylinder Gasoline Gasoline / 2-cycle Oil Mixing Ratio 25:1 Displacement 40.2 Cc Power 1.25 Kw No Load Speed 7000 Rpm Shaft Length 145 Cm Shaft Diameter 28 Mm Carburetor Float – Type Net Weight 7.5 Kg - 2 Unit Handheld Circular Saw - Type: Plunge Cut Rated Input Power: 1300 Watts Saw Blade Diameter: 165 Mm Saw Blade Bore: 20 Mm No-load Speed: 6400 Rpm Weight: 4.1 Kg Dimensions: 341 X 225 X 250 Mm Max. Cutting Capacity In Wood (0°): 56 Mm Max. Cutting Capacity In Wood (45°): 40 Mm Guide Rail Inlcuded: 149 Inches - 2 Unit Jigsaw - Rated Input Power: 520 W Type: With Pendulum Action Sds Blade Change System Stroke Rate At No Load: 800 – 3,200 Spm Bevel Angle: Neg 45 To 45 ° Weight: 2.29 Kg Cutting Depth In Wood: 75 Mm Cutting Blade Included: 1 Pc - 1 Unit One-bagger Concrete Mixer - Capacity: One-bagger Engine Type: Air-cooled, 4-cycle Single Cylinder Side Value, Gasoline Displacement: 273 Ml Maximum Output: 5.5 Kw/2000 Rpm Direction Of Rotation: Counterclockwise Fuel Tank Capacity: 5.5liters Spark Plug: E6tc (bp6hs) Starting System: Recoil Starter Tires: Brand New - 3 Unit Portable Impact Drill - Rated Input Power: 500w Weight: 1.8 Kg Chuck Capacity, Min/max: 1.5 – 10 Mm No-load Speed, 1st Gear: 0 – 2,600 Rpm Drill Spindle Connecting Thread: 43 Tool Dimensions (width): 65.5mm Mm Tool Dimensions (length): 262mm Tool Dimensions (height): 253mm Impact Rate At No-load Speed: 0 – 41,600bpm Drilling Range In Masonry: 10mm Drilling Range In Concrete: 10mm Drilling Range In Wood: 20mm Drilling Range In Steel: 8mm Included Hand Tools Kit 1 Set Included Carrying Case: 1 Pc - 1 Unit Portable Water Pump - Power: 5.5 Hp Discharge Pipe Diameter: 50 Mm Pump Lift: 26 M Operation: 3600 Rpm Suction: 7 M Suction Pipe Diameter: 50 Mm Max Output: 4.8 Kw Flow Rate: 30 Cubic Meter Per Hour Continue Operation Time: 9 Hr Efficiency: 48% Mpsh: 4 M Dimension: 480x385x390 Cm Net Weight: 22 Kg Gross Weight: 24 Kg Included Suction Hose: 50 Mm X 6 M With Clamp Included Discharge Hose: 50 Mm X 100 M With Clamp - 2 Unit Ppr Pipe Fusion Machine - Capacity: 20 Mm To 63 Mm Included Ppr Cutter: 1 Pc - 2 Unit Random Orbital Sander - Rated Input Power: 250 W Sanding Pad Diameter: 125 Mm Orbit Diameter: 2.5 Mm Weight: 1.3 Kg No-load Speed: 7500 – 12000 Rpm Orbital Stroke Rate: 15000 – 24000 Opm Eccentricity: 1.25 Mm Sanding Sheet/ Disc Attachment: Hook-and-loop Fastening Included Sanding Sheet: 10 Pc - 2 Unit Router - No-load Speed: 11000 – 28000 Rpm Rated Input Power: 1300 W Bit Holder: 6 – 8.0 Mm Router Bit Diameter: 40 Mm Maximum Router Cage Stroke: 55 Mm Weight: 3.5 Kg Total Vibration Values (sanding Solid Wood) Vibration Emission Value Ah: 4 M/s² Uncertainty K: 1.5 M/s² Noise/vibration Information Sound Pressure Level: 86 Db(a) Sound Power Level: 97 Db(a) Uncertainty K: 3 Db Sanding Solid Wood Vibration Emission Value Ah: 4 M/s² Uncertainty K: 1.5 M/s² Included Router Bit: 15 Pc Mixed Bits - 1 Unit Wet And Dry Vacuum Cleaner/ Dust Extractor - Input Voltage: 200 – 60hz Motor Power: 1200w Vacuum Pressure: 17 Kpa Noise Level: 78 Db Tank Capacity: 20 L Tank Material: Plastic Blower Function: Equipped Basic Hose Set: 4 Pc Carbon Brush Extra: 1 Pair - Notes: A) This Is A Lot Bidding, Partial Bids Are Not Allowed B) Please Indicate Brands Of Offers And Attach Technical Brochures In The Eligibility And Technical Proposal. C) Indicate Unit Price Of Offer In The Financial Proposal. D) Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Sale Of Power Tools. E) For Use Of Ceo Under Various Pr No. 102. Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Office, 35 New Lucban Brgy., Baguio City. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, April 11, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Name Of Establishment Bidder's Signature
Closing Date11 Apr 2025
Tender AmountPHP 813 K (USD 14.2 K)

DEPT OF THE AIR FORCE USA Tender

United States
Details: Update: 04/27/2020 - Aoi #2 And #3 Have Been Added To This Notice. Please Reference Attachments For Information.  update: 2/25/2020  An Aoi Has Been Added To This Notice. Please Reference Attachments For Information.  section 1 – Introduction under The Authority Of 10 U.s.c. 2371b The Agility Prime Office Is Pursuing Prototype Projects From Nontraditional And Traditional Defense Contractors. These Projects Will Help The Government Assess The Transformative Vertical Flight Market And Vertical Takeoff And Landing (vtol) Technologies. This Effort Seeks To Establish A Collaborative Strategy With Industry And Investors That Accelerates Fielding Of The Most Promising Technologies For Savings And Utility To The Government, As Well As Potential Commercial Market Success. As These Systems Mature Toward Certified Commercial Operations, The Government Will Identify Opportunities For Early Adoption, With The Potential For Procurement And Fielding In The Next Three Years. the Core Technologies Of Interest Include Emerging Electric Vtol (evtol) And Urban/advanced Air Mobility (uam/aam) Aircraft, Although Alternatives Will Be Considered. These Aircraft May Incorporate Non-traditional Electric Or Hybrid Propulsion For Manned Or Optionally Manned Missions, With Onboard Pilot, Remote Pilot, Or Autonomous Control. Based On Emerging Commercial Trends, These Transformational Commercial Vehicles Are Typically Characterized By Employment Of Distributed Propulsion For Vertical Flight And Potential Use Of A Wing For Horizontal Flight, Along With Augmented Flight Control Systems, And High Levels Of Automation Or Autonomy. Besides Aircraft, This Effort Will Consider Similar Support To Enabling Technologies. during This Opening, The Government Intends To Test The Hypothesis That, Compared To Other Ground And Air Vehicles, These Aircraft Could Revolutionize Mobility Given: 1) Lower Maintenance Cost And Time, Through Mechanical Simplicity; 2) Improved Safety And Declining Personnel Demands, Using Autonomy; 3) Affordable Quantity, Based On Potential Mass Production; 4) Improved Acoustics, Employing Distributed Propulsion; And 5) Greater Flexibility And Reduced Infrastructure Needs, With Runway Independence. To Mitigate Risk, This Hypothesis Will Initially Be Tested Outside Of The Urban Environment In Scenarios That Could Potentially Open A Broad Public-use Market For Early Government Adoption Prior To Civil Certification In A Way That Accelerates Uam. Modularity Similar To A Satellite Bus Or Universal Serial Bus (usb) Could Enable Vast Use Cases. These Vehicles, Referred To As Orbs, Are Not Drones, Cars, Helicopters, Trucks, Airplanes, Motorcycles, Or Suvs, But Might Support Similar Missions. Given Their Flexibility, An Orb Could Act As An Organic Resupply Bus For Disaster Relief Teams, An Operational Readiness Bus For Improved Aircraft Availability, And An Open Requirements Bus For A Growing Diversity Of Missions. Orbs Could Enable Distributed Logistics, Sustainment, And Maneuver, With Particular Utility In Medical Evacuation, Firefighting, Civil And Military Disaster Relief, Installation And Border Security, Search And Rescue, And Humanitarian Operations. this Effort Expands On What Has Thus Far Been A Fruitful But Ad Hoc Engagement With Industry In This Sector Through The Following Path: 1) Requesting Details Regarding Planned Commercial Technologies And Markets; 2) Identifying Technologies That Are Likely To Result In Successful Prototypes; 3) Creating Opportunities For Collaborative Test Planning With The Potential Of Offering Test Assets And Expertise; 4) Leveraging This Campaign For Near-term Government Airworthiness Authorization As Well As Procurement Of Hardware, Software, Data, Or Services. The Intent Is To Accelerate Certification, While Also Assessing The Value Of Early Adoption And Fielding. Near-term Government Use-cases Could Occur Prior To Civil Certification And Might Provide Revenue And Data To Help Accelerate Even Broader Adoption And Technology Development. other Transaction For Prototype (otp) the United States Government (usg) May Choose To Award One Or More Otps As A Result Of This Opening, Depending On Evaluations And Funds Availability. In Such Cases, An Other Transaction For Prototype (otp) Agreement, In Accordance With 10 U.s Code 2371b, Will Then Be Negotiated For Prototype Project Delivery, Based On The Selected Solution Brief(s). If The Parties Intend, Upon Successful Completion Of The Prototype Project, To Enter Into A Follow-on Production Agreement Without Further Competition Using 2371b Authority, All Such Follow-on Production Agreement Terms Must Be Negotiated Prior To Execution Of, And Included Within, The Original Otp. Alternatively, Upon Successful Completion Of A Prototype Project Under The Original Otp, The Government And Successful Submitter May Subsequently Solicit And Negotiate Follow-on Far Based Contracts, Or Merely Negotiate Such Contracts, If Sufficient Justification Exists For Sole Sourcing. Follow-on Production Agreements May Include, But Are Not Limited To, Further Prototyping, In-kind Testing, Production, And Fielding As Launch Customer. the Otp Must Satisfy At Least One Of The Following Conditions: there Is At Least One Nontraditional Defense Contractor Or Nonprofit Research Institution Participating To A Significant Extent In The Prototype Project. all Significant Participants In The Transaction Other Than The Federal Government Are Small Businesses (including Small Businesses Participating In A Program Described Under Section 9 Of The Small Business Act (15 U.s.c. 638)) Or Nontraditional Defense Contractors. at Least One Third Of The Total Cost Of The Prototype Project Is To Be Paid Out Of Funds Provided By Sources Other Than Other Than The Federal Government. the Senior Procurement Executive For The Agency Determines In Writing That Exceptional Circumstances Justify The Use Of A Transaction That Provides For Innovative Business Arrangements Or Structures That Would Not Be Feasible Or Appropriate Under A Contract, Or Would Provide An Opportunity To Expand The Defense Supply Base In A Manner That Would Not Be Practical Or Feasible Under A Contract. opening Procedure And Participation this Opening Is A Competitive Solicitation, Continuously Open Until February 24 2025, Which Provides The Authority And Background For A Series Of Future Areas Of Interest (aois—see Definition In Section 2 Below) Requesting Solution Briefs And Proposals For New Solutions Or Potential New Capabilities That Fulfill Objectives, Close Capability Gaps, Or Provide Potential Technological Advancements In The Area Of Transformative Vertical Flight. The Government Reserves The Right To Award Other Transactions For Prototype (otp) Under The Authority Of 10 U.s.c. 2371b As A Result Of This Opening, If Deemed Appropriate, Based On Information Learned About This Field In The Course Of This Offering, Funds Availability, And In Accordance With The Procedures Herein, But The Government Is Not Required To Make Any Award, Unless The Government, In Its Sole Discretion, Deems Such Award Appropriate. “prototypes” Under This Legal Authority May Include Not Only Commercially Available Technologies Fueled By Commercial Or Strategic Investment That Result In Novel Applications For Defense Purposes, But Also, Among Other Things, Prototype Demonstrations, Agile Development Activities That Can Incrementally Improve Commercial Technologies That Then Become Available As Novel Defense Applications, Combinations Of These With Existing Government-owned Capabilities, Or Common Practices Newly Applied For Broad Defense Application(s). The Specific Level Of Support For Each Problem Statement Will Be Enumerated In The Aoi When Published. Please Note: This Opening Is Not Itself A Request For Solution Briefs Or Proposals. Aois Will Be Released In One Or More Separate Documents. otps Entered Into As A Result Of This Opening Shall Be Firm Fixed Price. besides Aircraft, These Aois Could Include But Would Not Be Limited To: Autonomy; Advanced Aircraft Materials And Manufacturing; Novel Acoustics Techniques; Subsystem, Aircraft, And Portfolio Design Tools; Rapid Mission Planning For Dense Air Environments And Logistics Efficiencies; Command And Control Of Air Vehicles; Robotic Landing Gear; Large Flotation Devices; Modular Payload Designs; Air Vehicle Data Networks And Rf Waveforms; Sense And Avoid Architectures, Algorithms, And Sensors; Electrical Power Storage, Generation, Charging; Alternative Onboard And Ground-based Electrical Power Generation; Distributed Electric Propulsion Control Techniques. this Opening Outlines The Processes And Procedures Whereby Solicit Solution Briefs May Be Submitted In Response To Aois. Aois Are Focused Topic Categories That Will Be Published Separately And Posted To Https://beta.sam.gov. All Solution Briefs Submitted In Response To An Aoi Will Be Considered To Be Made In Response To And Governed By This Opening. The Opening Outlines The Procedures To Submit A Response To An Aoi To Ensure A Competitive Process That Consists Of Three-phases: phase 1 Solution Briefs: Shall Be Submitted As Specified In Section 3.2 Of This Opening. phase 2 Company Engagement: Submitters With Solution Briefs That Satisfy The Aoi Will Be Evaluated And If Found To Be Of Merit May Be Invited To An Engagement Session, Subject To Availability Of Government Funds, Following The Instructions Provided In Section 3.3 Of This Opening, Or Schedule An Engagement With The Government To Provide Further Details On The Aoi. phase 3 Request For Prototype Proposal (rpp): Those Submitters Whose Solution Brief And/or Site Visit Is Found To Satisfy The Aoi, May, Subject To Availability Of Government Funds, Be Invited To Submit A Full Written Proposal Following The Instructions Provided In Section 3.4 Of This Opening For Potential Award Of An Otp For A Prototype Project (see Definition Below). the Government May Publish Aois At Any Time. Interested Submitters Should Check Https://beta.sam.gov For New Aoi Postings Under This Announcement. full Announcement Details On This Ico Are Located In The Attachments Section.   
Closing Date24 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Machinery and Tools
United States
Details: Combined Synopsis/solicitation this Is A Combined Synopsis/solicitation For The Acquisition Of Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Announcement. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. solicitation Number: Fa8227-25-r-2713 this Solicitation Is Issued As A Request For Proposal (rfp). this Solicitation Document And Incorporated Provisions And Clauses Are In Effect Through Federal Acquisition Circular 2025-03. contracting Officer's Business Size Selection full And Open naics Code 334516 small Business Size Standard 1,000 Employees 0001 Large Chamber Field Emission Scanning Electron Microscope Ea 1 0002 Current Meter Ea 1 0003 Low Vac Secondary Electron Detector Ea 1 0004 Everhart-thornley Type Secondary Electron Detector Ea 1 0005 Backscattered Electron Detector Ea 1 0006 Chamber Camera Ea 1 0007 Integrated Plasma Cleaner Ea 1 0008 Software (combined) Ea 1 0009 Adapter For Use Of Existing Holders Ea 1 0010 Adapters, Transfer And Install Kit For Existing Oxford Eds And Wds Detectors Ea 1 0011 System Controller Ea 1 0012 Installation Ea 1 0013 Training Ea 1 description Of Item(s) To Be Acquired: the Contractor Shall Provide Requested Products To The 309th Mxsg Located At Hill Afb, Utah. Please Reference The Attached Document For Detailed Specifications. dates And Place Of Delivery: the Anticipated Period Of Performance Is 180 Days Aro the Provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition. Offers Are Due By 1500 Mst, 16 April 2025 Via Electronic Mail To Tanner.nielsen@us.af.mil provide Cage Code When Submitting Proposal 52.212-2: Evaluation -- Commercial Items (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: (i) Price; (ii) Technical Capability Of The Item Offered To Meet The Government Requirement; -technical Subfactor 1 -technical Subfactor 2 (b) Evaluation Is On Lowest Price Technically Acceptable (lpta) Basis. All Offers Will Be Evaluated On Their Proposed Total Price. The Contract Will Be Awarded To The Company With Lowest Price, Which Also Fully Meets All Specifications.. Only The Lowest Priced Proposal Will Be Evaluated For Technical Acceptability (to Be Based On The Specifications). The Next Lowest Offer Will Only Be Evaluated If The Aforementioned Offer Is Not Found Technically Acceptable (and So On). Only One Award Will Be Made Under This Solicitation. Award Will Be Conducted Under The Provisions Of Far Part 12, Commercial Items, And Far 13, Simplified Acquisition Procedures. Submit Only Written Offers; Oral Offers Will Not Be Accepted. All Firms Or Individuals Responding Must Be Registered With The System For Award Management (sam). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024). the Clause At 52.212-4, Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023)-- Commercial Items, Applies To This Acquisition And A Statement Regarding Any Addenda To The Clause. far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (jan 2025) - Applies To This Acquisition And Any Clauses That Are Checked Will Be Applicable To This Acquisition. (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) ( 31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 ( 19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [contracting Officer Check As Appropriate.] _x_ (1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). __ (2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509)). __ (3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) _x_ (4) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) ( 41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far 3.900(a). __ (5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) ( 31 U.s.c. 6101 Note). __ (6) [reserved]. __ (7) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). _x_ (8) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). _x_ (9) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). __ (10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders—federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) ( Pub. L. 115–390, Title Ii). __ (11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) ( Pub. L. 115–390, Title Ii). __ (ii) Alternate I (dec 2023) Of 52.204-30. _x_ (12) 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed For Debarment, Or Voluntarily Excluded. (jan 2025) ( 31 U.s.c. 6101 Note). __ (13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) ( 41 U.s.c. 2313). __ (14) [reserved]. __ (15) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) ( 15 U.s.c. 657a). __ (16) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). __ (17) [reserved] __ (18) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). __ (ii) Alternate I (mar 2020) Of 52.219-6. __ (19) (i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). __ (ii) Alternate I (mar 2020) Of 52.219-7. _ X _ (20) 52.219-8, Utilization Of Small Business Concerns (jan 2025)( 15 U.s.c. 637(d)(2) And (3)). __ (21) (i) 52.219-9, Small Business Subcontracting Plan (jan 2025) ( 15 U.s.c. 637(d)(4)). __ (ii) Alternate I (nov 2016) Of 52.219-9. __ (iii) Alternate Ii (nov 2016) Of 52.219-9. __ (iv) Alternate Iii (jun 2020) Of 52.219-9. __ (v) Alternate Iv (jan 2025) Of 52.219-9. __ (22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). __ (ii) Alternate I (mar 2020) Of 52.219-13. __ (23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s). __ (24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). __ (25) 52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15 U.s.c. 657f). __ (26) (i) 52.219-28, Postaward Small Business Program Rerepresentation (jan 2025) (15 U.s.c. 632(a)(2)). __ (ii) Alternate I (mar 2020) Of 52.219-28. __ (27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). __ (28) 52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). __ (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) ( 15 U.s.c. 644(r)). _ X_ (30) 52.219-33, Nonmanufacturer Rule (sep 2021) ( 15 U.s.c. 637(a)(17)). _ X_ (31) 52.222-3, Convict Labor (jun 2003) (e.o.11755). _ X_ (32) 52.222-19, Child Labor—cooperation With Authorities And Remedies (jan 2025)( E.o. 13126). __ (33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). __ (34) (i) 52.222-26, Equal Opportunity (sep 2016) (e.o.11246). __ (ii) Alternate I (feb 1999) Of 52.222-26. _ X_ (35) (i) 52.222-35, Equal Opportunity For Veterans (jun 2020) ( 38 U.s.c. 4212). __ (ii) Alternate I (jul 2014) Of 52.222-35. _ X_ (36) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) ( 29 U.s.c. 793). __ (ii) Alternate I (jul 2014) Of 52.222-36. _ X_(37) 52.222-37, Employment Reports On Veterans (jun 2020) ( 38 U.s.c. 4212). _ X_ (38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). _ X_(39) (i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). __ (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). _x_ (40) 52.222-54, Employment Eligibility Verification (jan 2025) ( Executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) _ X_(41) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) ( 42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) __ (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) __ (42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) ( 42 U.s.c. 7671, Et Seq.). __ (43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) ( 42 U.s.c. 7671, Et Seq.). __ (44) 52.223-20, Aerosols (may 2024) ( 42 U.s.c. 7671, Et Seq.). __ (45) 52.223-21, Foams (may 2024) ( 42 U.s.c. 7671, Et Seq.). __ (46) 52.223-23, Sustainable Products And Services (may 2024) ( E.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l). __ (47) (i) 52.224-3 Privacy Training (jan 2017) ( 5 U.s.c. 552 A). __ (ii) Alternate I (jan 2017) Of 52.224-3. __ (48) (i) 52.225-1, Buy American-supplies (oct 2022) (41 U.s.c. Chapter 83). __ (ii) Alternate I (oct 2022) Of 52.225-1. __ (49) (i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) ( 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __ (ii) Alternate I [reserved]. __ (iii) Alternate Ii (jan 2025) Of 52.225-3. __ (iv) Alternate Iii (feb 2024) Of 52.225-3. __ (v) Alternate Iv (oct 2022) Of 52.225-3. __ (50) 52.225-5, Trade Agreements (nov 2023) ( 19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). __ (51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __ (52) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __ (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). __ (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). __ (55) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) ( E.o. 13513). __ (56) 52.229-12, Tax On Certain Foreign Procurements (feb 2021). __ (57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). __ (58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). __ (59) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct2018) ( 31 U.s.c. 3332). __ (60) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c. 3332). __ (61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). __ (62) 52.239-1, Privacy Or Security Safeguards (aug 1996) ( 5 U.s.c. 552a). __ (63) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.). __ (64) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15 U.s.c. 637(d)(13)). __ (65) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) ( 46 U.s.c. 55305 And 10 U.s.c. 2631). __ (ii) Alternate I (apr 2003) Of 52.247-64. __ (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [contracting Officer Check As Appropriate.] __ (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter67). __ (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). __ (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). __ (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) ( 29u.s.c.206 And 41 U.s.c. Chapter 67). __ (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). __ (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). __ (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). __ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). __ (9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). __ (10) 52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking (jan 2025) ( 49 U.s.c. 40118(g)). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause- (i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) ( 41 U.s.c. 4712). (iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (v) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (vi) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). (vii) (a) 52.204–30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) ( Pub. L. 115–390, Title Ii). (b) Alternate I (dec 2023) Of 52.204–30. (viii) 52.219-8, Utilization Of Small Business Concerns (jan 2025) ( 15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222-26, Equal Opportunity (sep 2016) (e.o.11246). (xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) ( 41 U.s.c. Chapter 67). (xvi) (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (jan 2025) ( E.o. 12989). (xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xxii) (a) 52.224-3, Privacy Training (jan 2017) ( 5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) ( 31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40. (xxvi) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.). (xxvii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) ( 46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) other Far Clauses And Provisions 52.204-7 System For Award Management 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations In Clauses 252.204-7004 Alternate A, System For Award Management 252.232-7003 Electronic Submission Of Payment Request And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7003 Agency Office Of The Inspector General 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting, 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support, 252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation, 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, 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements, 252.205-7000 Provision Of Information To Cooperative Agreement Holders, 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism, 252.211-7003 Item Unique Identification And Valuation, 252.232-7003 Electronic Submission Of Payment Request And Receiving Reports 252.215-7008 Only One Offer, 252.223-7008 Prohibition Of Hexavalent Chromium, 252.232-7006 Wide Area Workflow Payment Instructions 5352.201-9101 Ombudsman (a) An Ombudsman Has Been Appointed To Hear And Facilitate The Resolution Of Concerns From Offerors, Potential Offerors, And Others For This Acquisition. When Requested, The Ombudsman Will Maintain Strict Confidentiality As To The Source Of The Concern. The Existence Of The Ombudsman Does Not Affect The Authority Of The Program Manager,contracting Officer, Or Source Selection Official. further, The Ombudsman Does Not Participate In The Evaluation Of Proposals, The Source Selection Process, Or The Adjudication Of Protests Or Formal Contract Disputes. The Ombudsman May Refer The Interested Party To Another Official Who Can Resolve The Concern. (b)before Consulting With An Ombudsman, Interested Parties Must First Address Their Concerns, Issues, Disagreements, And/or Recommendations To The Contracting Officer For Resolution. Consulting An Ombudsman Does Not Alter Or Postpone The Timelines For Any Other Processes (e.g., Agency Level Bid Protests, Gao Bid Protests, Requests For Debriefings, Employee-employer Actions, Contests Of Ombc A-76 Competition Performance Decisions). (c)if Resolution Cannot Be Made By The Contracting Officer, The Interested Party May Contact The Center Ombudsmen, Ms. Kayla Marshall; Hill Ombudsman/competition Advocate; (kayla.marshall@us.af.mil) 801-777-6549; Ol_h Afsc/pzc. Concerns,issues, Disagreements, And Recommendations That Cannot Be Resolved At The Center/majcom/dru Or Afisra Level, May Be Brought By The Interested Party For Further Consideration To The Air Force Ombudsman, Associate Deputy Assistant Secretary (adas) (contracting), Saf/aqc, 1060 Air Force Pentagon, Washington Dc 20330-1060, Phone Number (571) 256-2397, Facsimile Number (571) 256-2431. (d)the Ombudsman Has No Authority To Render A Decision That Binds The Agency. (e)do Not Contact The Ombudsman To Request Copies Of The Solicitation, Verify Offer Due Date, Or Clarify Technical Requirements. Such Inquiries Shall Be Directed To The Contracting Officer (end Of Clause) additional Contract Requirement Or Terms And Conditions: n/a defense Priorities And Allocations System (dpas): n/a proposal Submission Information: all Questions Or Comments Must Be Sent To Tanner Nielsen By Email At Tanner.nielsen@us.af.mil, Nlt 1500 Mst, 01 April, 2025. Offers Are Due By 1500 Mst, 16 April 2025 Via Electronic Mail To Tanner.nielsen@us.af.mil. for Additional Information Regarding The Solicitation Contact Tanner Nielsen At 801-586-2756. notice To Offerors: the Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. attachments: 52.212-1 – Instruction To Offerors 52.212-2 – Evaluation Factors sow_lc-fesem_28 Jan 2025
Closing Date16 Apr 2025
Tender AmountRefer Documents 

ANIMAL AND PLANT HEALTH INSPECTION SERVICE USA Tender

Chemical Products
United States
Details: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) This Solicitation Number Vs1146785 Is Being Issued As A, Request For Quotation (rfq) (iii) In Accordance With Federal Acquisition Regulation (far) Clause 52.252-2 (feb 1998) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular. Applicable Far Clauses Are Incorporated By Reference And May Be Viewed On The Following Website (s) https://www.acquisition.gov/ https://www.acquisition.gov/agar (iv) This Requirement Is Being Issued As A Small Business Set Set-aside In Accordance With Federal Acquisition Regulation (far) 52.219-6 (nov 2020) . the North American Industrial Classification System Code(s) And Business Size Standard(s) Describing The Products And/or Services To Be Acquired Under This Solicitation Is Listed Below: naics 325320 Pesticide And Other Agricultural Chemical Manufacturing size Standard 1,150 Employees (v) Item Description - Firm Fixed Priced Urgent Order For Phos-chek Foam Wd881 (52.211-6 Brand Name Or Equal. (aug 1999). Quantity Of 240ea 55 Gal Drums (4 Drums Per Pallet) To Be Shipped On Heavy Duty Pallets Est. 400lbs. All Cost To Include But Not Limit To: Overhead, General And Administrative, Profit, Insurance, And Transportation. supplies Are Needed For Urgent Hpai Response To Depop Poultry desired Delivery Date Contractor Will Deliver 60 Days Of Receipt Of Order line 001 - Phos-chek Foam Wd881 240ea 55 Gal Drums (4 Drums Per Pallet) (vi) Description Of Requirement: product Specifications the Class A Foam Concentrate Should Be Phos-chek Wd881 Or Name Brand Equivalent With The Following Typical Properties: viscosity Of 50 Centipoise At 75 Degrees F, 150 Centipoise At 40 Degrees F, 450 Centipoise At 32 Degrees F density Of 8.53 Lbs Per Us Gallon ph Of 7.0 – 8.5 in Addition, The Foam Shall Meet The Following: usda Forest Service Approved underwriters Laboratory (u/l) Listed Wetting Agent contain No Hazardous Materials readily Biodegradable (vii) Shipment Will Be Fob Destination And Inspection And Acceptance Is In Accordance With Far Clause 52.212-4(a) usda Aphis Vs Warehouse 3500 E 149th St. Suite 300 dock 1 (deliveries – Back Of Bldg) kansas City, Mo 64147 invoice Processing And Payment. net 15dys Aro in Accordance With Omb Dated 06/07/2012 Accelerating Payments To Small Businesses For Goods And Services usda Uses The Invoice Processing Platform (ipp) For Electronic Submission And Tracking Of Purchase Orders, Invoices, And Payment Information To Its Suppliers Of Goods And Services: Enroll At Https://ipp.gov. The Ipp Is A Government-wide Secure Web-based Invoice Processing Service Offered Free Of Charge To Government Agencies And Their Suppliers By The U.s. Department Of Treasury’s Financial Management Service (fms). upon Contract Award, You Will Receive A Notification Of Your One-time Enrollment Requirement In An Automatic Invoice Payment Notification System Available Through Ipp. This One-time Enrollment In Ipp Means That You Will Receive A Series Of E-mails From Treasury Services. contractors Must Submit Invoices And Attach All Supporting Documentation As Required Within 5 Business Days Of Completion Of Services Provided. Supporting Documentation Include ,for Example; Maintenance Inspection Checklist, Timecard For Labor, Travel Receipts Etc.. The Cotr Will Review The Supporting Documents Before Approving Invoices In Ipp, If Supporting Documentation Is Not Provided The Invoice Will Be Rejected. Ipp Will Issue A Notification To Contractor That They Must Submit Supporting Documentation And Resubmit The Invoice. please See https://www.ipp.gov/vendors/enrollment-vendors.htm and Submit Invoices Through The Invoice Processing Platform (ipp) Enroll At Https://www.ipp.gov/ Ipp Is A Secure, Web-based System That Manages Government Invoicing. (viii) 52.212‐1 Instructions To Offerors – Commercial Items, Is Replaced In Its Entirety See Attachment_1. (ix) Evaluation: evaluation Of Quotes Will Be In Accordance With Federal Acquisition Regulation ( Far) 13.106-1 (2) And (far) 13.106-2(b)(3) in Accordance With Federal Acquisition ( Far) 13.106-1 (2) The Government Will Award A Purchase Order Resulting From This Solicitation To The Responsible Quote Conforming To The Solicitation That Will Be The “best Value” And Most Advantageous To The Government. In Accordance With Far 13.106-2 (b)(3); Product Offered, Price, And Delivery Are The Factors To Be Considered. (x) Provision At 52.212-3 (may 2024) Representations And Certifications—commercial Items Applies To This Solicitation And Is To Be Completed Online At Www.sam.gov (xi) The Clause At 52.212-4 (nov 2023) Contract Terms And Conditions—commercial Items, Applies To This Acquisition. (xii) The Clause At 52.212-5 (jan 2025) Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Items, Applies To This Acquisition. 52.212-5contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services. (jan 2025) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 ( 19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704 And10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). __(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11) (i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of52.204-30. x(12)52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed Fordebarment, Or Voluntarily Excluded. (jan2025) (31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. x(20)52.219-8, Utilization Of Small Business Concerns(jan 2025)(15u.s.c.637(d)(2) And (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan(jan 2025)(15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv(jan 2025)of52.219-9. __(22) (i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.657s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f). x(26)(i)52.219-28,postawardsmall Business Program Rerepresentation(jan 2025)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15 U.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor—cooperation With Authorities And Remedies(jan 2025)(e.o. 13126). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. x(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x (36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. x (37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78 And E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(jan 2025)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) ( 42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons(may2024)(42 U.s.c. 7671,et Seq.). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may2024)(42 U.s.c. 7671,et Seq.). __(44)52.223-20, Aerosols(may2024)(42 U.s.c. 7671,et Seq.). __(45)52.223-21, Foams(may2024)(42 U.s.c. 7671,et Seq.). __(46)52.223-23,sustainable Products And Services(may2024)(e.o. 14057,7 U.s.c. 8102,42 U.s.c. 6962,42 U.s.c. 8259b, And42 U.s.c. 7671l). __(47)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552a). __(ii)alternatei(jan 2017)of52.224-3. x(48)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. __(49)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note,19 U.s.c. Chapter 29(sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(jan 2025)of52.225-3. __(iv)alternateiii(feb 2024)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. (50)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(51)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(52)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(53)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(54)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea(nov 2007)(42u.s.c.5150). x(55)52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving(may2024)(e.o. 13513). __(56)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(57)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). (58)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(59)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). (60)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). (61)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(62)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(63)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). __(64)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(65) (i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] (1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206 And 41u.s.c.chapter67). (3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206 And 41u.s.c.chapter67). (4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and 41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). __(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). x(v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns(jan 2025)(15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(jan 2025)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). (xxvii)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) the Following Far Clauses And Provisions Also Apply To This Acquisition 52.252-2clauses Incorporated By Reference. (feb 1998) 52.204-13, System For Award Management Maintenance (oct 2018) 2.204-18 Commercial And Government Entity Code Maintenance. (aug 2020) 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems. (nov 2021) 52.212-4 Contract Terms And Conditions—commercial Items. (nov 2023) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors. (mar 2023) 52.247-34 F.o.b. Destination. (nov 1991) 52.204–28 - Federal Acquisition Supply Chain Security Act Orders—federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) 52.204–30 - Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) 452.204-70 Modification For Contract Closeout. 52.252-1 Solicitation Provisions Incorporated By Reference. (feb 1998) 52.204-7 System For Award Management(nov 2024) 52.204-16 Commercial And Government Entity Code Reporting. (aug 2020) 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications. (jun 2020) 52.212-3 Offeror Representations And Certifications—commercial Items. (may 2024) 52.204–29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures. (dec 2023) 52.211-6 Brand Name Or Equal. (aug 1999) (xiii) Additional Contract Requirements Or Warranty warranty implied Warranty - The Government’s Post Award Rights Contained In 52.212-4 Are The Implied Warranty Of Merchantability, The Implied Warranty Of Fitness For Particular Purpose And The Remedies Contained In The Acceptance Paragraph. additional Warranty - : Explain All Details Of The Warranty. If An Extended Warranty Is Available Explain Details Of Extended Warranty Including Price And Availability After Initial Warranty Expires. The Quoter Shall Extend To The Government The Full Coverage Of Any Standard Commercial Warranty Normally Quoted In A Similar Commercial Sale, Provided Such Warranty Is Available At No Additional Cost To The Government. Acceptance Of The Standard Commercial Warranty Does Not Waive The Government's Rights Under The Inspection Clause Nor Does It Limit The Government's Right With Regard To The Other Terms And Conditions Of This Contract. In The Event Of A Conflict, The Terms And Conditions Of The Contract Shall Take Precedence Over The Standard Commercial Warranty. The Contractor Shall Provide A Copy Of Its Standard Commercial Warranty (if Applicable) With This Response. (xiv) There Is No Defense Priority Allocation For This Requirement. (xv) This Is An Urgent Requirement. The Date, Time And Place Quotes Are Due: 2/11/2025 8:am (est) please Return This Attachment_1 Via Email Only On Or Before Notice Due Date To Contracting Officer Carol Dingess At Carol.dingess@usda.gov. **please Use Reference Number Vs1146785 On Subject Line When Responding** No Postal Mail Or Faxes Please. (xvi) The Name And Telephone Number Of The Individual To Contact For Information Regarding This Rfq Is The Same As Item (xv)
Closing Date11 Feb 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. the Solicitation Number Of This Request For Quote (rfq) Is 285-25-rfq-0030. The Anticipated Contract Type Is A Firm-fixed-price Contract With A Period Of Performance Of A Base Year Of Five (5) Months With Four (4) One-year Optional Periods. the Solicitation Document, Incorporated Provisions And Clauses Are Those In Effect Through federal Acquisition Circular 2025-03, January 07, 2025. this Combined Synopsis/solicitation Is 100% Set-aside For Indian Owned Small Business In Accordance To Hhsar Subpart 326.6—acquisitions Under The Buy Indian Act. The Associated North American Industry Classification System Code (naics) Is 485991 Special Needs Passenger Transportation Services, And The Size Standard Is $15.0 Million. the Nashville Area Indian Health Service (ihs) Intends To Award A Fixed-price, Contract In Response To Request For Quote (rfq) 285-25-rfq-0030. The Solicitation Documents And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Regulations (far). price Schedule: base Year: May 1, 2025 (or Date Of Award) Thru September 30, 2025 $______ $______ $______ option Year 1: October 1, 2025 Thru September 30, 2026 $______ $______ $______ option Year 2: October 1, 2026 Thru September 30, 2027 $______ $______ $______ option Year 3: October 1, 2027 Thru September 30, 2028 $______ $______ $______ option Year 4: October 1, 2028 Thru September 30, 2029 $______ $______ $______ 285-25-rfq-0030 Lockport Transportation Service description Of Requirement: to Provide Non-emergency Medical Transportation For Eligible Patients Who Have Appointments With Lockport Ihs Health Center For Non-emergency Medical Appoints At Lockport Or Prc Approved Appointments. the Contractor Will Provide Non-emergency Medical Support For Eligible Patients Who Have Appointments With Lockport Ihs Health Center Dental Department, Behavioral Health, Community Health Services, Prc Or Medical Non-emergency Medical Transport Shall Be Provided For Eligible Patients Who Live In: 1. Niagara County 2. Genesee County 3. Erie County services Shall Include Ambulette Or Livery Transportation, But May Not Include Transportation For Patients Requiring Monitoring Or Delivery Of Health Care Services While In Transport (i.e. Ambulance Services). contractor Drivers Must Be Appropriately Licensed In The State Of New York. Licensing Includes Driver Certification, Driver Training And Continuing Education Where Appropriate. Driver’s License And Driving Records Must Be Verified Annually And Upon The Occasion Of Any Incident Involving A Lockport Ihs Health Center Passenger. Contractor Must Provide An Annual Statement Affirming That Drivers Are Screened, Trained And Competent To Safely Transport Patients. The Annual Statement Of Driver Competency Must Include Any Driver Advanced Certifications, Such As Advanced Cardiac Life Support Or Specialized Training To Assist And Secure Patients By Stretcher Or Wheelchair. the Contractor Must Report Vehicle Accidents And Incidents To The Contracting Officer With A Formal Accident Report. accident And Incident Reports Are Also To Be Forwarded To The Lockport Ihs Health Center Administrative Officer. This Includes Patient Adverse Events Occurring During Transport. contractor Vehicles Must Be Appropriately Licensed In The State Of New York. An Annual Statement Of Nysdot Vehicle Inspection, Certification And Licensing Must Be Provided To The Lockport Ihs Health Center. Vehicles Must Be Compliant With All Relevant Provisions Of The Americans With Disabilities Act. the Contractor Shall Be Fully Insured For Transportation Liability And Umbrella Coverages As Required By The State Of New York. Proof Of Liability Coverage Shall Be Provided To Lockport Ihs Health Center Annually. contractor Will Make Available To The Service Unit, Contractor Policies And Procedures Which At Minimum Will Address The Following: • Patient Adverse Events • Vehicular Accidents And Incidents • Intoxicated, Aggressive Or Potentially Aggressive Patients • Transportation Of Minors • Safety Standards the Contractor Will Provide Service During The Following Hours: • Days: Monday Through Friday. Saturday Transport May Be Requested On Rare Occasions With Sufficient Advanced Scheduling. Service Is Not Required On Sundays And Federal Holidays. • Hours: 7:00am Through 7:00pm the Contractor Will Be Provided With The Date, Time And Physical Location For Passenger Pick-up By Lockport Indian Health Service, Health Center. Transportation Arrangements Will Include The Destination Address And Time For The Patient's Appointment, As Well As The Telephone Number For The Health Provider's Office. the Contractor's Driver Will Be Expected To Wait For The Patient At The Destination. A Secondary Destination May Be Pre-authorized, Such As To A Local Pharmacy To Obtain Prescribed Medication Treatment. In Such Cases The Driver Will Wait For The Patient While Prescriptions Are Filled. At The Completion Of The Patient's Pharmacy Transaction, The Driver Will Return The Patient To The Final Authorized Destination Or Residence. the Contractor Will Bill For Transportation Services On A Monthly Basis, And Within 30 (thirty) Days Of The Date Of Service. Invoices Shall Include The Contractor's Company Name Of Record, Remittance Address, Telephone Number, Fax Number, The Name And Email Address Of The Business Office Point Of Contact, And Date. The Invoice Shall Identify Each Trip By A Unique Identifier To Be Established By The Service Unit, Which Will Be Provided To The Contractor At The Time The Trip Is Arranged. Included With The Identifier On The Invoice Will Be The Associated Fee For Each Trip. A Summary Total For The Invoice Should Be Included. The Contractor May Provide An Invoice Identification Number Or Reference. invoices May Not Include Any Patient Identification Information, Such As Patient's Name, Address, Destination Or Health Information. Patient Identification Information And Associated Information Retained By The Contractor For The Purposes Of Service Delivery And Billing Shall Be Maintained In Strict Confidence And Safeguarded Against Disclosure. Paper And Electronic Files Containing Patient Information That Are Maintained By The Contractor Shall Be Protected Against Loss, Theft, Misuse And Unnecessary Exposure. This Information Is To Be Used For Its Intended Purposes Only, And Distribution, Dissemination Or Other Uses Is Strictly Prohibited. period Of Performance may 1, 2025 Thru September 30, 2025 With Four (4) Option Years. the Period Of Performance Of This Contract Is base Period: 05/01/2025 Or Date Of Award To 09/30/2025 oy 1: October 1, 2025 Through September 30, 2026 oy 2: October 1, 2026 Through September 30, 2027 oy 3: October 1, 2027 Through September 30, 2028 oy 4: October 1, 2028 Through September 30, 2029 place Of Performance lockport Ihs Health Center 150 Professional Parkway lockport, Ny 14094 716-280-3850 attn: Jennifer Tonemah, Administrative Officer provisions Atfar 52.212-1, Instructions Toofferors -commercial Productsandcommercial Services (sep 2023) Applies To Thisacquisitionwith The Following Addenda To The Provision. in Order For Consideration Contractors’ Proposal Must Include; completed Indian Health Service Buy Indian Act Indian Economic Enterprise Representative Form. company Name, Sam Uei #, pricing In The Format Of Section 5. Schedule technical Capabilities Statement. 2 Years Of Past Performance With Federal, State, Or Local Government. contracting Officer Representative (cor) cor Shall Be Responsible For: 1. Monitoring The Contractors Technical Progress, Including Surveillance And Assessment Of Performance And Recommending Technical Changes; 2. Interpreting The Statement Of Work; 3. Technical Evaluation As Required; 4. Technical Inspections And Acceptance; And 5. Assisting The Contractor In The Resolution Of Technical Problems Encountered During Performance Of This Contract. 10. Special Contract Requirements 1) The Privacy Act Of 1974 Mandates That The Contractor Maintain Complete Confidentiality Of All Administrative, Medical And Personnel Records, And All Other Pertinent Information That Comes To His/her Attention Or Knowledge. The Privacy Act Carries Both Civil And Criminal Penalties For Unlawful Disclosure Of Records. Violation Of Such Confidentiality Shall Be Cause For Adverse Action. 2) All Ihs Regulations And Policies Applicable To These Acts Shall Be Enforced. The Contractor Shall Comply With Ihs Facility Infection Control And Safety Procedures, Practices, And Standards. 3) The Following Federal Legal Holidays Are Observed Under This Contract: new Year’s Day 1 January martin Luther King’s Birthday Third Monday In January president’s Day Third Monday In February memorial Day Last Monday In May independence Day 4 July labor Day First Monday In September columbus Day Second Monday In October veterans Day 11 November thanksgiving Fourth Thursday In November christmas Day 25 December 4) Hhsar 352.232-71 Electronic Submission Of Payment Requests (a) Definitions. As Used In This Clause— payment Request Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must Comply With The Requirements Identified In Far32.905(b),"content Of Invoices" And The Applicable Payment Clause Included In This Contract. (b) Except As Provided In Paragraph (c) Of This Clause, The Contractor Shall Submit Payment Requests Electronically Using The Department Of Treasury Invoice Processing Platform (ipp) Or Successor System. information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (c) The Contractor May Submit Payment Requests Using Other Than Ipp Only When The Contracting Officer Authorizes Alternate Procedures In Writing In Accordance With Hhs Procedures. (d) If Alternate Payment Procedures Are Authorized, The Contractor Shall Include A Copy Of The Contracting Officer's Written Authorization With Each Payment Request. Ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury's Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). the Office Of Management And Budget (omb) M-15-19 Memorandum "improving Government efficiency And Saving Taxpayer Dollars Through Electronic Invoicing" Directs Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. The Awardee Is Strongly Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date. The Ipp Website Address Is: Https://www.ipp.gov Training For Vendors Can Be Located At: Https://www.ipp.gov/vendors/training-vendors If You Require Assistance Registering Or Ipp Account Access, Please Contact The Department Of The Treasury's Ipp Helpdesk At (866) 973-3131 (m-f 8am To 6pm Et), Or Ippcustomersupport@fiscal.treasury.gov disclosure Of Information any Information Made Available To The Contractor By The Government Shall Be Used Only For The Purpose Of Carrying Out The Provisions Of This Contract And Shall Not Be Divulged Or Made Known In Any Manner To Any Person Except As May Be Necessary In The Performance Of The Contract. in Performance Of This Contract, The Contractor Assumes Responsibility For Protection Of The Confidentiality Of Government Records And Shall Ensure That All Work Performed By Its Subcontractors Shall Be Under The Supervision Of The Contractor Or The Contractor's Responsible Employees. each Officer Or Employee Of The Contractor Or Any Of Its Subcontractors To Whom Any Government Record May Be Made Available Or Disclosed Shall Be Notified In Writing By The Contractor That Information Disclosed To Such Officer Or Employee Can Be Used Only For A Purpose And To The Extent Authorized Herein, And That Further Disclosure Of Any Such Information, By Any Means, For A Purpose Or To An Extent Unauthorized Herein, May Subject The Offender To Criminal Sanctions Imposed By 19 U.s.c. 641. That Section Provides, In Pertinent Part, That Whoever Knowingly Converts To Their Use Or The Use Of Another, Or Without Authority, Sells, Conveys, Or Disposes Of Any Record Of The United States Or Whoever Receives The Same With Intent To Convert It To Their Use Of Gain, Knowing It To Have Been Converted, Shall Be Guilty Of A Crime Punishable By A Fine Of Up To $10,000, Or Imprisoned Up To Ten Years, Or Both. this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: https://www.acquisition.gov/browse/index/far incorporated By Reference 52.203-15 Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (june 2010) 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) 52.204-2 Security Requirements (mar 2021) 52.204-9 Personal Identity Verification Of Contractor Personnel (jan 2011) 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards (jun 2010) 52.204-12 Unique Entity Identifier Maintenance (oct 2016) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-18 Commercial And Government Entity Code Maintenance (apr 2020) 52.204-19 Incorporated By Reference Of Representations And Certification (dec 2014) 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.216-24 Limitation Of Government Liability (apr 1984) 52.216-25 Contract Definitization (oct 2010) 52.222-41 Service Contract Labor Standards 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-50 Combating Trafficking In Persons (nov 2021) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) 52.225-13 Restrictions On Certain Foreign Purchases (feb 2021) 52.232-1 Payments (apr 1984) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) 52.233-3 Protest After Award (aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) 52.237-3 Continuity Of Services (jan 1991) 52.242-5 Payments To Small Business Subcontractors (jun 2017) 52.242-15 Stop-work Order (aug 1989) 52.243-4 Changes (jun 2007) 52.243-7 Notification Of Changes (jan 201) 52.244-6 Subcontracts For Commercial Products And Commercial Services (mar 2023) 52.246-4 Inspection Of Services-fixed-price (aug 1996) 52.246-20 Warranty Of Services (may 2001) 52.246-25 Limitation Of Liability-services (feb 1997) 52.249-9 Default (fixed-price Supply And Services) (apr 1984) 52.252-2 Clauses Incorporated By Reference (feb 1998) 52.252-6 Authorization Deviations In Clauses 352.239-73 Electronic Information And Technology Accessibility Notice 352.239-74 Electronic Information And Technology Accessibility 13. Incorporated By Full Text 52.212-4 Contract Terms And Conditions - Commercial Products And Commercial Services (nov 2023) (a)inspection/acceptance. The Contractorshallonly Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Anysuppliesor Services That Have Been Tendered For Acceptance. The Governmentmayrequire Repair Or Replacement Of Nonconformingsuppliesor Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Governmentmayseek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconformingsuppliesor Services. The Governmentmustexercise Its Post-acceptance Rights- (1)within A Reasonable Time After The Defect Was Discovered Orshouldhave Been Discovered; And (2)before Any Substantial Change Occurs In The Condition Of The Item, Unless The Change Is Due To The Defect In The Item. (b)assignment. The Contractor Or Its Assigneemayassign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With Theassignment Of Claimsact (31u.s.c.3727). However, When A Third Party Makes Payment (e.g.,use Of The Government Wide Commercial Purchase Card), The Contractormaynot Assign Its Rights To Receive Payment Under This Contract. (c)changes. Changes In The Terms And Conditions Of This Contractmaybe Made Only By Written Agreement Of The Parties. (d)disputes. This Contract Is Subject To 41u.s.c.chapter71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment,claim, Appeal Or Action Arising Under Or Relating To This Contractshallbe A Dispute To Be Resolved In Accordance With The Clause At Federalacquisitionregulation (far)52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractorshallproceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract. (e)definitions. The Clause At Far52.202-1, Definitions, Is Incorporated Herein By Reference. (f)excusable Delays. The Contractorshallbe Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractorshallnotify Thecontracting Officerin Writingas Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith,shallremedy Such Occurrence With All Reasonable Dispatch, Andshallpromptly Give Written Notice To Thecontracting Officerof The Cessation Of Such Occurrence. (g)invoice. (1)the Contractorshallsubmit An Originalinvoiceand Three Copies (or Electronicinvoice, If Authorized) To The Address Designated In The Contract To Receiveinvoices. Aninvoicemustinclude- (i)name And Address Of The Contractor; (ii)invoicedate And Number; (iii)contract Number,line Item Numberand, If Applicable, The Order Number; (iv)description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered; (v)shipping Number And Date Ofshipment, Including The Bill Of Lading Number And Weight Ofshipmentif Shipped On Government Bill Of Lading; (vi)terms Of Any Discount For Prompt Payment Offered; (vii)name And Address Of Official To Whom Payment Is To Be Sent; (viii)name, Title, And Phone Number Of Person To Notify In Event Of Defectiveinvoice; And (ix)taxpayer Identification Number (tin). The Contractorshallinclude Its Tin On Theinvoiceonly If Required Elsewhere In This Contract. (x)electronic Funds Transfer (eft) Banking Information. (a)the Contractorshallinclude Eft Banking Information On Theinvoiceonly If Required Elsewhere In This Contract. (b)if Eft Banking Information Is Not Required To Be On Theinvoice, In Order For Theinvoiceto Be Aproper Invoice, The Contractorshallhave Submitted Correct Eft Banking Information In Accordance With The Applicablesolicitationprovision,contract Clause(e.g.,52.232-33, Payment Byelectronic Funds Transfer-system For Award Management, Or52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management), Or Applicable Agency Procedures. (c)eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft. (2)invoiceswill Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At5 Cfr Part 1315. (h)patent Indemnity. The Contractorshallindemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Anyunited Statesor Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Suchclaimsand Proceedings. (i)payment.- (1)items Accepted. Paymentshallbe Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract. (2)prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At5 Cfr Part 1315. (3)electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See52.212-5(b) For The Appropriate Eft Clause. (4)discount. In Connection With Any Discount Offered For Early Payment, Timeshallbe Computed From The Date Of Theinvoice. For The Purpose Of Computing The Discount Earned, Paymentshallbe Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If Anelectronic Funds Transferpayment Is Made. (5)overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Orinvoicepayment Or That The Government Has Otherwise Overpaid On A Contract Financing Orinvoicepayment, The Contractorshall- (i)remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The- (a)circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment); (b)affected Contract Number Anddelivery Ordernumber, If Applicable; (c)affectedline Itemorsubline Item, If Applicable; And (d)contractor Point Of Contact. (ii)provide A Copy Of The Remittance And Supporting Documentation To Thecontracting Officer. (6)interest. (i)all Amounts That Become Payable By The Contractor To The Government Under This Contractshallbear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rateshallbe The Interest Rate Established By The Secretary Of The Treasury As Provided In41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid. (ii)the Governmentmayissue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract. (iii)final Decisions. Thecontracting Officerwill Issue A Final Decision As Required By33.211if– (a)thecontracting Officerand The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days; (b)the Contractor Fails To Liquidate A Debt Previously Demanded By Thecontracting Officerwithin The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or (c)the Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By Thecontracting Officer(see32.607-2). (iv)if A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decisionshallidentify The Same Due Date As The Original Demand For Payment. (v)amountsshallbe Due At The Earliest Of The Following Dates: (a)the Date Fixed Under This Contract. (b)the Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination. (vi)the Interest Chargeshallbe Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On- (a)the Date On Which The Designated Office Receives Payment From The Contractor; (b)the Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or (c)the Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor. (vii)the Interest Charge Made Under This Clausemaybe Reduced Under The Procedures Prescribed In Far32.608-2in Effect On The Date Of This Contract. (j)risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To Thesuppliesprovided Under This Contractshallremain With The Contractor Until, Andshallpass To The Government Upon: (1)delivery Of Thesuppliesto A Carrier, If Transportation Is F.o.b. Origin; Or (2)delivery Of Thesuppliesto The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination. (k)taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties. (l)termination For The Government’s Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractorshallimmediately Stop All Work Hereunder Andshallimmediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractorshallbe Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractorshallnot Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor’s Records. The Contractorshallnot Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided. (m)termination For Cause. The Governmentmayterminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Governmentshallnot Be Liable To The Contractor For Any Amount Forsuppliesor Services Not Accepted, And The Contractorshallbe Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Terminationshallbe Deemed Atermination For Convenience. (n)title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contractshallpass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession. (o)warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract. (p)limitation Of Liability. Except As Otherwise Provided By An Expresswarranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items. (q)other Compliances. The Contractorshallcomply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract. (r)compliance With Laws Unique To Government Contracts.the Contractor Agrees To Comply With31 U.s.c. 1352relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts;18 U.s.c. 431relating To Officials Not To Benefit;40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards;41 U.s.c. Chapter 87, Kickbacks;49 U.s.c. 40118, Fly American; And41 U.s.c. Chapter 21relating Toprocurementintegrity. (s)order Of Precedence. Any Inconsistencies In Thissolicitationor Contractshallbe Resolved By Giving Precedence In The Following Order: (1)the Schedule Ofsupplies/services. (2)the Assignments, Disputes, Payments,invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause; (3)the Clause At52.212-5. (4)addenda To Thissolicitationor Contract, Including Any License Agreements Forcomputer Software. (5)solicitationprovisions If This Is Asolicitation. (6)other Paragraphs Of This Clause. (7)thestandardform1449. (8)other Documents, Exhibits, And Attachments. (9)the Specification. (t)[reserved] (u)unauthorized Obligations. (1)except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Followingshallgovern: (i)any Such Clause Is Unenforceable Against The Government. (ii)neither The Government Nor Any Government Authorized End Usershallbe Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An "i Agree" Click Box Or Other Comparable Mechanism (e.g., "click-wrap" Or "browse-wrap" Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause. (iii)any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement. (2)paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures. (v)incorporation By Reference. The Contractor’s Representations And Certifications, Including Those Completed Electronically Via Thesystem For Award Management (sam), Are Incorporated By Reference Into The Contract. 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive orders – Commercial Products And Commercial Services (jan 2025) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 ( 19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704 And10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) x_(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x__(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. x__(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). x__(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). __(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11) (i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). _(ii)alternatei(dec 2023)of52.204-30. x__(12)52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed Fordebarment, Or Voluntarily Excluded. (jan2025) (31u.s.c.6101note). x__(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. x__(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). x__(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x__(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. x__(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. x__(20)52.219-8, Utilization Of Small Business Concerns(jan 2025)(15u.s.c.637(d)(2) And (3)). x__(21)(i)52.219-9, Small Business Subcontracting Plan(jan 2025)(15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv(jan 2025)of52.219-9. x__(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. x__(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.657s). x__(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). x__(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f). x__(26)(i)52.219-28,postawardsmall Business Program Rerepresentation(jan 2025)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. x__(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). x__(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15 U.s.c. 637(a)(17)). x__(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x__(32)52.222-19, Child Labor—cooperation With Authorities And Remedies(jan 2025)(e.o. 13126). x__(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x__(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. x__(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x__(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. x__(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). x__(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x__(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78 And E.o. 13627). x__(40)52.222-54, Employment Eligibility Verification(jan 2025)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) x__(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) ( 42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) x__(42)52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons(may2024)(42 U.s.c. 7671,et Seq.). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may2024)(42 U.s.c. 7671,et Seq.). __(44)52.223-20, Aerosols(may2024)(42 U.s.c. 7671,et Seq.). __(45)52.223-21, Foams(may2024)(42 U.s.c. 7671,et Seq.). __(46)52.223-23,sustainable Products And Services(may2024)(e.o. 14057,7 U.s.c. 8102,42 U.s.c. 6962,42 U.s.c. 8259b, And42 U.s.c. 7671l). x__(47)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552a). __(ii)alternatei(jan 2017)of52.224-3. x__(48)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x__(49)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note,19 U.s.c. Chapter 29(sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(jan 2025)of52.225-3. __(iv)alternateiii(feb 2024)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. x__(50)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x__(51)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(52)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(53)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(54)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea(nov 2007)(42u.s.c.5150). x__(55)52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving(may2024)(e.o. 13513). __(56)52.229-12, Tax On Certain Foreignprocurements(feb 2021). x__(57)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x__(58)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x__(59)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). x__(60)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). x__(61)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). x__(62)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(63)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). x__(64)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(65) (i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: x__(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x__(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206 And 41u.s.c.chapter67). x__(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206 And 41u.s.c.chapter67). x__(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and 41u.s.c.chapter67). x__(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). x__(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). x__(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). x__(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). x__(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii) (a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns(jan 2025)(15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi) (a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(jan 2025)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii) (a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). (xxvii)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 52.216-1 Type Of Contract (apr 1984) the Government Contemplates Award Of Afirm Fix Price Contract Resulting From This Solicitation. 52.217-8 Option To Extend Services (nov 1999) the Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 1 Day Before The Contract Expires. 52.217-9 Option To Extend The Term Of The Contract (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 1 Day; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 5 Years And 6 Months. invoices Submitted Under This Award Are Required To Utilize And Submit Invoice Through The Invoice processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payment Requests . 52.233-2 Service Of Protest (sep 2006) a)protests, As Defined In Section33.101of The Federal Acquisition Regulation, That Are Filed Directly With An Agency, And Copies Of Any Protests That Are Filed With The Government Accountability Office (gao), Shall Be Served On The Contracting Officer (addressed As Follows) By Obtaining Written And Dated Acknowledgment Of Receipt From: henry Daniels, Cco 711 Stewarts Ferry Pike nashville, Tn 37214 (b)the Copy Of Any Protest Shall Be Received In The Office Designated Above Within One Day Of Filing A Protest With The Gao. 18. All Due Dates Are Due According To The Solicitation Date Indicated On Sam.gov Posting. 19. All Questions Must Be Submitted In The Writing Within 7 Days Of The Date Solicitation To Donna.harjo@ihs.gov With The Solicitation Number In The Subject Line Of The Email. No Questions With Be Answered By Phone.
Closing Date30 Apr 2025
Tender AmountRefer Documents 

Mindanao State University Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description The Western Mindanao State University, Through Its Bids And Awards Committee (bac), Is Inviting Philgeps Registered Suppliers To Apply For Eligibility And To Submit Bids For The Item Mentioned Hereunder: 1.) Nine (9) Unit Of Ups With Built-in Avr, 720va Guidance 1 Carch 8 Abc: Php 42,300.00 2.) One (1) Unit Of Ups With Built-in Avr, 650va Guidance Abc: Php 3,800.00 3.) One (1) Unit Of Lcd Projector Brightness: At Least 3,600 Lumens Resolution: At Least Xga (1024 X 768) Interface: Vga, Hdmi, Composite Video With Carrying Case Csm. Abc: Php 35,000.00 4.) Seven (7) Unit Of Multifunction Ink Tank Printer Specification: · Copy, Print, Scan, Fax · Adf Capability · Bi-directional Printing · Print Speed: (black) Up To 33ppm; (colour) Up To 15ppm · Maximum Copy Resolution: At Least 600 X 600 Dpi · Maximum Copy Size: Legal · Scanner Type: Flatbed Colour Image Scanner · Maximum Scan Area: 216 X 297 Mm (8.5 X 11.7") · Scanner Resolution: At Least 1200 X 2400 Dpi · Network: Ethernet, Wi-fi Ieee 802.11b/g/n & Wi-fi Direct Ccje 3 Itdf/misto 2 Library 2 Abc: Php 119,000.00 5.) Seven (7) Unit Of 3-in-1 Multifunction Printer Specification · Function: Print, Scan, Copy · Continuous Ink Supply System Csspe 4 Library 3 Abc: Php 84,000.00 6.) One (1) Unit Of Laminating Machine Laminating Machine Specifications: . Lamination Capability: Supports All Paper Sizes, Including Id Cards, A4, A3, Letter, And Legal Sizes . Maximum Binding Length: 300mm . Temperature Control: 140°c ± 10°c . Maximum Power Consumption: 450w . Power Supply: 220v . Operation Modes: - Forward And Reverse Functions - Hot And Cold Lamination Settings Library. Abc: Php 2,400.00 7.) Twenty (20) Pcs Of Usb Wired Optical Mouse Itdf/misto 10 Carch 10. Abc: Php 6,000.00 8.) Twenty (20) Pcs Of Usb Wired Optical Keyboard Itdf/misto 10 Carch 10. Abc: Php 8,000.00 9.) Nine (9) Pc Of Internal Hard Drive Specifications: . Type: Ssd Sata . Capacity: 1tb Or Higher . Size: 2.5 Inch . Highly Rated (branded) Library. Abc: Php 45,000.00 10.) Six (6) Unit Of Internal Hard Drive Specifications: . Type: Hdd Sata 7200 Rpm . Capacity: 1tb Or Higher . Size: 3.5 Inches . Highly Rated (branded) Itdf/misto 5 Carch 1. Abc: Php 22,800.00 11.) One (1) Lot Of Cctv System Specification . At Least 8-channel Dvr . Includes A 4tb Surveillance-class Hard Drive . Monitor: At Least 24-inch Monitor For Dvr Surveillance Feed . Mouse & Keyboard Combo For Dvr Control . 8 (eight) Units Cctv Cameras: 1080p, At Least 2 Megapixels, Dome-type . Cctv Extension Cables: 8 X 20-meter (video Feed + Power) . 12v Switching Power Supply With At Least 10a Output For System Power Ccje. Abc: Php 48,272.00 12.) One (1) Unit Of Network Attached Storage (nas) Specification . Processor: - Cpu Quantity: 1 - Cpu Cores: 2 - Cpu Architecture: 64-bit - Cpu Base Frequency: 2.6 Ghz (or Higher) - Cpu Turbo Frequency: 3.1 Ghz (or Higher) . Memory: At Least 4gb Ddr4 Ecc Sodimm (upgradable To 32gb) . Drive Bays: 4 . M.2 Drive Slots: 2 (nvme) . Storage: 2 X 2tb 3.5" Sata Hdd . Connectivity: At Least 2 Rj-45 1gbe Lan Ports, At Least 2 Usb 3.2 Gen 1 Ports . Fan Speed Modes: Full-speed Mode, Cool Mode, Quiet Mode Itdf/misto. Abc: Php 49,000.00 13.) Ten (10) Unit Of Network Switch Specifications: . Type: Smart 8-port Switch . Switching Capacity: 16 Gbps . Packet Forwarding Rate: 11.9 Mpps Or Higher . Packet Buffer Memory: 1.5 Mb Or Higher . Network Media: 1000base-t: Utp Category 5, 5e, 6, Or Above Cables (maximum Length: 100m) . Cooling System: Fanless Design . Power Supply: Output: 9v Dc / 0.6a . Power Consumption: Maximum 4.48w (220v/50hz) Itdf/misto Abc: Php 40,000.00 14.) Two (2) Unit Of Vpn Router Specification . Interface: - 1 Fixed Gigabit Sfp Wan Port - 1 Fixed Gigabit Rj45 Wan Port - 2 Fixed Gigabit Rj45 Lan Ports - 2 Changeable Gigabit Rj45 Wan/lan Ports . Memory: - Flash: At Least Spi 4mb + Nand 128mb - Dram: 512mb Or Higher . Performance: - Concurrent Sessions: Up To 150,000 - Ipsec Vpn Throughput: 291.6 Mbps . Networking Features: - Vlan: 802.1q Vlan - Access Control List (acl): Ip/port/protocol/domain Name Filtering - Load Balancing: Intelligent Load Balance & Application Optimized Routing - Redundancy & Failover: Link Backup (timing, Failover), Online Detection Itdf/misto. Abc: Php 17,000.00 15.) Two (2) Unit Of Oc300 Network Controller,for Existing Access Point Itdf/misto. Abc: Php 20,000.00 16.) Ten (10) Pcs Of Rj45 Connector Specifications: . Type: Rj45 Connector For Cat5e . Packaging: 100 Pcs Per Bag, Clear Color . Plating: 50 Micron Gold-plated Contacts . Compatibility: Suitable For Cat5 And Cat5e Solid Or Stranded Cable . High-quality Construction Itdf/misto. Abc: Php 5,000.00 17.) Four (4) Set Of Network Repair Tool Kit Includes The Following Tools: . Cable Crimper: Compatible With Cat5, Cat5e, And Cat6 Cables With 8p8c Plugs . Network Tester: Tests Double-twisted Cables (1, 2, 3, 4, 5, 6, 7, 8, And G) . Wire Stripping And Cutting Tools: - 1 X Wire Stripper Cutter - 1 X Wire Punch Down Impact Tool Cutter Head - 2 X Black Multi-function Wire Stripper & Cutter . Screwdrivers: - 1 X Slotted Screwdriver - 1 X Phillips Screwdriver . Connectors And Accessories: - 5 X 8p8c Cable Connectors - 5 X 6p Phone Cable Connectors - 5 X K1 Connection Terminals - 5 X Crystal Head Connector Sheaths - 1 X Cable Connector Box . 1 X Tool Bag Itdf/misto. Abc: Php 8,000.00 18.) Three (3) Roll Of Fiber Cable Single Core Fiber Optic Self Supporting Butterfly Cable High Quality 1000 Meter's 1km Itdf/misto Abc: Php 60,000.00 19.) One Thousand (1000) Pcs Of Fiber Connector, Sc Fiber Connector Itdf/misto. Abc: Php 50,000.00 20.) Eight (8) Pcs Of Wifi And Bluetooth Adapter, 150mbps + Bluetooth, Usb 2.0 Library. Abc: Php 2,400.00 21.) Two (2) Unit Of Wifi Router Specifications . Wi-fi Standard: Wi-fi 6 (802.11ax) . Max Wi-fi Speeds: O 2.4 Ghz: Up To 300 Mbps O 5 Ghz: Up To 1201 Mbps . Supports 802.11a/b/g/n/ac . Processor: Triple-core Cpu . Antennas: 4 High-gain External Antennas . Ports: O 1 × Gigabit Wan Port (10/100/1000 Mbps) O 4 × Gigabit Lan Ports (10/100/1000 Mbps) . Mu-mimo & Ofdma . Beamforming Technology: . Bss Coloring: Reduces Wi-fi Interference . Encryption: Wpa3, Wpa2, Wpa . Parental Controls & Qos (quality Of Service) . Ipv6 Support . Vpn Support: Pptp, Openvpn, L2tp . Up To 40 Devices/users Library. Abc: Php 6,400.00 22.) Eighteen (18) Unit Of Wifi Router Specifications . Wi-fi Standards: Wi-fi 6 (802.11ax) . Max Wi-fi Speeds: O 2.4 Ghz: Up To 574 Mbps O 5 Ghz: Up To 2402 Mbps . Processor: Quad-core Cpu . Antennas: 4 High-gain External Antennas . Ports: O 1 × Gigabit Wan Port (10/100/1000 Mbps) O 4 × Gigabit Lan Ports (10/100/1000 Mbps) O 1 X Usb 3.0 . Mu-mimo & Ofdma . Beamforming Technology . Bss Coloring: Reduces Wi-fi Interference . Encryption: Wpa3, Wpa2, Wpa, Wpa, Wpa2 . Firewall . Parental Controls & Qos (quality Of Service) . Ipv6 Support . Vpn Support: Pptp, Openvpn, L2tp . Up To 60 Devices/users Library 2 Medical 1 . Abc: Php 120,600.00 23.) Six (6) Unit Of Managed Router Specifications . Drive Type: 2.5" Internal Sata Iii Solid State Drive (ssd) . Interface: Sata Iii 6 Gb/s . Capacity: 480gb Or 512gb Coe. Abc: Php 42,000.00 24.) One (1) Unit Of Portable External Drive Specifications . Capacity: 1tb . Interface: Usb 3.2 Gen 2x2 . Read Speed: At Least 2000 Mb/s . Write Speed: At Least 2000 Mb/s . Casing Material: Metal + Plastic . Shock Proof Library Abc: Php 7,000.00 25.) Five (5) Unit Of Fpga Trainer Board Specifications . 10 Fpga Device . On-chip Adc (analog-to-digital Converter) . Memory: At Least 64 Mb Sdram (external Memory), At Least 16 Mb Flash Memory . Connectivity: Usb Blaster Ii Onboard For Fpga Programming And Communication, One Uart To Usb Interface For Serial Communication . General-purpose I/o: - Gpio Expansion Header: 40-pin (2 × 20) - Leds: At Least 10 User-configurable Leds - Dip Switches: At Least Ten (10) Individual Switches - Push Buttons: At Least One (1) User Button, At Least One (1) Reset Button Display: . 7-segment Display: At Least 6 Digits (independent Control) . Clock Source: 50 Mhz Oscillator (onboard Stable Clock Input) . Power Supply: Usb Connection (5v Usb Power) . Sensors: Onboard Accelerometer . Expansion Headers Compatible With Standard Pmod Modules Coe Abc: Php 43,500.00 26.) One (1) Unit Of For The Existing Autel Se Controller (replacement Or Spare Battery) Bt: High Performance Lithium Polymer Battery, Rc: 1900mah, 14.63wh, Nv: 7.7v, Lcv: 8.8, Cwt: 5.45 Degree Celsius Cfes. Abc: Php 3,767.00 27.) One (1) Unit Of For Autel Evo Ii Series Drone Batteries Charging Hub Specifications: Wv: 13.2v, Wt: 41-104 Degrees Celsius Cfes. Abc: Php 5,158.44 28.) One (1) Pc Of Ram For Desktop Computer Specifications: . Dimm Type: Unbuffered . Technology: Ddr4-3200mhz . Capacity:16gb . Module Quantity:1 . Dram Density:16gb Library. Abc: Php 5,000.00 29.) Ten (10) Pcs Of Headset With Microphone Specifications: . Usb Type-a Connector (plug-and-play) . Built-in Noise-cancelling Microphone . Adjustable Boom Arm For Flexible Positioning . In-line Control Module With Volume Adjustment And Mic Mute Switch . Adjustable Headband For A Comfortable Fit Library. Abc: Php 19,000.00 30.) Ten (10) Pcs Of Flash Drive, 64 Gb Itdf/misto Abc: Php 10,000.00 31.) Ten (10) Pcs Of Flash Drive, 16gb, Usb 2.0 Library. Abc: Php 2,500.00 The Criteria To Be Used For The Eligibility Check Of The Prospective Bidders, Examination And Evaluation Of Bids, Post Qualification And All Matters Relevant To This Procurement Shall Be In Accordance With Republic Act No. 9184 (the Government Procurement Act) And Its Implementing Rules And Regulations. Interested Bidders May Obtain Further Information From Wmsu Bac Secretariat Regarding The Checklist Of Eligibility And Technical Requirements (eligibility Checklist Can Be Downloaded In The Associated Components Of This Invitation To Bid). Important Notice For Bidders: 1. Bidding Papers May Be Acquired Starting May 814 To May 21, 2025, From The Bac Office Or Download From Agency Website (www.wmsu.edu.ph) And Philgeps Website. The Western Mindanao State University Shall Allow The Bidder To Present Its Proof Of Payment For The Bidding Documents Fees Before The Submission Of Their Bids, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php. 1,000.00). (please Attached The Machine Copy Of The Official Receipt) 2. All Bidders Are Required To Post A Bid Security, At Least Two (2%) Percent Of The Abc In The Form Of Cash, Cashier’s Check Or Manager’s Check Or May Submit Bid Securing Declaration. Bids Without Bid Security Will Not Be Considered. 3. The Bidder Shall Prepare An Original Of The Eligibility Documents & Technical Components And Original Of Financial Proposal And Clearly Mark Each “original – Eligibility Documents And Technical Components”, And “original – Financial Proposal”, Respectively. Bidders Shall Submit One (1) Set Of The First And Second Components Of Its Bid. State The Unit Price Of Each Item And The Total Bid Price And Also State The Shortest Time Of Delivery And Submit Your Proposal Duly Signed By Your Representative In A Sealed Envelope. Failure To Submit Any Of The Eligibility Documents, Technical Components And Financial Proposal During Bid Opening Will Result In Disqualification. 4. Bid Submission Will Be On Or Before May 21, 2025 9:30 Am. Through Manual Submission. 5. Bid Opening Shall Be On May 21, 2025 9:30 Am. At Bac Office, 2nd Floor Administration Building, Wmsu, Zamboanga City, Philippines, 7000. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 6. Price Validity Shall Be For A Period Of 120 Calendar Days. 7. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 8. Warranty Shall Be For A Period Of Six (6) Months For Supplies And Materials. One (1) Year For Equipment, From Date Of Acceptance By Western Mindanao State University. 9. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Western Mindanao State University Reserves The Right To Reject Any Or All Bids And To Accept The Bid Most Advantageous To The Government, And To Award The Contract By Lot, If Warranted.
Closing Date21 May 2025
Tender AmountPHP 932.8 K (USD 16.7 K)
2081-2090 of 2139 archived Tenders