Drone Tenders
DEPT OF THE NAVY USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: Combined Synopsis/solicitationthis 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 And A Separate Written Solicitation Will Not Be Issued. This Enclosure Is An Addendum To Far Provision 52.212-1, Instructions To Offerors – Commercial Items, Which Applies To This Acquisition. Competitive Quotes Are Being Requested Under Request For Quote (rfq) Number N66001-25-q-6078. The North American Industry Classification System (naics) Code Applicable To This Acquisition Is 334417-electronic Connector Manufacturing And The Small Business Size Standard Is 1,000 Employees. This Procurement Is Not A Small Business Set-aside. All Responsible Sources Can Participate As This Is Full And Open Competition. Items Required:the Government Is Seeking To Acquire Commercial Surface Interconnect Cables Manufactured In Accordance With The Provided Niwc Drawing. To Be Considered Acceptable And Eligible For Award, Quotes Must Provide All Items Listed Below. The Government Will Not Consider Quotes Or Offers For Partial Items Or Quantities. Quantity Of 20 In Accordance With Attachment (01) Interconnect Cable Assemblydelivery: The Required Delivery Date Is No Later Than 180 Days After Receipt Of Order (aro). The Government Is Seeking Free On Board (fob) Destination Pricing To The Following Shipping Address: San Diego, Ca; Zip Code: 92110 (full Address To Be Provided At Award). Offeror Instructionsthe Government Intends To Award A Purchase Order To The Responsive, Responsible Vendor, Whose Quote Conforming To The Rfq Is Most Advantageous To The Government As Defined In The 'evaluation Factors For Award' Section Below. A Complete Quote Must Be Received For Consideration. Respond To Each Item Listed Below, If The Response Is "none" Or "not Applicable," Explicitly State And Explain. The Government May Consider Quotes That Fail To Address Or Follow All Instructions To Be Non-responsive And Ineligible For Contract Award. A Complete Quote Includes A Response And Submission To Each Of The Following:1.general Information: Offeror Business Name, Address, Cage And Ueid (ensure Representation And Certifications Are Up To Date In Sam.gov), Business Size And Type Of Small Business Based On Applicable Naics Code As Provided Above, Federal Tax Id, Primary Point Of Contract (to Include Telephone And E-mail Address) And Provide A Gsa Contract Number If Some Or All Items Proposed Are On The Gsa Schedule. Far Provision 52.212-3, Alternate I, Offeror Representations And Certifications – Commercial Items, Applies To This Acquisition. Offerors Must Include A Completed Copy Of This Provision With Offer.2.technical Documentation:a.technical Approach Or Specifications: The Government Will Evaluate The Quote To See If The Quote Adheres To The Items Required Section Of The Rfq. The Quote Must Address And Meet The Requirements/specifications As Defined Under Technical Factor I Below.b.sustainable Acquisitions Information And Certification: The Contractor Shall Comply With All Sustainable Acquisition Policies In An Effort To Minimize The Government's Environmental Impact And Deliver Community Benefits Through Better Selection And Improved Usage Of Products And Services. In Accordance Far Part 23, Sustainable Acquisition Policies Apply To Both Contracts For Products And Services That Require The Delivery, Use, Or Furnishing Of Products/services To The Government. Indicate If Any The Following Sustainable Acquisition Categories Apply To Any Products Or Services Proposed: Energy Efficient, Water Efficient, Recycled, Bio-based, Environmentally Preferable, Non-ozone Depleting Substances, Less Toxic And/or Less Ghgs.3.price Quote: Submit Complete Pricing For Each Item Listed In The 'items Required' Section Above To Include The Unit Of Issue, The Extended Price For Each Line Item And A Total Price In Us Dollars ($). Note: Ensure Fob Destination Shipping Costs And Estimated Are Included In The Pricing, And That An Estimated Lead Time For Each Item Is Provided. Note That Delivery For The Items Relating To This Procurement Must Be Delivered Within 180 Days Aro As Stated Above (expected Award Date Is 27 Feb 2025), Which The Government Currently Estimates To Be A Delivery Date No Later Than 8/30/2025.4.commercial Warranty: If Available, Provide The Terms And Length Of The Workmanship And/or Manufacturer Warranty On The Product(s) And/or Services Proposed Included In The Proposed Purchase Price.evaluation Factors For Award:the Government Intends To Award A Firm Fixed Price (ffp) Purchase Order To The Responsive, Responsible Vendor, Whose Quote Conforming To The Rfq, Is Most Advantageous To The Government, Price And Other Factors Considered. Technical, Price, And Past Performance Factors Will Be Used To Evaluate Quotes. The Vendor Must Be Registered In The System For Award Management (sam). The Government Reserves The Right To Award No Contract At All, Depending On The Quality Of Quotes Submitted And Availability Of Funds. Factor I- Technical: The Government Will Evaluate The Technical Approach In The Vendor's Quote To Assess The Vendor's Capability To Meet The Government's Requirement And The Required Delivery Date. Due To Project Timelines, The Required Delivery Date Is No Later Than 180 Days After Receipt Of Order (aro). The Quote Must Address And Meet The Requirements/specifications As Described In Attachment (01) & Attachment (03), And In The Quantities Outlined In The 'items Required' Section On Page One Of This Solicitation. All Evaluation Factors, When Combined, Will Be Of Significantly More Important Than The Price Factor. This May Result In An Award To A Higher Priced Offeror Where The Decision Is Consistent With The Evaluation Factors And The Government Has Reasonably Determined That Non-cost/price Evaluation Of The Higher Priced Offeror Outweighs The Price Difference. Factor Ii- Price: The Government Will Evaluate The Total Price To Determine If It Is Fair And Reasonable. The Price Quote Shall Include A Unit Price For Each Item And A Total Firm-fixed-price For All Line Items. The Total Firm-fixed-price Shall Include All Applicable Taxes, Shipping, And Handling Costs To The Shipping Address Listed Above As Outlined In Paragraph 3 Above.factor Iii- Past Performance: The Government Will Evaluate Past Performance By Reviewing Sources That May Include, But Are Not Limited To, Information From Government Personnel And Information From Sources Such As The Offeror's Responsibility/qualification (r/q) Documentation In System For Award Management (sam) And Contractor Performance Assessment Reporting System (cpars). The Government Will Consider Supplier Risk To Assess The Risk Of Unsuccessful Performance And Supply Chain Risk Using The Past Performance Data In The Supplier Performance Risk System (sprs) To Include Quality, Delivery, And Other Contractor Performance Information.due Date And Submission Informationeligible Offerors: All Offerors Must Have A Completed Registration In The System For Award Management (sam) Website Prior To Award Of Contract. Information Can Be Found At Https://www.sam.gov/. Complete Sam Registration Means Offerors Shall Have Registered Cage And Ueid Codes.page Limitations: Ensure To Stay Within The Page Limitations As Follows: None.formatting Requirements: Submit Quotes In Electronic Pdf And Excel Format To Facilitate Calculations. Text Should Be Formatted On An 8 ½ By 11 Inch Page In 12 Point Times New Roman Font. Questions, Due Date, And Submission Requirements: All Questions Must Be Received Before The Rfq Due Date. Questions May Be Submitted Via Email To Jeremy Clay At Jeremy.m.clay2.civ@us.navy.mil With The Subject Line: N66001-25-q-6078. Include Rfq# N66001-25-q-6078 On All Inquiries. Questions May Be Addressed At The Discretion Of The Government.rfq Due Date And Submission Requirements: This Rfq Closes On Monday 24 February At 12:00 Pm, Pacific Time. Quotes Must Be Uploaded On The Navwar E-commerce Website At Https://e-commerce.dc3n.navy.mil/ Under Niwc Pacific/ Open Solicitations/ N66001-25-q-6078. Email Quotes And Late Quotes May Not Be Accepted.navwar E-commerce Website Assistance: For E-commerce Technical Issues, Contact The Spawar Paperless Initiatives Help Desk At 858-537-0644 Or Paperless.spawar@navy.mil.government Rfq Point Of Contract: The Contract Specialist Point Of Contact For This Solicitation Jeremy Clay At Jeremy.m.clay2.civ@us.navy.mil . Reference Rfq# N66001-25-q-6078 On All Email Exchanges Regarding This Acquisition.rfq Attachments – Offeror Must Fill Out And Sign Attachment 02 Reps & Certs Package And Return With Quote.1.drawing: Interconnect Cable Assembly2.reps&certs To Be Completed, Digitally Signed, And Returned3.supplemental Drawing: Conduit Assemblyapplicable Provisions And Clausesthis Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2025-03 Effective 01/17/2025, And Defense Federal Acquisition Regulation Supplement (dfars) Change 12/18/2024. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses Can Be Accessed In Full Text At Https://www.acquisition.gov/content/regulations.the Current Versions (as Of The Date Of The Rfq) Of The Following Far/dfars Provisions, Incorporated By Reference, Apply To This Acquisition:52.204-7system For Award Management 52.204-16commercial And Government Entity Code Reporting 52.204-24representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-26 Covered Telecommunications Equipment Or Services-representation52.212-1instructions To Offerors- Commercial Items52.212-3alternate 1, Offeror Representations And Certifications- Commercial Items252.203-7005representation Relating To Compensation Of Former Dod Officials 252.204-7008compliance With Safeguarding Covered Defense Information Controls252.204-7016covered Defense Telecommunications Equipment Or Services—representation252.204-7017prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation 252.204-7019notice Of Nist Sp 800-171 Dod Assessment Requirements 252.204-7024notice On The Use Of The Supplier Performance Risk System252.213-7000notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations 252.225-7055 Representation Regarding Business Operations With The Maduro Regime 252.225-7059prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representationthe Current Versions (as Of The Date Of The Rfq) Of The Following Far/dfars Clauses, Incorporated By Reference, Apply To This Acquisition:52.204-13system For Award Management Maintenance 52.204-18commercial And Government Entity Code Maintenance 52.212-4contract Terms And Conditions—commercial Items 52.232-39unenforceability Of Unauthorized Obligations252.203-7000requirements Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights252.204-7009limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information252.204-7012safeguarding Covered Defense Information And Cyber Incident Reporting (deviation 2024-o0013, Revision 1)252.204-7015notice Of Authorized Disclosure Of Information For Litigation Support252.204-7018prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.204-7020nist Sp 800-171 Dod Assessment Requirements 252.204-7022expediting Contract Closeout252.211-7003item Unique Identification And Valuation252.211-7008use Of Government – Assigned Serial Numbers 252.223-7008prohibition Of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program – Basic252.225-7012preference For Certain Domestic Commodities252.225-7028exclusionary Policies And Practices Of Foreign Governments252.225-7056prohibition Regarding Business Operations With The Maduro Regime252.225-7060prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region252.232-7003electronic Submission Of Payment Requests And Receiving Reports 252.232-7006wide Area Workflow Payment Instructions 252.232-7010levies On Contract Payments 252.244-7000subcontracts For Commercial Items 252.246-7007contractor Counterfeit Electronic Part Detection And Avoidance System252.246-7008sources Of Electronic Parts252.247-7023transportation Of Supplies By Sea – Basicthe Current Versions (as Of The Date Of The Rfq) Of The Following Far/dfars Clauses And Provisions, Incorporated By Full Text, Apply To This Acquisition:far Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Applies To This Acquisition And Includes The Following Clauses By Reference:52.204-10reporting Executive Compensation And First-tier Subcontract52.204-27prohibition On A Bytedance Covered Application52.204-30federal Acquisition Supply Chain Security Act Orders—prohibition52.209-6protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment52.219-4notice Of Price Evaluation Preference For Hubzone Small Business Concerns52.219-28post-award Small Business Program Representation 52.222-3 Convict Labor 52.222-19child Labor-cooperation With Authorities And Remedies52.222-21prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36equal Opportunity For Workers With Disabilities 52.222-50 Combating Trafficking In Persons 52.223-23 Sustainable Products And Services52.225-13restrictions On Certain Foreign Purchases 52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.232-33 Payment By Electronic Funds Transfer— System For Award Management 52.232-40providing Accelerated Payments To Small Business Subcontractors 52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities 52.252-1 Solicitation Provisions Incorporated By Referencethis 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):the Far Provisions, Clauses And Deviations Can Be Accessed In Full Text Athttps://www.acquisition.gov/browse/index/far (far Clauses And Deviations) Andhttps://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (dfars Clauses).(end Of Clause) 52.252-2, Clauses Incorporated By Reference This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given Infull Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause Maybe Accessed Electronically At This/these Address(es):the Far Provisions, Clauses And Deviations Can Be Accessed In Full Text Athttps://www.acquisition.gov/browse/index/far (far Clauses And Deviations) Andhttps://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (dfars Clauses).(end Of Clause)52.252-6 Authorized Deviations In Clauses (a) The Use In This Solicitation Or Contract Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Clause With Anauthorized 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 Cfrchapter 2) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Ofthe Regulation.(end Of Clause)252.225-7027 Restriction On Contingent Fees For Foreign Military Sales.restriction On Contingent Fees For Foreign Military Sales (apr 2003)(a) Except As Provided In Paragraph (b) Of This Clause, Contingent Fees, As Defined In The Covenant Against Contingent Fees Clause Of This Contract, Are Generally An Allowable Cost, Provided The Fees Are Paid To—(1) A Bona Fide Employee Of The Contractor; Or(2) A Bona Fide Established Commercial Or Selling Agency Maintained By The Contractor For The Purpose Of Securing Business.(b) For Foreign Military Sales, Unless The Contingent Fees Have Been Identified And Payment Approved In Writing By The Foreign Customer Before Contract Award, The Following Contingent Fees Are Unallowable Under This Contract:(1) For Sales To The Government(s) Of __________, Contingent Fees In Any Amount.(2) For Sales To Governments Not Listed In Paragraph (b)(1) Of This Clause, Contingent Fees Exceeding $50,000 Per Foreign Military Sale Case.(end Of Clause)h-3 Limited Release Of Contractor Confidential Business Information(a) Definition."confidential Business Information," (information) As Used In This Text, Is Defined As All Forms And Types Of Financial, Business, Economic Or Other Types Of Information Other Than Technical Data Or Computer Software/computer Software Documentation, Whether Tangible Or Intangible, And Whether Or How Stored, Compiled, Or Memorialized Physically, Electronically, Graphically, Photographically, Or In Writing If -- (1) The Owner Thereof Has Taken Reasonable Measures To Keep And Protect Such Information, And (2) The Information Derives Independent Economic Value, Actual Or Potential From Not Being Generally Known To, And Not Being Readily Ascertainable Through Proper Means By, The Public. Information Does Not Include Technical Data, As That Term Is Defined In Dfars 252.227-7013(a)(14), 252.227-7015(a)(4), And 252.227-7018(a)(19). Similarly, Information Does Not Include Computer Software/computer Software Documentation, As Those Terms Are Defined In Dfars 252.227-7014(a)(4) And 252.227-7018(a)(4).(b) The Naval Information Warfare Systems Command (navwar) May Release To Individuals Employed By Navwar Support Contractors And Their Subcontractors. Information Submitted By The Contractor Or Its Subcontractors Pursuant To The Provisions Of This Contract. Information That Would Ordinarily Be Entitled To Confidential Treatment May Be Included In The Information Released To These Individuals. Accordingly, By Submission Of A Proposal Or Execution Of This Contract, The Offeror Or Contractor And Its Subcontractors Consent To A Limited Release Of Its Information, But Only For Purposes As Described In Paragraph (c) Of This Text.(c) Circumstances Where Navwar May Release The Contractor's Or Subcontractors' Information Include The Following:(1) To Other Navwar Contractors And Subcontractors, And Their Employees Tasked With Assisting Navwar In Handling And Processing Information And Documents In The Administration Of Navwar Contracts, Such As File Room Management And Contract Closeout; And,(2) To Navwar Contractors And Subcontractors, And Their Employees Tasked With Assisting Navwar In Accounting Support Services, Including Access To Cost-reimbursement Vouchers.(d) Navwar Recognizes Its Obligation To Protect The Contractor And Its Subcontractors From Competitive Harm That Could Result From The Release Of Such Information. Navwar Will Permit The Limited Release Of Information Under Paragraphs (c)(1) And (c)(2) Only Under The Following Conditions:(1) Navwar Determines That Access Is Required By Other Navwar Contractors And Their Subcontractors To Perform The Tasks Described In Paragraphs (c)(1) And (c)(2);(2) Access To Information Is Restricted To Individuals With A Bona Fide Need To Possess;(3) Contractors And Their Subcontractors Having Access To Information Have Agreed Under Their Contract Or A Separate Corporate Non-disclosure Agreement To Provide The Same Level Of Protection To The Information That Would Be Provided By Navwar Employees. Such Contract Terms Or Separate Corporate Non-disclosure Agreement Shall Require The Contractors And Subcontractors To Train Their Employees On How To Properly Handle The Information To Which They Will Have Access, And To Have Their Employees Sign Company Non-disclosure Agreements Certifying That They Understand The Sensitive Nature Of The Information And That Unauthorized Use Of The Information Could Expose Their Company To Significant Liability. Copies Of Such Employee Non-disclosure Agreements Shall Be Provided To The Government; And(4) Navwar Contractors And Their Subcontractors Performing The Tasks Described In Paragraphs (c)(1) Or (c)(2) Have Agreed Under Their Contract Or A Separate Non-disclosure Agreement To Not Use The Information For Any Purpose Other Than Performing The Tasks Described In Paragraphs (c)(1) And (c)(2).(e) Navwar's Responsibilities Under The Freedom Of Information Act Are Not Affected By This Text.(f) The Contractor Agrees To Include, And Require Inclusion Of, This Text In All Subcontracts At Any Tier That Requires The Furnishing Of Information. (end Of Clause)
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Telecommunication Services
Corrigendum : Closing Date Modified
United States
Description: Request For Quote
telecom Supplies
this Is A Request For Quote. This Is Not An Order. This Document Is Not Legally Binding And Does Not Commit The Us Government In Anyway.
this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
this Solicitation Is A 100% Small Business Set Aside. Naics 517112
upon Completion Of This Quote, Please Email Your Response To Sgt Dario Gonzalez At Dario.gonzalez@usmc.mil. All Quotes Are Due To The Responsible Contracting Office No Later Than Mondayjanuary 27, 2025 @ 4:00 P.m. Eastern Standard Time Quotes May Not Be Accepted Past The Aforementioned Date & Time Specified.
the U. S. Government Intends To Award A Firm Fixed Price Purchase Order To The Successful Offeror Of This Rfq. Award Will Be Made To The Responsible Offeror Whose Offer Conforming To The Request For Quote Will Be Most Advantageous And Provide The Best Value To The Government, Price And Other Factors Considered. All Quotes Must Comply As Follows:
all Quotes Shall Be Evaluated On The Ability To Meet Required Saliant Characteristics, Delivery, And Cost. A Quote That Is So Lacking In Information, That A Proper Evaluation Would Require Elaborate Explanation, May Be Deemed Technically Unacceptable.
quotes Must Confirm That The Offered Items And/or Services Are In Accordance With The Saliant Characteristics As Outlined Within This Rfq.
the Offeror Shall Submit A Quotation That Includes All Prices For The Listed Items And The Delivery Dates For Each Item.
the Basis Of Award For This Solicitation Will Be “price And Other Factors”. The Government Will Determine Best Value By Reviewing The Following Factors. All Evaluation Factors Other Than Cost Or Price, When Combined, Are Approximately Equal To Cost Or Price..
price;
past Performance
other Factors (other Factors Include But Are Not Limited To Technical Acceptability, Delivery Time If All Offers Are Longer Than The Requested Rdd)
to Be Eligible For Award Under This Rfq, Contractors Must Respond To This Rfq By The Closing Date And Time As Referenced Above. Failure To Submit The Required Information May Result In Your Quotation Being Considered Non-responsive.
the Government Intends To Make One Aggregate Award Resulting From The Rfq But Reserves The Right To Make Multiple Awards Without Discussions. The Government Will Determine The Awardee Based On The Quote That Provides The Overall Best Value To The Government, Price And Other Factors Considered. To Be Found Technically Acceptable, Vendor Must Meet All The Requirements In The Solicitation. Quotes Shall Be Evaluated Based On Technical Acceptability, Price, Delivery, And Satisfactory Past Performance.
5. The Contractor Shall Quote The Requested Items As Detailed Below In Us Dollar, (usd).
********** Please Provide The Following Information **********
company Name:
address:
phone Number:
point Of Contact:
e-mail Address:
********system For Award Management (sam) Information*******
uei:
cage Code:
authority Of Government Personnel
notwithstanding Any Provision To The Contrary Contained Elsewhere In This Solicitation, The Contracting Officer Is The Only Person Authorized To Approve And Issue Amendments To This Solicitation. Any Amendment To This Solicitation, In Order To Be Effective, Shall Be Issued By The Contracting Officer.
minimum Government Requirements
the Referenced Brand Names Are Not Intended To Be Restrictive But Represent The Minimum Requirements Of The Government. It Is The Bidder’s Responsibility To Furnish Sufficient Information To The Government To Determine Acceptability Of The Offered "equal" Items. It Is The Governments Intent To Award One Aggregate Award But Reserves The Right To Make Multiple Awards.
(quote) Total Amount:
usd
clin
description
u/i
qty
price
detailed Description
required Delivery Date
0001
unlocked Smart Phone
ea
10
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0002
unlocked Wifi Puckwith Ethernet Port
ea
4
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0003
integrated Services Router (isr)
ea
4
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0004
international Prepaid Phone Sim Cards (can Be Esim/esim
voucher/physical Sim)
ea
12
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0005
international Prepaid Data Only Sim Cards (can Be Esim/esim
voucher/physical Sim)
ea
8
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
clauses Incorporated By Full Text
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/
(end Of Provision)
52.252-2clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
https://www.acquisition.gov/
(end Of Clause)
clauses Incorporated By Reference
52.204-7
system For Award Management
oct 2016
52.204-13
system For Award Management Maintenance
oct 2016
52.204-16
commercial And Government Entity Code Reporting
jul 2016
52.204-18
commercial And Government Entity Code Maintenance
jul 2016
52.204-21
basic Safeguarding Of Covered Contractor Information Systems
jun 2016
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.
aug 2019
52.204-25
prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
aug 2019
52.212-1
instructions To Offerors--commercial Items
oct 2018
52.212-3
offeror Representations And Certifications--commercial Items (aug 2018) Alternate I
oct 2014
52.212-4
contract Terms And Conditions – Commercial Items
jan 2017
52.232-39
unenforceability Of Unauthorized Obligations
jun 2013
52.232-40
providing Accelerated Payments To Small Business Subcontractors
dec 2013
52.240-1
prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities
nov 2024
52.247-34
f.o.b. Destination
nov 1991
252.203-7000
requirements Relating To Compensation Of Former Dod Officials
sep 2011
252.204-7004
antiterrorism Awareness Training For Contractors
feb 2019
252.204-7012
safeguarding Covered Defense Information And Cyber Incident Reporting
oct 2016
252.204-7015
notice Of Authorized Disclosure Of Information For Litigation Support
may 2016
252.211-7003
item Unique Identification And Valuation
mar 2016
252.223-7008
prohibition Of Hexavalent Chromium
jun 2013
252.225-7040
contractor Personnel Supporting U.s. Armed Forces Deployed Outside The United States
oct 2015
252.225-7043
antiterrorism/force Protection Policy For Defense Contractors Outside The United States
jun 2015
252.225-7993 (dev)
prohibition On Providing Funds To The Enemy (deviation 2015-o0016)
sep 2015
252.232-7003
electronic Submission Of Payment Requests And Receiving Reports
june 2012
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
jun 2013
252.244-7000
subcontracts For Commercial Items
jun 2013
252.246-7004
safety Of Facilities, Infrastructure, And Equipment For Military Operations
oct 2010
252.247-7023
transportation Of Supplies By Sea
apr 2014
clauses Incorporated By Full Text
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (dec 2023)
(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 2004s) (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.]
___ (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.)
___ (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).
x (5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note).
___ (6) [reserved]
___ (7) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C).
___ (8) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C).
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, Or Proposed For Debarment. (nov 2021) (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.
____ (20) 52.219-8, Utilization Of Small Business Concerns (sep 2023) (15 U.s.c. 637(d)(2) And (3)).
____ (21)(i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)).
____ (ii) Alternate I (nov 2016) Of 52.219-9.
____ (iii) Alternate Ii (nov 2016) Of 52.219-9.
____ (iv) Alternate Iii (jun 2020) Of 52.219-9.
____ (v) Alternate Iv (sep 2023) Of 52.219-9.
____ (22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
____ (ii) Alternate I (mar 2020) Of 52.219-13.
____ (23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 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 Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15 U.s.c. 657f).
____ (26) (i) 52.219-28, Post-award Small Business Program Rerepresentation (sep 2023) (15 U.s.c. 632(a)(2)).
____ (ii) Alternate I (mar 2020) Of 52.219-28.
____ (27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)).
____ (28) 52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)).
____ (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
____ (30) 52.219-33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s).
x (31) 52.222-3, Convict Labor (jun 2003) (e.o. 11755).
x (32) 52.222-19, Child Labor--cooperation With Authorities And Remedies (nov 2023) (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.
____ (35)(i) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
____ (ii) Alternate I (jul 2014) Of 52.222-35.
____ (36)(i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
____ (ii) Alternate I (jul 2014) Of 52.222-36.
____ (37) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
____ (38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
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).
____ (40) 52.222-54, Employment Eligibility Verification (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.)
____ (41)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
____ (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
____ (42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693).
____ (43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693).
____ (44)(i) 52.223-13, Acquisition Of Epeat® Registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514).
____ (ii) Alternate I (oct 2015) Of 52.223-13.
____ (45)(i) 52.223-14, Acquisition Of Epeat® Registered Televisions (jun 2014) (e.o.s 13423 And 13514).
____ (ii) Alternate I (jun 2014) Of 52.223-14.
____ (46) 52.223-15, Energy Efficiency In Energy-consuming Products (may 2020) (42 U.s.c. 8259b).
____ (47)(i) 52.223-16, Acquisition Of Epeat®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514).
____ (ii) Alternate I (jun 2014) Of 52.223-16.
x (48) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513).
____ (49) 52.223-20, Aerosols (jun 2016) (e.o. 13693).
____ (50) 52.223-21, Foams (jun 2016) (e.o. 13693).
____ (51)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
____ (ii) Alternate I (jan 2017) Of 52.224-3.
____ (52) (i) 52.225-1, Buy American--supplies (oct 2022) (41 U.s.c. Chapter 83).
____ (ii) Alternate I (oct 2022) Of 52.225-1.
____ (53)(i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
____ (ii) Alternate I [reserved].
____ (iii) Alternate Ii (dec 2022) Of 52.225-3.
____ (iv) Alternate Iii (nov 2023) Of 52.225-3.
____ (v) Alternate Iv (oct 2022) Of 52.225-3.
____ (54) 52.225-5, Trade Agreements (nov 2023) 19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
x (55) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
____ (56) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
____ (57) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150
____ (58) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150).
____ (59) 52.229-12, Tax On Certain Foreign Procurements (feb 2021).
____ (60) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
____ (61) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
____ (62) 52.232-33, Payment By Electronic Funds Transfer—system For Award Management (oct 2018) (31 U.s.c. 3332).
x (63) 52.232-34, Payment By Electronic Funds Transfer—other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
____ (64) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
____ (65) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
____ (66) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)).
____ (67)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631).
____ (ii) Alternate I (apr 2003) Of 52.247-64.
____ (iii) Alternate Ii (nov 2021) Of 52.247-64.
(c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [contracting Officer Check As Appropriate.]
_____ (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
_____ (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
_____ (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards--price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
_____ (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards--price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67).
_____ (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--requirements (may 2014) (41 U.s.c. Chapter 67).
_____ (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014) (41 U.s.c. Chapter 67).
_____ (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022) (e.o. 13658).
_____ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
_____ (9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792).
(d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records--negotiation.
(1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract.
(2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved.
(3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause—
(i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509).
(ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712).
(iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91).
(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 (sep 2023) (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 2, 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
(xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--requirements (may 2014) (41 U.s.c. Chapter 67.)
(xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014) (41 U.s.c. Chapter 67)
(xix) 52.222-54, Employment Eligibility Verification (may 2022) (e. O. 12989).
(xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022) (e.o. 13658).
(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) 52.247-64, 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)
saliant Characteristics
required Delivery Date: 10 Days After The Company Has Received A Notice Of The Award.
delivery Address:
1st Mlg, Hq, Ecp Bldg 140199 Ammunition Road Bay 3 Oceanside, Ca 92055-56
clin0001 - Unlocked Smart Phone - Quantity 10
saliant Characteristics:
- Minimum Of 256gb Storage Space
-minimum Of 8gb Memory
- Must Be Unlocked For International Use (phone Must Not Be Carrier Locked)
- Must Have The Capability To Dual-sim And Be Esim Compatible.
- Network Capability (2g Gsm, 3g Umts, 4g Fdd Lte, 4g Tdd Lte,5g Fdd Sub6, 5g Tdd
sub6, 5g Tdd Mmwave)
-wifi 802.11 A/b/g/n/ac/ax 2.4g+5ghz+6ghz,he160, Mimo, 1024-qam
- Must Have Hotspot Capability
-minimum Of 4500 Mah Battery Capacity
- Operating System:qualcomm Snapdragon 8 Gen 1 Or Similar
- Cpu Type Octa-core Or Similar
- Rear Camera Resolution 50.0 Mp + 12.0 Mp+ 8.0 Mp Or Similar
- Front Camera Resolution 10mp - Display1080 X 2340 (fhd+)
clin0002 - Unlocked Wifi Puckwith Ethernet Port - Quantity 4
saliant Characteristics:
- Battery: Removable Li-ion Battery(5040 Mah); Up To 11 Hours Of Continuous Usage
-wifi: Full Dual-band/dual-concurrent Wifi. Wifi802.11 B/g/n 2.4 Ghz. Wifi 802.11
a/n/ac 5 Ghz
-technology/bands : Max 1 Gbps Download Speeds,and 150 Mbps Upload
speeds. Lte Cat 16, 4-bandca And 4x4 Mimo. Up To 4x Carrier Aggregationand Support
for Laa In Future Firmware Upgrades.lte/4g Bands: 1, 2, 3, 4, 5, 7, 12, 14, 29, 30, 66. 3g
bands: 1 ,2, 5. Ipv6 Support
- Must Be Unlocked For International Use (must Not Be Carrierlocked)
- Must Have A Minimum Of 1 Sim Card Slot
-must Have A Minimum Of 1 Ethernet Port
clin0003 -integrated Services Router (isr) - Quantity 4
saliant Characteristics:
- 8gb Memory
- Must Be Able To Bus, Poe/poe+, Adr Gnss Slot, Ssd Slot
-must Have 2 Wan Ports
- Gige
- Must Be Capable Of Operating At -40f 140 F Temperature
- 4 X Input/ Output, Console: 1 X Usb 2.0 - Mini-usb Type A,lan: 4 X 1000base-x - Rj-45,
serial: 1 X Rs-232 -rj-45, Serial: 1 X Rs-232/485 - Rj-45, Usb 2.0: 1x 4 Pin Usb Type A,
wan: 1 X 1000base-t - Rj-45, Wan: 1 X 1000base-x - Sfp (mini-gbic) Or Similar
-compliant With Dod Directives Like 8570 (personnelcertification) And 8551.1 (network
securityguidelines)
clin0004 - International Prepaid Phone Sim Cards (can Be Esim/esim
voucher/physical Sim) - Quantity 12
salient Characteristics:
- Sim Cards Must Be Compatible For Use With The Phones, Wifi Pucks And Isr Provided.
- Sim Cards Must Be Valid And Available For Use Between March 2025 To October 2025
- 12 Of The Sim Cards Must Be Able To Each Provide A Minimum Of 300 Texts, 500 Minutes Of Talk (voice Calls), And 10 Gb Of Data Per Month From March 2025 To October 2025.
- Each Sim Card Should Have A “top Up” Style Capapbility That Will Allow The User To Add Additional Talk Text And Data In The Event That They Run Out Prior To The End Of Any Of The Monthly Periods.
- Countries That Should Be Covered As Much As Possible By Sim Cards Are: Australia,
cambodia, India, Indonesia, Japan, Malaysia, Philippines, Singapore, Sri Lanka, Taiwan,
thailand, Brunei, Timor Leste.
clin0005 - International Prepaid Data Only Sim Cards (can Be Esim/esim
voucher/physical Sim) - Quantity 8
salient Characteristics:
- Sim Cards Must Be Compatible For Use With The Wifi Pucks And Isr
- Sim Cards Must Be Valid And Available For Use Between March 2025 To October 2025
- Sim Cards Must Each Be Able To Provide A Minimum Of 20 Gb Of Data Per Month From March 2025 To October 2025.
- Each Sim Card Should Have A “top Up” Style Capapbility That Will Allow The User To Add Additional Data In The Event That They Run Out Prior To The End Of Any Of The Monthly Periods.
- Countries That Should Be Covered As Much As Possible By Sim Cards Are: Australia, Cambodia, India, Indonesia, Japan, Malaysia, Philippines, Singapore, Sri Lanka, Taiwan,
thailand, Brunei, Timor Leste.
(end Of Saliant Characteristics)
Closing Date27 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: Summary Of Changes:
amend 1 (4.16.2025) - Proposal Due Date Corrected. Proposals Are Due By 0800 Hrs 28 Apr 2025.
amend 2 (4.22.2025) - Lyndon S. Jagroop's Last Name Is Corrected From "jagroup" To Jagroop.
amend 3 (4.22.2025) - Question And Answer Document Attached.
amend 4 (4.22.2025) - Updated Question And Answer Document (version 2) Attached.
amend 5 (4.23.2025) -updated Question And Answer Document (version 3) Attached.
combined Synopsis/solicitation
(i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested, And A Written Solicitation Will Not Be Issued.
(ii) This Solicitation, Number W911qy-25-r-tsts, Is Issued As A Request For Proposals (rfp) For A Firm-fixed-price (ffp) Contract For Technical Sensory Training Sessions.
u.s. Army Combat Capabilities Development Command – Soldier Center (devcom Sc) Requires Technical Sensory Training To Induct Ten (10) New Panel Members Into An Existing Sensory Team Of Government Personnel Panelists, And Then To Calibrate The Entire Team Through Structured Training Sessions. The Purpose Of This Project Is To Formally Integrate New Panel Members Into The Existing Team Of Trained Government Personnel Sensory Panelists, And To Calibrate The Entire Team To Consistently Achieve Statistically Relevant Product Reviews Of Military Rations.
please Reference The Statement Of Work (sow) And Other Documents Attached At The Bottom Of This Posting For Further Description Of The Government’s Requirement. Note: "exhibit A - Dd 1423 Cdrl Data Item No. A0001 Qauterly Reports" May Only Be Viewable In Adobe Acrobat.
(iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) Number 2025-03 Effective 17 January 2025.
(iv) This Is A 100% Small Business Set-aside. The Associated North American Industrial Classification System (naics) Code For This Acquisition Is 611430 - Professional And Management Development Training With A Small Business Size Standard Is $15.0 Million In Average Annual Receipts. The Applicable Psc Is U099 – Education/training- Other.
(v) Line Item Numbers, Items, Quantities, And Units Of Measure (uom) Are To Be As Follows:
clin 0001 – Base Clin For The Initial Training Session, Two (2) Full Training Days. Qty: 1. Uom: Job.
clin 0002 – Base Clin For The Follow-up Training Session, Two (2) Full Training Days. Qty: 1. Uom: Job.
clin 0003 – Base Clin For The Half-day Training Sessions. Qty: 5. Uom: Job.
clin 0004 – Base Clin For Monitoring Homework Assignments Between Training Sessions. Qty: 1. Uom: Job.
clin 0005 – Base Clin For Travel (in Accordance With Sow Section 5). Qty: 1. Uom: Job.
clin 0006 – Base Clin For Supplies/groceries (in Accordance With Sow Section 6). Qty: 1. Uom: Job.
clin 0007 – Base Clin For Quarterly Status Reports (in Accordance With Sow Section 9, And Exhibit A). Qty: 5. Uom: Each. Not Separately Priced (nsp).
(vi) This Combined Synopsis/solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov.
(vii) Performance Is Required Over The Course Of Approximately Fifteen (15) Months After Award At Combat Feeding Division, Devcom Soldier Center, 10 General Greene Ave Building 36, Room E136, Sensory Lab, Natick, Ma 01760. Delivery, Inspection, And Acceptance Will Be By The Government At Fob Destination.
(viii) The Provision At 52.212-1, Instructions To Offerors – Commercial, Applies To This Acquisition And Is Incorporated By Reference Into This Rfp.
(ix) Evaluation Factors For Award
basis Of Award
the Government Anticipates A Single Award Resulting From This Requirement. Award Will Be Made To The “responsible” Offeror Whose Proposal Conforming To The Solicitation Represents The Best Overall Value To The Government, Price, And Other Factors Considered. See Far Subpart 9.104 For A Description Of The Standards Prospective Contractors Must Meet To Be Determined “responsible.” Award Will Be Based On The Results Of A Complete And Thorough Government Evaluation Of Proposals In Accordance With (iaw) This Rfp And The Evaluation Criteria Set Forth Herein. The Government May Evaluate Offers And Award A Contract Without Discussions; Therefore, The Initial Offer Should Contain The Best Offer, However, The Government Reserves The Right To Conduct Discussions If Necessary. If Award Will Be Made Without Discussions, Offerors May Be Given The Opportunity To Clarify Certain Aspects Of The Proposal Or Resolve Minor Or Clerical Errors Iaw Far Subpart 15.306(a). If Awarding Without Discussions, The Contracting Officer Will Make A Best Value Decision Based Upon The Evaluation Of The Initial Proposal As Submitted. The Government Also Reserves The Right To Not Award Any Contract If No Proposals Are Considered To Be In The Best Interest Of The Government.
in Accordance With Far Subpart 15.204-5(c), The Rfp Will Identify All Significant Factors That Will Affect Contract Award By Clearly Stating Their Relative Importance Iaw Far 15.304(d) Using One Of The Phrases In Far 15.304(e). For This Procurement, It Has Been Determined That All Evaluation Factors Other Than Price, When Combined, Are Significantly More Important Than Price. The Award Will Be Made Based On The Best Overall (i.e., Best Value) Proposal That Is Determined To Be The Most Beneficial To The Government, With Appropriate Consideration Being Given To The Following Three (3) Evaluation Factors; Factor 1: Technical, Factor 2: Past Or Current Performance, Factor 3: Price.
in Determining The Best Value To The Government, The Relative Importance Of The Non-price Factors Is As Such; Factor 1: Technical Is More Important Than Factor 2: Past Or Current Performance, Which Is More Important Than Factor 3: Price. Business Judgments And Tradeoffs Will Be Used To Determine The Proposals Offering The Best Value To The Government. In Determining The Best Value To The Government, The Government Need Not Quantify The Tradeoffs That Led To The Best Value Decisions. While The Government Evaluator And Contracting Officer Will Strive For Maximum Objectivity, The Source Selection Process, By Its Nature, Is Subjective; And Therefore, Professional Judgment Is Implicit Throughout The Entire Process. In This Regard, The Quality Of The Service Will Be Addressed Through Consideration Of Two Non-price Evaluation Factors: The Offeror’s Technical Approach Along With Prior Experience And Past Or Current Performance.
a. Factors To Be Evaluated
the Following Evaluation Factors Will Be Used To Evaluate Each Proposal. Award Will Be Made To The Offeror Whose Proposal Is The Best Value To The Government Based On An Integrated Assessment Of The Three Evaluation Factors Described Below.
factor 1: Technical
factor 2: Past Performance
factor 3: Price
b. Evaluation Approach
all Proposals Shall Be Subject To A Review And Assessment Against All Source Selection Criteria Stated Herein. The Evaluation Process Will Rate The Offeror’s Ability To Perform The Work Iaw All Aspects Of Requirements Outlined In The Solicitation And Associated Attachments, As Well As The Fair And Reasonableness Of The Proposed Price. The Evaluator Will Provide A Written Evaluation Of Each Proposal Against The Factors Established In The Solicitation.
the Purpose Of The Technical Proposal Is To Assess The Offeror’s Ability To Provide Technical Sensory Training To New And Current Panelists To Satisfy The Government’s Requirements. A Combined Technical/risk Rating Will Be Assigned For The Technical Proposal, Which Will Include Consideration Of Risk In Conjunction With Strengths, Significant Strengths, Weaknesses, Significant Weaknesses, Uncertainties, And Deficiencies In Determining Technical Ratings.
the Purpose Of Evaluating Past Performance Volume Will Be To Assess The Degree Of Confidence The Government Has In An Offeror’s Ability To Meet The Statement Of Work (sow) Requirements, Based On A Demonstrated Record Of Performance. A Performance Confidence Assessment Rating Will Be Assigned For The Past Performance, Which Will Take Into Consideration The Currency And Relevance Of The Information, Quality Of The Offeror’s Past Or Current Performance, Source Of The Information, Context Of The Data, And General Trends In The Offeror’s Past Or Current Performance.
the Price Will Be Evaluated By The Contracting Officer And/or Price Analyst Iaw The Evaluation Criteria Established In Factor 3 Contract Price.
the Respective Evaluator Will Rate Each Factor For Each Proposal Submitted And Will Prepare A Report.
the Government Will Document The Evaluation By Providing A Short Narrative Of The Evaluation Of Each Offeror’s Proposal In Terms Of The Evaluation Criteria And Proposed Strengths, Significant Strengths, Weaknesses, Significant Weaknesses, And Deficiencies.
these Reports Will Be Presented To The Contracting Officer To Assist In The Award Decision.
the Government Will Consider, Throughout The Evaluation, The Correction Potential Of Any Proposal Containing Weaknesses, Significant Weaknesses, And Deficiencies. The Judgement Of Such Correction Potential Is Within The Sole Discretion Of The Government. If An Aspect Of An Offeror’s Proposal Does Not Meet The Government’s Requirements, The Offeror May Be Eliminated From The Competition And, Thus, From Contract Award.
to The Extent Deemed Necessary At The Sole Discretion Of The Contracting Officer, Written Items For Discussion (ifd) Will Be Issued As Evaluation Notices (ens) To Remaining Offerors To Further Investigate Any Weaknesses, Deficiencies, Or Other Subjects Identified By The Evaluator As Germane To The Evaluation Process. These Ens Are Considered Exchanges/discussions In Accordance With Far 15.306(d). The Contracting Officer May Also Issue Ens Relating To Any Matter That Requires Written Revisions To A Proposal For Which A Binding Agreement Is Required/desired.
the Criteria Utilized For Evaluating The Offeror’s Proposal Is As Defined Below:
1. Factor 1: Technical
this Factor Assesses The Risk Of Unsuccessful Performance Based On The Offeror's Technical Proposal And Its Alignment With The Sow. While Alignment With All Aspects Of The Sow Will Be Considered, The Evaluation Will Prioritize The Following:
• Trainer Qualifications: The Qualifications Of The Proposed Training Professional(s) Will Be Evaluated Against The Requirements Outlined In Sow Section 8.
• Training Approach: The Proposed Training Approach Will Be Evaluated On Its Plan To Cover All Training Topics Laid Out In The Sow, And On Its Plan For Establishing Reference Standards For Sensory Attributes (e.g. Off-notes, Textures, Mouthfeels, Intensities) Using Commercial Food Products. The Proposed Detailed And Timed Agenda For Each Training Session Will Also Be Evaluated As Part Of The Training Approach As Well As For Consistency With The Basic Training Outline Provided In Sow Section 2(b).
2. Factor 2: Past Or Current Performance
the Offerors And Subcontractors Past Or Current Performance With Government And Industry Will Be Evaluated To Assess The Relative Risks Associated With The Offerors Likelihood Of Success In Meeting The Requirements Stated In This Solicitation. Specific Areas Of Past Or Current Performance Examined Will Include Demonstrated Technical And Schedule Performance, Cost Control, General Responsiveness To Contract Requirements, Customer Satisfaction, Customer Focus, And Customer References, If Applicable. Past Or Current Performance Information, Which Demonstrates The Offeror’s Ability To Meet The Requirements Stated In This Solicitation And Tdp, Will Also Be Considered. Additionally, Any And All Contracts Terminated In Whole Or In Part During The Past Five (5) Years, To Include Those Currently In The Process Of Such Termination Should Be Identified. Offerors Are Advised That The Government May Contact Any Of The References The Offeror Provides, May Contact Internal Or External Sources Regarding Past Contract Performance Information, And Reserves The Right To Use Any Information Received As Part Of Our Evaluation.
there Are Three Aspects To The Past Or Current Performance Evaluation: Recency, Relevancy (including Context Of Data), And Quality (including General Trends In Contractor Performance And Source Of Information). These Aspects Are Combined To Establish One Performance Confidence Assessment Rating For Each Offeror.
recency Assessment: The First Step In The Overall Past Or Current Performance Evaluation Is To Assess The Recency Of The Offeror’s Past Or Current Performance. Recency Is Generally Expressed As A Time Period During Which Past Or Current Performance References Are Considered Relevant And Is Critical To Establishing The Relevancy Of Past Or Current Performance Information.
relevancy Assessment: The Second Step In The Overall Past Or Current Performance Evaluation Is To Assess The Relevancy Of The Offeror’s Past Or Current Performance. Relevancy, As It Pertains To Past Or Current Performance Information, Is A Measure Of The Extent Of Similarity Between The Effort, Complexity, Dollar Value, Contract Type, And Subcontract/teaming Or Other Comparable Attributes Of Past Or Current Performance Examples And The Solicitation Requirements. With Respect To Relevance, Past Or Current Performance Of Greater Relevancy Will Typically Be A Stronger Predictor Of Future Success And Have More Influence On The Past Or Current Performance Confidence Assessment Than Past Performance Of Lesser Relevance. Relevancy Will Be Considered For Similar Or Relevant Efforts, Defined As Those Contracts Encompassing In Scope The Testing Of Cb Clothing Ensembles And Material Components Similar To The Effort Required By This Contract.
quality Assessment: The Next Step In The Overall Past Or Current Performance Evaluation Is To Assess The Overall Quality Of The Offeror’s Past Or Current Performance On Those Recent Efforts That Were Determined Relevant. The Team Will Review All Past Or Current Performance Information Collected And Determine The Quality Of The Offeror’s Performance, General Trends, Contractor Performance, And Usefulness Of The Information. This Information Will Be Incorporated Into The Performance Confidence Assessment. Documented Results From Past Performance Questionnaires, Interviews, Contractor Performance Assessment Rating System (cpars), Past Performance Information Retrieval System (ppirs), Federal Awardee Performance And Integrity Information System (fapiis) And Other Sources Will Form The Basis For This Assessment.
performance Confidence Assessment: With The Recency, Relevancy, And Quality Of The Offeror’s Past Or Current Performance Considered, The Final Step Is For The Team To Arrive At A Single Consensus Performance Confidence Assessment For The Offeror. This Rating Considers The Assessed Quality Of The Relevant/recent Efforts Gathered.
the Government Will Consider Whether The Past Performance Cited In The Offeror’s Proposal Is Relevant Should The Offeror Subsequently Be Awarded A Contract. Accordingly, Any Past Performance Which Is Identified In The Offerors Past Performance Factor Proposal That Is Not Supported With The Information Requested, Or If Any Other Proposal Volume Indicates The Cited Past Performance Is Not Intended To Be Used By The Offeror During Contract Performance May Be Determined Not Relevant.
in The Case Of Offerors For Which There Is No Information On Past Or Current Contract Performance Or Where Past Or Current Contract Performance Information Is Not Available, The Offeror May Not Be Evaluated Favorably Or Unfavorably On The Factor Of Past Or Current Performance. In This Case, The Offeror’s Past Or Current Performance Is Unknown And Assigned A Performance Confidence Rating Of “neutral” Which Is Neither Favorable Nor Unfavorable.
3. Factor 3: Price
the Offeror’s Price Proposal Will Be Evaluated Using One Or More Of The Techniques Defined In Far Subpart 15.404-1 Proposal Analysis Techniques In Order To Determine The Reasonableness Of The Proposal Prices.
in The Event Adequate Competition Does Not Emerge In Response To The Solicitation, The Contracting Officer May Require Certified Cost Or Pricing Data In Accordance With Far Subpart 15.4.
(x) The Clause At 52.212-4, Contract Terms And Conditions - Commercial Items, Applies To This Acquisition And Is Incorporated By Reference Into This Rfp.
(xi) The Clause At 52.212-5 (dev), Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (mar 2025) (deviation 2025-o0003/4), Applies To This Acquisition And Is Incorporated By Reference Into This Rfp. The Following Additional Far Clauses Cited In The Clause Are Applicable To The Acquisition:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017)
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023)
52.204-25, Prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
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)
52.219-6, Notice Of Total Small Business Set-aside (nov 2020)
52.222-3, Convict Labor (jun 2003)
52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020)
52.222-41, Service Contract Labor Standards (aug 2018)
52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014)
52.222-50, Combating Trafficking In Persons (nov 2021)
52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022)
52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022)
52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020)
52.223-23 (dev), Sustainable Products And Services (mar 2025) (deviation 2025-o0004)
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)
52.232-40, 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)
(xii) The Following Additional Far And Dfars Provisions And Clauses Apply To This Acquisition And Are Incorporated By Reference:
52.204-7, System For Award Management (nov 2024)
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)
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.204-26, Covered Telecommunications Equipment Or Services—representation (oct 2020)
52.212-3 (dev), Offeror Representations And Certifications—commercial Products And Commercial Services (mar 2025) (deviation 2025-o0003)
52.232-39, Unenforceability Of Unauthorized Obligations (jun 2013)
52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
52.252-2, Clauses Incorporated By Reference (feb 1998)
52.252-5, Authorized Deviations In Provisions (nov 2020)
52.252-6, Authorized Deviations In Clause (nov 2020)
252.201-7000, Contracting Officer's Representative (dec 1991)
252.203-7000 , Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights (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)
252.204-7008 , Compliance With Safeguarding Covered Defense Information Controls (oct 2016)
252.204-7012 (dev), Safeguarding Covered Defense Information And Cyber Incident Reporting (deviation 2024-o0013, Rev 1) (may 2024)
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)
252.225-7000 Buy American--balance Of Payments Program Certificate—basic (feb 2024)
252.225-7007 , Prohibition On Acquisition Of Certain Items From Communist Chinese Military Companies (dec 2018)
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)
252.225-7972 , Prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems (aug 2024) (deviation 2024-o0014)
252.225-7973, Prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems—representation (aug 2024) (deviation 2024-o0014)
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)
252.244-7000 , Subcontracts For Commercial Products Or Commercial Services (nov 2023)
252.247-7023, Transportation Of Supplies By Sea—basic (oct 2024)
this Contract Incorporates One Or More Clauses By Reference, The Full Text Of A Clause May Be Accessed Electronically At The Follow Urls:
https://www.acquisition.gov/browse/index/far
https://www.acquisition.gov/dfars
https://www.acq.osd.mil/dpap/dars/class_deviations.html
(xiii) A Defense Priorities And Allocations System (dpas) Rating Is Not Applicable To This Acquisition.
(xiv) Proposals Shall Be Submitted Electronically To Both Edmund J. Bousaleh Via Email At Edmund.j.bousaleh.civ@army.mil And To Lyndon S. Jagroop Via Email At Lyndon.s.jagroop.civ@army.mil. All Proposals Are Due Monday 28 April 2025 By 0800 Hours Et. Proposals Will Only Be Accepted Electronically Via The Email Addresses Provided Above.
all Questions Related To This Rfp Shall Be Submitted In Writing Not Later Than Wednesday 23 April 2025 By 1100 Hours Et To Both Edmund J. Bousaleh Via Email At Edmund.j.bousaleh.civ@army.mil And To Lyndon S. Jagroop Via Email At Lyndon.s.jagroop.civ@army.mil.
(xvi) For Information Regarding This Combined Synopsis/solicitation, Please Contact:
edmund J. Bousaleh, Contract Specialist
email: Edmund.j.bousaleh.civ@army.mil (preferred)
phone Number: 520-692-1438
Closing Date28 Apr 2025
Tender AmountRefer Documents
Municipality Of San Vicente, Palawan Tender
Others...+1Electrical and Electronics
Philippines
Details: Description 1. The Municipal Government Of San Vicente, Palawan, Through The General Fund Intends To Apply The Sum Of Two Million Five Hundred Nineteen Thousand Two Hundred Eighty-one Pesos And Sixty Centavos (₱2,519,281.60) For Lot 1; One Million Sixty-four Thousand Nine Hundred Thirty-five Pesos (₱1,064,935.00) For Lot 2; Six Hundred Seventy-three Thousand Three Hundred Seventy-one Pesos And Forty-five Centavos (₱673,371.45) For Lot 3; Being The Abc To Payments Under The Contract For Supply And Delivery Of Information And Communication Technologies (ict) Equipment And Accessories Intended For Different Offices, This Municipality /gds-2025-045-amp 53.1. Lot 1 1. Unit 27 Uninterruptible Power Supply Main Input Voltage: 230v Rated Power In W: 325w Rated Power In Va: 650va Output Connection Type: 2 Universal Receptacle Cable Length: 1.2 M Number Of Cable: 1 Battery Type: Lead-acid-battery 2. Unit 6 Heavy Duty Uninterruptible Power Supply Super-fast Built-in Charge: Battery To Recharge Up To 90% If Its Capacity Within 2-4 Hours Full Protection: Warning System For Overload, Discharge, And Overcharge High Reliability: Use Of Excellent Microprocessor 2-step Automated Voltage Regulator (avr): Ensures Voltage Stabilization, Prevents Unnecessary Battery Life Drainage General: Capacity: 2000va (1200 Watts) Dimension (mm): 320 X 130 X 182 (d X W X H) Input Nominal Voltage: 230 Vac 3. Unit 33 Automatic Voltage Regulator With Thick And Strong Handle For Easy Handling Wattage: 1500 Watts With 5 Outlets Motor Type: Servo Motor Auto-volt 110 And 220vac 50/60hz Flat Pin Plug Cable Specs 2 X 1.5 Mm2 Product Dimension: 15 X 23 X 20 Cm 1.3m Cord 4. Unit 15 1 Tb External Hard Drive 5. Unit 9 2tb External Hard Drive 6. Unit 5 Laptop Mid-range (branded And Brand New) Processor: Core I5 (2.4ghz) Processor Gen:11 Or 12 Gen Display 14” Fhd Ips Memory:8gb Graphics: Mx350 2gb Or Higher Storage:1tb + 256gb Ssd Os: Win 10 7. Unit 2 High End Laptop ( High End Both Graphics And Videos) Operation System: Windows 11 High-performance Processing & Multitasking • Core & Thread Count: • Up To 24 Cores (8 P-cores + 16 E-cores) And 32 Threads • P-cores (performance Cores): Handle Intensive Tasks • E-cores (efficiency Cores): Handle Background Tasks To Optimize Power Use. • Clock Speeds: • Base Clock: 3.0 Ghz To 3.5 Ghz • Turbo Boost Max 3.0: Up To 5.8 Ghz (core I9-13900k) • Dynamically Assigns Tasks To P-cores Or E-cores For Best Performance And Efficiency. Content Creation & Productivity • Rendering & Video Editing: • 8 P-cores + 16 E-cores Enable Fast Multi-threaded Performance. • Optimized For Adobe Premiere, Davinci Resolve, Blender, And Autocad. • Ai & Machine Learning: • Deep Learning Boost (dl Boost) And Intel Gaussian & Neural Accelerator (gna) 3.0 Accelerate Ai Tasks. • Streaming & Multitasking: • Stream + Record Simultaneously Without Fps Drops. • H.265 & Av1 Encoding For High-quality Streaming. 4k/8k Video Editing & 3d Rendering Security & Reliability • Hardware-based Security: • Enterprise-grade Stability: •suitable For Workstations And High-end Productivity Systems. Graphics: Nvidia Geforce Rtx 4060 8gb Gddr6 Display:16" 16:10 Ips Qhd 2560x1600 240hz 100% Dci-p3 500nits 3ms Memory: 16gb Ddr5 4800mhz (up To 32gb Only) Storage:1tb Pcle 4.0 Ssd 8. Unit 3 High End Laptop (branded And Brand New) Operation System: Windows 11 High-performance Processing & Multitasking • Cores & Threads: • Older Generations: 4 To 8 Cores With Hyper-threading. • Recent Generations (12th & 13th Gen): Up To 16 Cores (8 Performance + 8 Efficiency Cores) And 24 Threads. • Clock Speeds: • Base Clock: Typically 2.5 Ghz To 3.8 Ghz. • Turbo Boost: Up To 5.4 Ghz (newer Generations Like Core I7-13700k). • Dynamically Manages Workloads Between Performance Cores (p-cores) And Efficiency Cores (e-cores). Content Creation & Productivity • Video Editing & 3d Rendering: • Handles 4k Video Editing In Premiere Pro, Davinci Resolve, Blender, Etc. • Streaming & Multitasking: • Stream + Record At The Same Time Without Fps Drops. • Supports Hardware-accelerated Encoding (h.265, Av1, Etc.) For Smoother Streaming. • Office & Productivity Work: • Great For Programming, Spreadsheets, Cad, And Simulations. Security & Reliability • Hardware-based Security Features: • Enterprise-grade Stability: • Reliable For Business And Workstation Environments. Workstations & Professional Use Graphics: Nvidia® Geforce Rtx™ 3050 4gb Gddr6 Laptop Gpu Display: 15.6" Fhd (1920*1080), 144hz Ips-level 1t Nvme Pcie Ssd Gen4x4 Ddr4 16gb 9. Unit 16 Mid Range Desktop Computer (branded And Brand New Set) Processor: Core I5 (2.5ghz Or Higher) Memory:8gb Ddr4 Sdram Storage:1tb + 256gb Ssd Display 21.5” Fhd Ips Os: Win 11 Graphics Card: Gt 730 2gb Or Gt 1030 2gb Software: Office H&s Accessories: Usb Keyboard & Mouse 10. Unit 2 Custom Built High End Desktop Computer (branded And Brand New Set) Operating System: Windows 11 Processing Power & Multitasking • 6 Cores, 12 Threads (via Hyper-threading) • Enables Smooth Multitasking And Faster Processing Of Multi-threaded Applications. • Clock Speeds: • Base Clock: Typically 2.6 Ghz – 3.8 Ghz (varies By Generation). • Turbo Boost: Up To 4.8 Ghz – 5.0 Ghz In Newer Models. • Performance Optimization: • Great For Productivity Applications, Programming, And Software Development. • Efficient At Handling Virtual Machines And Multitasking Workloads. Content Creation & Productivity • Photo & Video Editing: • Faster Rendering In Adobe Premiere Pro, Davinci Resolve, And Photoshop. • 3d Modeling & Cad Software: • Handles Programs Like Autocad, Blender, And Solidworks With Ease. • Streaming & Recording: • Capable Of Streaming With Minimal Performance Drops. Security & Reliability • Enhances Security For Virtual Machines And Sandboxing Applications. • Protects Against Malware And Exploits. Software Development & Programming Streaming & Multitasking Business Workstations & Productivity Tasks Power Supply: 450w Process Speed: 2.1 Ghz Turbo 5.3 Ghz Memory Standard: 8gb, Maximum Of 32 Gb Ddr4 Sdram Internal Memory: 256gb Ssd + 1 Tb 7200 Rpm Sata Screen: 23.8" Resolution: 1920 X 1080 @ 100hz Non-built In Graphics Card: 8gb Gtx 1050 11. Unit 1 Server Hard Disk Drive Device Type: Hard Drive - Hot-swap Capacity: 1.2tb Form Factor: 2.5" Interface: Sas Drive Transfer Rate: 1.2 Gbps (external) Spindle Speed: 10,000 Rpm Compatible Bay: 2.5" 12. Unit 6 Mouse And Keyboard Keycaps: A-shape, Round Edge Hotkeys: 12 Fn Multimedia Hotkeys Character: Laser Engraving Adjustable Keyboard Legs: Yes Dimension: 450 X 150 X 25 Mm Cable Length: 150 Cm Port: Usb Mouse:op-720 13. Unit 3 Tablet Network: Gsm/hspa/lte/5g Dimension: 254.3 X 165.8 X 6.5mm (10.01 X 6.53 X 0.26 In) Sim: Nano-sim, Esim Resolution Display: 1440 X 2304 Pixels, 16:10 Ratio (~249 Ppi Density) Cpu: Octa-core (4x2.4 Ghz Cortex-a78 & 4x2.0 Ghz Cortex-a55 Gpu: Mali-g68 Mp5 Memory Card Slot: Microsdxc (dedicated Slot) Memory Internal: 128gb 6gb Ram Main Camera: 8mp (wide), Video: 4k@40fps, 1080@30fps Selfie Camera: 12mp (ultrawide) Wlan: Wi-fi 802.11 A/b/g/n/ac/6, Dual Band, W-fi Direct Bluetooth: 5.3, A2dp, Le Positioning: Gps, Galileo, Glonass, Bds, Qzss Usb: Type-c 2.0, Magnetic Connector Battery: Li-po 8000mah, Non-removable Lot 2 1. Unit 1 Mid-ranged Printer With Scanner Wired / Wireless Network Connectivity Inkjet Printer - A4 Print Speed Up To 28 Ipm (black)/ 28 Ipm (colour) Wifi, Airprint, Mopria, Wifi Direct, Lan, Nfc Connectivity, Usb 2.0 Auto 2-sided (duplex) Printing, 50 Sheets Auto-document Feeder (adf), 3.5” Colour Lcd Touchscreen Full Ink Cartridge Included. Yield Up To 550/550 Pages ( Black/ Color)* 1 Year Or 300,000 Pages Whichever Comes First 2. Unit 22 Printer With Scanner Printer Type: Print, Scan, Copy, Fax With Adf Printer Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Maximum Resolution: 5760 X 1440 Dpi Print Speed: Photo Default - 10 X 15 Cm/4x6 Approx. 69 Sec Per Photo (border) 90 Sec Per Photo (borderless)*2, Draft, A4 (black/colour): Up To 33 Ppm/15 Ipm*2 Iso 24734, A4 Simplex (black/colour): Up To 10 Ipm/5.0 Ipm*2" 3. Unit 1 High-end Impact Dot Matrix Printer (branded): Print Method: Impact Dot Matrix Control Panel: 6 Switches And 10 Leds Print Direction: Bi-direction Control Code: Esc/p2, Ibm Ppds Number Of Pins: 24 Print Speed: Up To 487 Cms (10 Cpi) Input Data Buffer: 128kb Mean Time Between Failure (mtbf): 25,000 Power On Hours (poh) (25% Duty) 4. Unit 1 Mid-range Dot Matrix Printer (branded): Print Method: Impact Dot Matrix Control Panel: 4 Switches And 5 Leds Print Direction: Bi-direction With Logic Seeking Number Of Pins In Head: 9 Pins Control Code: Esc/p And Ibm Ppds Emulation Number Of Pins: 9 Print Speed: High Speed Draft: (10/12/15 Cpi): 347/347/390 Cps Draft: (10/12/15 Cpi): 260/312/223 Cps, (condensed, 17/20 Cpi): 222/260 Cps (emphasized, 10 Cpi) 130 Cps 5. Unit 1 Label Printer Tape Width: 12 - 36mm Tape Type: Lk Tape Cartridges Printing: Cutter Type: Full Xut, Half Cut, Corner Cut Printing Technology: Thermal Transfer Printing Resolution: 360 Dpi/384 Dot Memory: Files (built-in Memory: Pc/app Dependent Text Data: Printable Lines: Pc/app Dependent Interface: Usb, Wi-fi,lan 6. Unit 4 Heavy Duty Printer Printing Technology: Precision Core Printhead Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) Print Direction: Bi-directional Printing Maximum Resolution: 4800 X 1200 Dpi Minimum Ink Droplet Volume: 3.3 Pl Print Speed: Draft Text - Memo, A4 (black/colour*2): Up To 30 Ppm/20ppm Photo: A4*2 (border/borderless): Approx. 156 Sec/210 Sec Photo: A3*2: (border/borderless): Approx. 270 Sec/ - Paper Feed Method: Rear Feed Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper Output Capacity: 100 Sheets Of A4 Plain Paper Support Paper Size: A3+,a3,a4,a5,a6,b4,b5,b6,letter,legal,indian-legal, 100 X 148mm,3.5 X 5",4 X 6" Interface: Usb 2.0 Network: Wi-fi Ieee 802.11/b/g/n, Wi-fi Direct 7. Unit 1 Id Printer Print Speed: 200 Interface: Usb 2.0 Resolution Tvl: 300 X 256 Dpi Print Method: Dye-sublimation Thermal Transfer Digital Memory: 128 Mb Physical Dimension: 391.1 X 175.2 X 223.5mm (with Free Cleaning Kit) (with Service Center And Technical Support In Palawan) 8. Unit 1 Flatbed Scanner With Adf Scanner Type: A4 Flatbed Colour Image Scanner Sensor Type: 4-line Colour Ccd Light Source: White Led Optical Resolution: 1,200 Dpi X 1,200 Dpi Output Resolution: 50 Dpi - 4,800 Dpi (1 Dpi Increments), 7,200 Dpi And 9,600 Dpi Scanner Bit Depth (colour): 48-bit Input, 24-bit Output Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Max Document Size: 216 X 297 Mm Output File Formats: Jpeg, Tiff, Multi-tiff, Pdf, Bmp Document Capture Pro (win): Jpeg, Bmp, Pdf, Searchable Pdf, Tiff, Multi-tiff, Png, Docx, Xlsx, Pptx 9. Unit 1 Portable Scanner Scanner Type: Mobile Scanner Optical Resolution (adf): 600 Dpi X 600 Dpi Horizontal X Vertical) Optical Resolution: 1.200 Dpi X 1.200 Dpi (horizontal X Vertical) Paper Formats: A4, A5, A6, Letter, Plastic Cards, Business Cards, B5, B6, Postcard, Legal, C4, C5, C6 Scan Speed: Monochrome: 25 Pages/min - Color: 25 Pages/min Measured With Size: A4, Resolution: 200 / 300 Dpi Monochrome: 50 Image/min - Color: 50 Image/min Measured With Size: A4, Resolution: 200 / 300 Dpi Paper Setting Capacity: 20 Sheets Duplex Scan: Yes Output Formats: Bmp, Jpeg, Tiff, Multi-tiff, Pdf, Searchable Pdf, Jpeg(colour/greyscale), Pdf(colour/greyscale) Scanning Volume: 500 Pages Per Day Interface: Usb 3.2 Gen 1x1" 10. Unit 1 High-end Scanner Scanner Type: Adf (automatic Document Feeder) / Manual Feed, Duplex Scanning Speed: A4 Portriat : Auto Mode: Simplex / Duplex: 40 Ppm Normal Mode: Simplex / Duplex 40 Ppm (color / Grayscale: 150 Dpi, Monochrome: 300 Dpi) Better Mode: Simplex / Duplex: 40 Ppm (color / Grayscale ; 200 Dpi, Monochrome: 400 Dpi Scanning Mode: Color, Grayscale, Monochrome, Automatic (color/grayscale/monochrome*4 Detection) Image Sensor: Cis X 2 (front X 1, Back X 1) Document Size: A4 11. Unit 1 Heavy Duty Photocopier System Speed: Up To 20 Ppm System Memory: 256 Mb Print Resolution: 600 X 600 Dpi Scan Resolution: 600 X 600 Dpi Warp-up Time: Less Than 15 Sec. Printable Paper Size: A3 Printable Paper Weight: 64-157 Gsm Paper Input Capacity: 250 Sheets Toner: Tn118 Drum: Dr114 Developer: Dv110 12. Unit 15 Print Head Epson All-in-one Original Epson Printhead L3100 L220 L120 L5190 L3150 L5290 L4150 L6170 L5196 L3100 L3110 L3150 L5290 L3250 L5190 L5196 L110 / L130 / L380 / L3110 / L111 / L120 / L210 / L220 / L211 / L301 L551/310 L358 Print Head Print Head Epson Epson Print Head Lot 3 1. Unit 1 Soundcard & Mic Condenser Complete Set Premium Suit Sound Card, For Live Stream And Recording With Condenser Microphone Complete Set - Wired Audio Compatibility Camera, Mobile, Motor, Others, Pc & Laptop Microphone Type Condenser Microphone Microphone Connectivity Wired Microphone Accessory Type Stand Dimension (l X W X H) 44*22*15 " Camera Accessories 2. Unit 2 Stabilizer - Lightweight Design, Supports A7 + 24-70mm F2.8 Gm, Bluetooth Shutter Control, 3rd-gen Rs Stabilization Algorithm, Native Vertical Shooting, 1.4" Full-color Touchscreen 3. Unit 2 Lens - Image Stabilisation Of Up To 6 Stops 0.41x Magnification Compatible With Extender Rf1.4x & Rf2x -- Reach Up To 800mm 4. Unit 1 Tripod - 11 Lb Capacity Video Head Sliding Balance Plate, 34.4 To 72.6" Height Range Continuous Pan Drag/fixed Tilt Drag 2 X Retracting Locating Pins On Plate 60mm Leveling Ball 5. Unit 1 Monopod - 8.8 Lb Payload / 2-step Counterbalance 60mm Flat Base With 3/8"-16 Thread 26 To 68.5" Height Range Locking/folding Leg Base 6. Unit 4 Mic - Isolation Mount System Ultra-compact And Lightweight – Just 39g 7. Unit 1 Wireless Headset Intercom System - 150hz-7khz Wideband Frequency Response For Clear Audiotrue Wireless Headset, 168g Lightweight, 1000' 2-way Operating Range, Dect 6.0 For Stability And Security Instant Pairing 8. Unit 1 Wireless Video Transmitter And Receiver Hdmi Sdi 4k30/1080p60 1300ft Los Range 50ms Latency Up To 4 Receiver, Auto Dual-band Hopping (adh), Smart Channel Scan, Live Stream (1tx+1rx) 9. Unit 1 Wireless Lavalier Mic - Up To 60meters Of Wireless Transmission. Built-in Lithium-ion Battery Voltage/ Capacity:3.7v/1800mah. Charging Time:approx.3 Hours. Charging Connector:usb-c Port. Up To 60meters Of Wireless Transmission, Times For Charging Microphone Weight:1.2 Times (2*tx+1*rx) Dimensions:180.5g. Operating Temperature:163x81x33mm. Storage Temperature:-10°c To +50°c. Camera Mirrorless 10. Unit 1 24.2mp Aps Cmos Sensor, Iso: 100-12,800, Fully Articulated Screen, With 18-45mm Kitlens 11. Unit 1 24.2mp Aps-c Type (23.5 X 15.6 Mm), Exmor® Cmos Sensor 12. Unit 1 Handycam Uhd 4k 24/30p & 16.6mp Stills, Built-in Gimbal, Optical Stabilization 1/2.5"exmor R Low-light Cmos Sensor 20x Optical Zoom & 40x Clear Image Zoom 26.8mm Zeiss Vario-sonnar T* Zoom Lens 3"lcd Touchscreen 13. Unit 1 Drone (combo) 4k60fps Hdr, Omnidirectional Obstacle Sensing, 20km Transmission, Active Track 360, 1080p/60fps Fhd Live Feed, Advanced Rth Note: There Shall Be No Partial Delivery In All Lots Additional Requirement To All Bidders: 1. Suppliers Should Not Have Any Pending Deliveries In This Local Government Unit Similar To The Items Being Procured. Additional Requirements To The Winning Bidders: 1. All Items Must Be Replaced If Found Defective Or Damage Within 7 Days Upon Delivery. 2. All Items Must Be Authentic And Produced By Reputable Companies. 3. With Service Center In Puerto Princesa City Or With Memorandum Of Understanding (mou) For A Partner Service Center 4. One (1) Year Warranty On Parts And Services. 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project.
Closing Date9 Jun 2025
Tender AmountPHP 4.2 Million (USD 76.5 K)
FEDERAL ACQUISITION SERVICE USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: 04/11/25: Reminder: The Alliant 3 Rfp, 47qtcb24r0009, Proposal Submission Is Due Today At 4 Pm Et. Please Ensure Your Proposals Are Up-to-date With The Latest Sf30 Information, Which Acknowledges Amendment 12. In Addition, Please Ensure Your Proposals Are In A “submitted” Status In Symphony.
+++++++++++++++++++
3/12/25: Amendment A0012 Is Issued To The Alliant 3 Conformed Request For Proposal (rfp), 47qtcb24r0009 To:
extend The Alliant 3 Proposal Due Date From 3/31/2025 To 4/11/2025
include Other Transactional Agreements (otas) And Task Orders Placed Under Basic Ordering Agreements (boas) As Acceptable Contract Types In L.5.2.1, Relevant Experience Projects.
provide Additional Clarification On The Timeliness Regarding Systems, Certifications, And Clearances Found In Section L.5.4.6 Through L.5.4.9.
please See The Updated Alliant 3 Rfp For Updates:
alliant 3 Rfp A0012 - Version 12
sf30 Amend 0012 Alliant 3
+++++++++++++++++++
3/5/25: Amendment A0011 Is Issued To The Alliant 3 Conformed Request For Proposal (rfp), 47qtcb24r0009 To:
(1) Extend The Alliant 3 Proposal Due Date From 3/6/2025 To 3/31/2025.
(2) Include Far Clause 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities.
please See The Following Alliant 3 Rfp Attachments For Updates:
alliant 3 Rfp A0011 - Version 11
sf30 Amend 0011 Alliant 3
+++++++++++++++++++
2/19/25: Amendment A0010 Is Issued To The Alliant 3 Conformed Request For Proposal (rfp), 47qtcb24r0009 To: (1) Remove From Section L.4.1 Proposal Format, Table 22, Row L.5.7.1, Public Disclosure Of Greenhouse Gas Emission And Reduction Goals - Attestation, 2) Allow The Use Of Cta Member’s Company Name And Uei In Place Of The Offeror Name And Uei On Attachment J.p-2, A3 Primary Naics Code Relevant Experience Project Template And J.p-3, A3 Emerging Technology Relevant Experience Project Template For Federal Projects (rfp Section L.5.3.2.1, L.5.2.4.2), 3) Update Far Clauses Located In Section K, Representation And Certifications, To Be Automatically Updated In Symphony With No Changes Required From The Offeror.
please See The Following Alliant 3 Rfp Attachments For Updates:
alliant 3 Rfp A0010 - Version 10
sf30 Amend 0010 Alliant 3
the Alliant 3 Proposal Due Date Is Changed To March 6, 2025.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
2/11/25: Amendment A0009 Is Issued To The Alliant 3 Conformed Request For Proposal (rfp), 47qtcb24r0009 To Comply With Executive Order 14154, Unleashing American Energy (january 20, 2025) And Executive Order 14148, Initial Rescissions Of Harmful Executive Orders And Actions (january 20, 2025). The Following Areas Are Removed From The Alliant 3 Rfp Solicitation, And Symphony Will Be Automatically Updated To Reflect The Changes. No Action Is Required From The Offeror As A Result Of The Amendment.
alliant 3 (a3) Greenhouse Gas (ghg) Evaluation Points Regarding Sustainability Related Disclosures.
a3 Statement Of Work Requirements For Energy, Sustainability, And Environmental Management It Services.
a3 Annual Report Of Environmental Objectives And Requirements.
a3 Requirement For Contractors To Provide Climate Risk Management Plans.
j.p-15 A3 Climate Change Risk Management Plan Criteria (no Longer Required)
please See The Following Alliant 3 Rfp Attachments For Updates:
alliant 3 Rfp A0009 - Version 9
sf30 Amend 0009 Alliant 3
j.p-16 Self-scoring Worksheet V.5
the Alliant 3 Proposal Due Date Remains February 24, 2025.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
2/7/25: Suspending Enforcement Of Contractual Greenhouse Gas And/or Climate Risk Requirements In Existing Solicitations.
the General Services Administration (gsa) Is Taking Action To Reduce Burden On Offerors On All Requirements Related To “climate-related Risk Management And/or Greenhouse Gas (ghg) Emissions Inventory And/or Reduction Target Disclosure Requirements”. This Is In Accordance With Executive Order 14154, Unleashing American Energy (january 20, 2025) And Executive Order 14148, Initial Rescissions Of Harmful Executive Orders And Actions (january 20, 2025).
gsa Intends To Take Immediate Action To Begin The Removal Of:
alliant 3 (a3) Greenhouse Gas (ghg) Evaluation Points Regarding Sustainability Related Disclosures.
a3 Statement Of Work Requirements For Energy, Sustainability, And Environmental Management It Services.
a3 Annual Report Of Environmental Objectives And Requirements.
a3 Requirement For Contractors To Provide Climate Risk Management Plans.
this Is A Short Term Solution Until The Alliant 3 Solicitation Is Amended. We Appreciate Your Continued Cooperation And Support.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
1/28/25: Amendment A0008 Is Issued To The Alliant 3 Conformed Request For Proposal (rfp), 47qtcb24r0009 To: (1) Remove The Meaningful Relationship Commitment Letter (mrcl) Project Requirement (rfp Section L.5.1.5(f)(5)); (2) Include The Requirement To Designate A Parent-company Corporate Official Empowered To Resolve Operational And Consensus Issues Between The Entity Claiming The Mrcl, And Its Affiliate, Division Or Subsidiary With Which It Claims A Mrcl (rfp Section L.5.1.5(f)(5)); (3) Update The Previously Performed Project Requirement For Sbsubk Sbctas To Claim Organizational Risk Assessment Points (l.5.6(b)).
the Alliant 3 Proposal Due Date Is February 24, 2025. For Any Technical Support Related To Symphony, Please Visit The Alliant 3 Symphony Helpdesk Articles At Https://apexlogic.freshdesk.com/support/solutions/35000149135 Or Contact The Apex Logic Helpdesk At Client.support@apexlogic.com.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
1/23/25: Amendment A0007 Is Issued To The Alliant 3 Conformed Request For Proposal (rfp), 47qtcb24r0009 To: (1) Update The Verification Of Emerging Technology Relevant Experience Projects Performed As A Subcontractor Or Under A Previous/existing Contractor Teaming Arrangement (cta) For Federal Or Commercial Projects (rfp Section L.5.2.4.2(d) And (e)); (2) Update The Verification Of Primary Naics Code Relevant Experience Submission For Federal Government Contracts (rfp Section L.5.2.3.1); (3) Provide Clarity On The Definition Of A Meaningful Relationship Commitment Letter Project (rfp Section L.5.1.5(f)(5)); (4) For Federal Contracts Only, Authorize The Partial Redaction Of The Attestation Statement Of Cognizant Contracting Officers And Government Officials On Attachment J.p-3 (rfp Section L.5.2.4.2); (5) Permit Offerors To Password Protect The Gsa Form 527 And Additional Financial Documents In Order To Provide Offerors With Cta Members The Option Of Submitting Financial Resources Documentation Required For Acceptability Without Disclosing Sensitive Financial Information To Other Cta Members (rfp Section L.5.5.1). Offerors Remain Responsible For Determining The Responsibility Of Their Cta Members.
if Your Organization Has Already Submitted The Gsa Form 527 Via Symphony, No Action Is Required. If Your Organization Chooses To Submit Gsa Form 527 In A Password Protected Format, The Amended Attachment J.p-10, A3 Gsa Form 527 Contractor Qualification And Financial Information V.4 Must Be Utilized, As The Previous Version Did Not Allow For Password Protection. Note: For The J.p-10 Attachment, Either V.3 (nonpassword Protected) Or V.4 (password Protected) Is Acceptable For Submission Depending On Your Password Protection Preference.
offerors Submitting A Password Protected Gsa Form 527 And Associated Financial Documents Must Email Their Passwords To: A3pswd@gsa.gov, Prior To The Proposal Due Date And Time. The Resubmission Or Correction Of A Password(s) Will Not Be Permitted After The Proposal Due Date And Time. The Email Shall Include The Following Information:
offering Entity Name:
offering Entity Uei:
cta Member Name:
cta Member Uei:
gsa Form 527 Or Associated Document(s) File Name:
password:
in Addition, Government Response Gr4-395 Is Amended To Clarify Ora Point Eligibility When A Cta Performed A Primary Naics Code Relevant Experience Project With A Subcontractor.
amended Response:
yes. Cta Members Who Worked Together Exclusively On The Primary Naics Code Relevant Experience Project Are Eligible For Organizational Risk Assessment Points, Regardless Of Whether A Cta Member Used Subcontractors.
please See The Following Attachments For Updates To The Alliant 3 Rfp:
alliant 3 Rfp A0007 - Version 7
sf30 Amend 0007 Alliant 3
j.p-10 A3 Gsa Form 527 Contractors Qualifications And Financial Information V.4
the Alliant 3 Proposal Due Date Is Changed To February 22, 2025. For Any Technical Support Related To Symphony, Please Visit The Alliant 3 Symphony Helpdesk Articles At Https://apexlogic.freshdesk.com/support/solutions/35000149135 Or Contact The Apex Logic Helpdesk At Client.support@apexlogic.com.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
12/18/24: The Alliant 3 Team Is Pleased To Provide A Pre-recorded, Pre-proposal Conference For The Alliant 3 (a3) Request For Proposal (rfp), 47qtcb24r0009. The A3 Pre-proposal Conference Is Issued As A Series Of Videos Focusing On Specific Areas Of The Rfp. We Encourage All Offerors To View All Of The Videos And Hope The Series Partitioning Improves Your Experience. Please See Below For A Listing Of The A3 Pre-proposal Conference Video Series, Available Through Attachment Alliant 3 Pre-proposal Conference.
alliant 3 Overview
small Business Offeror Types
small Business Subcontracting Plan
c-scrm
pricing
vets 4212 Federal Contracting Reporting
mrcl, Ora, Ghg, Series Close
proposals Are Due February 3, 2025 Via Symphony. As A Reminder, The Current Version Of The Conformed Alliant 3 Rfp And Associated Attachments Always Supersede Previous Versions Issued On Sam.gov. Please See Below For The Current Version Of The Solicitation Documents.
alliant 3 Rfp A006 - Version 6
j.p-1 A3 Contractor Teaming Arrangement (cta) Template
j.p-2 A3 Primary Naics Code Relevant Experience Project Template
j.p-3 A3 Emerging Technology Relevant Experience Project Template
j.p-4 A3 Subcontractor Experience Project Template
j.p-5 A3 Small Business Engagement Template
j.p-6 A3 Past Performance Rating Template
j.p-7 A3 Federal Contract Fpds Crosswalk Sample V2
j.p-8 A3 Price Template V.2
j.p-9 A3 Model Individual Subcontracting Plan Template V.3
j.p-10 A3 Gsa Form 527 Contractor Qualification And Financial Information V.3
j.p-11 A3 Contractor C-scrm Responsibility Questionnaire V.2
j.p-12 A3 C-scrm References V.2
j.p-13 A3 C-scrm Plan Template V.2
j.p-14 A3 C-scrm Control Selections
j.p-15 A3 Climate Change Risk Management Plan Criteria
j.p-16 A3 Self-scoring Worksheet V.4
j.p-17 A3 C-scrm Plan Preparation Guide
j.p-18 A3 Labor Rate Attestation V.2
thank You For Your Interest In The Alliant 3 Solicitation. Best Of Luck To All Offerors.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
12/09/24: Amendment (a0006) Is Issued To The Alliant 3 Conformed Request For Proposal (rfp), 47qtcb24r0009, Version 6 To Update Section L.5.7.1, From Public Disclosure Of Scope 1 Or 2 Or 3 Greenhouse Gas (ghg) Emissions To Public Disclosure Of Greenhouse Gas Emissions And Reduction - Attestation. Offerors Are Required To Provide A Signed Attestation Of Public Disclosure Of Ghg Emission And Reduction Goals, As Delineated In Section L.5.7.1, To Receive The Maximum 1,750 Points For This Scoring Element. The Proposal Due Date Of February 3, 2025 Remains Unchanged. The Following Attachments Are Included With This Amendment:
alliant 3 Rfp A0006 - Version 6
sf30 Amend 0006 Alliant 3
attachment J.p-16 A3 Self-scoring Worksheet V.4
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
11/26/24: Amendment (a0005) Is Issued To The Alliant 3 Conformed Request For Proposal (rfp), 47qtcb24r0009, Version 5 To Update Section L.1, Table 21, Provision Incorporated By Reference, Far Provision 52.204-7, System For Award Management (nov 2024). In Addition, A New Version Of The Gsa Form 527 Is Provided With An Updated Effective Date And Expiration Date. The Attachment Is Titled J.p-10 A3 Gsa Form 527 Contractor Qualification And Financial Information V.3. The Updated Version Of The Conformed Rfp Supersedes Any Previous Versions Issued By Gsa. Offerors Are Required To Use The Most Recent Version Of All Rfp Attachments. The Attachments Included In This Amendment Are As Follows:
alliant 3 Rfp A0005 - Version 5
sf30 Amend 0005 Alliant 3
j.p-10 A3 Gsa Form 527 Contractor Qualification And Financial Information V.3
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
11/22/24: Amendment (a0004) Is Issued To The Alliant 3 Conformed Request For Proposal (rfp), 47qtcb24r0009, Version 4 To Align Section L.4.1, Proposal Format Table, L.5.2.4.2 With Government Response Gr4-262, To Allow A Set Of Task Orders Or Bpa Calls That Are Combined For Primary Naics Relevant Experience Projects To Be Submitted Separately And Used As Individual Emerging Technology Relevant Experience Projects. The Proposal Due Date Is Changed To February 3, 2025, 4 Pm, Eastern Time (et), To Support The Offeror In Submitting Additional Attachment J.p-3, Emerging Technology Relevant Experience Project Templates. The Alliant 3 Team Will Issue The Pre-recorded, Pre-proposal Conference In Early December To Support All Interested Parties. The Final Attachments Are Included With This Amendment:
alliant 3 Rfp V.4 A004
sf30 Amend 0004 Alliant 3
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
11/08/24: Thank You For Your Interest In The Alliant 3 Gwac Solicitation. The Alliant 3 Gwac Team Is Pleased To Provide The Final Set Of Government Responses (gr Set 04) And Corresponding Amendment (a0003). In Some Cases, The Questions Were Slightly Modified To Answer A Host Of Similar Questions Or Comments. The Alliant 3 Conformed Request For Proposal (rfp), 47qtcb24r0009, Version 3 Takes Precedence Over Any Previous Rfp Versions Issued To The Public Via The Government Point Of Entry Sam.gov. The Following Attachments Are Included In This Final Release, Which Concludes The Government Response Period:
alliant 3 Rfp V.3 A0003
sf30 Amend 0003 Alliant 3
a3 Gr Set 04_11.08.24
j.p-7 A3 Federal Contract Fpds Crosswalk Sample V.2
j.p-16 A3 Self-scoring Worksheet V.3
the Alliant 3 Gwac Team Will Provide A Pre-recorded, Pre-proposal Conference In November To Support All Interested Parties. All Proposals Are Due No Later Than January 10, 2025, 4:00 Pm. Eastern Time (et).
the Following Url Provides Access To Symphony And A User Instructional Video: Https://offerorsupport.apexlogic.com/support/solutions/articles/35000247183-alliant-3-faq-training-video
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
10/25/24: The Government Response Period Is Extended To November 8, 2024 To Respond To The Remaining Questions Received At The End Of The Question Period (august 2, 2024). Offerors Are Advised To Review All Government Responses To Questions. In Some Cases, The Questions Were Slightly Modified To Answer A Host Of Similar Questions Or Comments. The Third Set Of Government Responses To The Alliant 3 Gwac Solicitation, 47qtcb24r0009, Is Attached Using A3 Gr Set 03_10.25.24.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
09/27/24: Alliant 3 Request For Proposal (rfp), Government Response 02 Is Released To Provide The Questions And Comments That Are Associated With Amendment 0002.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
09/19/24: Amendment 0002 Is Released For The Alliant 3 Request For Proposal (rfp), 47qtcb24r0009. The Following Attachments Are Amended Based On Feedback Received From Industry:
j.p-8, A3 Price Template V.2
j.p-9, A3 Model Individual Subcontracting Plan Template V.3
j.p-11, A3 Contractor C-scrm Responsibility Questionnaire V.2
j.p-16, A3 Self-scoring Worksheet V.2
j.p-18, A3 Labor Rate Attestation V.2
corresponding Industry Questions And Comments Associated With Amendment 0002 Will Be Released Next Week. Please Be Informed, The Labor Rate Attestation V.2 (j.p-18) Is Required From All Offerors. The Sf-30 Form For Amendment 0002 Contains A Listing Of All Changes To The Rfp, File Name Alliant 3 Rfp V.2 A0002.
cognizant Federal Agency (cfa) Will Be Scored Equally To Dcma/dcaa For Accounting System And Audit Information (6,000 Points), Approved Purchasing System (1,500 Points), And Acceptable Estimating System (200 Points). There Is No Change To The Scoring For Certified Public Accountant (cpa). See Alliant 3 Rfp Section M.6 And Attachment J.p-16 For Changes To The Score.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
update: 08/23/24:thank You For Submitting Your Questions And Comments For The Alliant 3 Gwac Solicitation, 47qtcb24r0009. The Alliant 3 Team Has Reviewed All Of The Submissions And Plans To Provide Government Responses And Amendments As Needed From Now Until October 25, 2024.
the Proposal Submission Date Is Now Changed From October 28, 2024 To January 10, 2025. This Extension Comes In Response To Requests From Our Industry Partners, And It Reflects Our Commitment To Providing Maximum Clarity To Our Stakeholders. By Allowing Additional Time, We Aim To Ensure That The Proposals We Receive Are Of The Highest Possible Quality And Will Drive The Most Meaningful Mission Outcomes For Our Agency Customers.
the Alliant 3 Schedule Adjustment Is Considered A Strategic Movement Forward, Starting With The First Set Of Government Responses Issued As Attachment A3 Gr Set 01_08.23.24. Additionally, The Government Plans To Issue A Pre-recorded, Pre-proposal Conference For Alliant 3 On Or Around November 08, 2024.
we Thank You Again For Your Submissions And Encourage You To Enroll In The Alliant 3 Community Of Interest Page On Gsa Interact To Stay Apprised Of The Latest Information And Receive Notifications.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
update 7/16/24: The Question Submission Date For Alliant 3 Is Changed From July 26, 2024 To August 2, 2024 At 4:00pm Et. Please Continue To Submit Your Questions Regarding The Alliant 3 Solicitation Using The Google Form Located At Https://forms.gle/y6exexmrqnqsmjm97.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
update 7/10/24: Alliant 3 Intends To Issue A Pre-recorded Preproposal Conference After Questions Are Received (july 26, 2024) From Potential Offerors.
alliant 3 Gwac, Request For Proposal,47qtcb24r0009, Amendment 0001 Dated 7/10/24 Is Issued To Correct Technical Issues And Update Attachments J.p-9, J.p-10, J.p-12, And J.p-13. New Versions Have Been Updated With A V.2 In The File Name And Uploaded To Sam.gov For Use In Final Proposal Submission. These Versions Of The Files Must Beincluded In The Final Proposal Submission. The Proposal Due Date Has Not Been Extended As A Result Of This Amendment.
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
the General Services Administration (gsa) Is Pleased To Release The Alliant 3 Governmentwide Acquisition Contract (gwac) Request For Proposals (rfp), 47qtcb24r0009. This Solicitation Is The Only Source Of Official Information About This Procurement.
the Alliant 3 Rfp Consists Of The Following:
alliant 3 Rfp
sf33
contract Attachments
j.p-1 A3 Contractor Teaming Arrangement (cta) Template
j.p-2 A3 Primary Naics Code Relevant Experience Project Template
j.p-3 A3 Emerging Technology Relevant Experience Project Template
j.p-4 A3 Subcontractor Experience Project Template
j.p-5 A3 Small Business Engagement Template
j.p-6 A3 Past Performance Rating Template
j.p-7 A3 Federal Contract Fpds Crosswalk Sample
j.p-8 A3 Price Template
j.p-9 A3 Model Individual Subcontracting Plan
j.p-10 A3 Gsa Form 527 Contractor Qualification And Financial Information
j.p-11 A3 Contractor C-scrm Responsibility Questionnaire
j.p-12 A3 C-scrm References
j.p-13 A3 C-scrm Plan Template
j.p-14 A3 C-scrm Control Selections
j.p-15 A3 Climate Risk Management Plan Criteria
j.p-16 A3 Self-scoring Worksheet
j.p-17 A3 C-scrm Plan Preparation Guide
j.p-18 A3 Labor Rate Attestation
an Optional Pre-proposal Conference Will Be Recorded And Released Online To Provide An Overview Of The Alliant 3 Rfp. This Conference Will Not Introduce New Information. Details On Accessing The Recording Will Be Provided Through This Announcement In The Coming Days.
the Alliant 3 Submission Portal Is Open For Registration At Http://idiq.gsa.gov/. Industry Is Instructed To Review The Solicitation Requirements On Sam.gov And View The Upcoming Pre-proposal Conference.
the Alliant 3 Procuring Contracting Officer Is The Sole Point Of Contact For All Questions Under This Solicitation. Industry Is Welcome To Submit Questions Utilizing The Google Form Located At Https://forms.gle/y6exexmrqnqsmjm97.
offerors Must Submit All Questions Regarding The Solicitation Via The Google Form No Later Than July 26, 2024 @ 4:00p.m. Et. Questions Not Submitted Via The Google Form Will Not Be Answered. Gsa Reserves The Right To Publicly Discuss And Publish, Or Simply Consider Questions And Comments Regarding The Rfp. The Government’s Response To Questions Will Be Made Available To All Potential Offerors Via Sam.gov With An Estimated Response Date Of August 23, 2024.
the Proposal Submission Due Date Is October 28, 2024, 4:00p.m. Et. Any Proposals Not Submitted By This Date And Time Will Not Be Considered For Evaluation.
Closing Date11 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Page 2 Of 2
(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; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c26225q0549 Is Issued As A Request For Quotation (rfq) In Conjunction With Far -- Part 13 Simplified Acquisition Procedures And Constitutes The Only Solicitation. The Government Intends To Award A Single Firm-fixed Price (ffp) Award Blanket Purchase Agreement (bpa).
(iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular 2025-03, January 17, 2025.
(iv) This Solicitation Intends To Award A Contract Through Full And Open Competition To A Business Associated With Naics North American Industrial Classification System
Code 531210.
(v) See Attachment A Pricing Schedule For A List Of Line-item Numbers, Items, Quantities And Units Of Measure.
(vi) The Department Of Veterans Affairs (va), Veterans Integrated Service Network (visn) 22, Pathology And Laboratory Medicine Services Department Seeks To Make A Procurement For Maintenance, Service, And Support For Existing Data Innovations Instrument Manager Licenses For The Visn 22 Healthcare Systems Listed In Section Vii.
see Attachment B Performance Work Statement For A Listing Of Minimum Capabilities / Requirements And Other Requirements.
offeror Quotations Must Demonstrate Meeting The Salient Physical, Technical, Functional, Or Performance Characteristic Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per Far 52.211-6.
the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Maintenance, Service, And Support For Data Innovations Instrument Manager Licenses Services Being Requested.
blanket Purchase Agreement Administration Data
section A General Terms
a.1 Blanket Purchase Agreement Administration Data
bpa Administration: All Bpa Administration Matters Shall Be Handled By The Following Individuals:
offerer / Contractor:
[primary Contractor Contact]:
[company]:
[street Address]:
[city, State, Zip]:
[phone Number]:
[email Address]:
[duns Number]:
government: Samuel Han, Contracting Officer
Department Of Veterans Affairs
Network 22 Contracting Office
4811 Airport Plaza Drive Suite 600
Long Beach, Ca 90815
562-766-2314; Samuel.han@va.gov
offeror Remittance Address: All Payments By The Government To The Offeror Will Be Made In Accordance With:
[x] 52.232-34, Payment By Electronic Funds Transfer -
Other Than Central Offeror Registration, Or
[ ] 52.232-36, Payment By Third Party
invoices: Invoices Shall Be Submitted In Arrears:
quarterly []
semi-annually []
other [ X ] (monthly)
government Invoice Address: All Invoices From The Offeror Shall Be Submitted Electronically To: Https://us.tungsten-network.com/.
acknowledgment Of Amendments: The Offeror Acknowledges Receipt Of Amendments To The Solicitation Numbered And Dated As Follows:
amendment No
date
the Above Amendment Section Must Be Filled-out In The Event That An Amendment(s) Is Sent To The Offeror Or Posted To Https://sam.gov/ And Must Be Returned With The Rfq Package. Failure To Acknowledge Amendment(s) May Constitute The Rejection Of The Offer.
a.2 Description Of Agreement
intent: In The Spirit Of The Federal Acquisition Streamlining Act And Pursuant To Federal Acquisition Regulation (far) Part 12 And Far Part 13.303, The Department Of Veterans Affairs (va), Veterans Integrated Service Network (visn) 22 Establishes This Single Award Blanket Purchase Agreement (bpa) For Instrument Manager License Maintenance, Service, And Support Described Within This Solicitation. The Contractor Shall Make Available For Purchase All The Necessary Service Line-items Made Commercially Available By Contractor To Perform The Specified Functions For Visn 22 As Outlined Within This Bpa. In Addition, As Requirements Change, Facilities Within Visn 22 May Be Added Or Deleted By Supplemental Agreement Of The Government And The Contractor.
term Of Agreement: This Bpa Shall Be For A 5-year Base Period Which Will Be Reviewed, At Least, Annually In Accordance With (iaw) Far Part 13.303-6 To Ensure The Bpa Terms Are Met, To Assess Current Market Conditions And To Determine Price Reasonableness. Additional Discounts Maybe Requested By Visn 22 At Any Time. If The Contractor Fails To Perform In A Manner Satisfactory To The Contracting Officer (co), This Bpa May Be Canceled With A Thirty (30) Day Written Notice To The Contractor By The Co.
participating Facilities: The Following Facilities Currently Within Visn 22, And Future Facilities That Fall Under The Authority Of Visn 22, May Be Added Or Deleted To This Agreement With An Exercise Of A Supplemental Agreement Between The Government And The Contractor.
va Greater Los Angeles Healthcare System | 11301 Wilshire Blvd, Los Angeles, Ca 90073
va Loma Linda Healthcare System | 11201 Benton Street Loma Linda, Ca 92357
va San Diego Healthcare System | 3350 La Jolla Village Dr, San Diego, Ca 92161
va Long Beach Healthcare System | 5901 E. 7th Street, Long Beach, Ca 90822
va Phoenix Healthcare System | 650 E Indian School Rd, Phoenix, Az 85012
va Prescott Healthcare System | 500 North Hwy 89, Prescott, Az 86313
va Tucson Healthcare System | 3601 S 6th Ave, Tucson, Az 85723
va Albuquerque Healthcare System | 1501 San Pedro Dr Se, Albuquerque, Nm 87108
bpa Orders: This Bpa Is A Pricing Agreement And Does Not Obligate Any Funds. The Government Is Obligated Only To The Extent Of Authorized Bpa Task Orders (to) Issued Under The Bpa By Authorized Individuals. To S Shall Be Identified By The Bpa Number Tbd And To Number Tbd. To S May Include Option Years, If It Is Determined That Option Years Would Be In The Best Interest Of The Government. Any To S Issued During The Effective Term Of This Bpa Shall Be Completed By The Contractor Within The Time Specified In The To, Including All Option Years, Which May Extend Beyond The Bpa Term. All Products Ordered Under To S Shall Be Subject To The Terms And Conditions Of This Bpa. The Contractor Shall Accept The Price, Terms And Conditions Of An Issued To As Long As They Do Not Conflict With The Terms Set Forth In The Bpa.
ordering Method: All Orders Shall Be Placed Against Valid To S Signed By The Co. The Co Shall Designate Primary Facility Point-of-contacts (poc S), As Necessary, Which May Coordinate Delivery Quantities And Schedule Via Electronic Data Interchange (edi), Telephone, Facsimile, Email Or Other Written Communication, Identifying The Products By Number, Quantity, Purchase Price, Address For Delivery, And Any Special Instructions.
bpa Program Manager: The Contractor Shall Provide A Primary Bpa Program Manager Who Shall Be Responsible For The Performance Of The Work Under The Bpa. In Addition, The Program Manager Shall Act As The Main Focal Point Of Communication Between The Co And The Contractor. The Name Of This Person Shall Be Designated In Writing To The Co. The Program Manager Shall Have Full Authority To Act On Behalf Of The Contractor On All Contractual/bpa Matters Relating To Daily Operation Of The Bpa.
contact Name:
contact Title:
street Address:
city, State, Zip:
direct Phone No.:
alt. Phone No.:
fax No.:
email Address:
ordering Contact: The Contractor Shall List In The Spaces Below The Name(s) And Address(es) Of Customer Service Departments With Whom The Government Facilities Shall Place Orders:
contact Name:
contact Title:
street Address:
city, State, Zip:
direct Phone No.:
alt. Phone No.:
fax No.:
email Address:
contact Name:
contact Title:
street Address:
city, State, Zip:
direct Phone No.:
alt. Phone No.:
fax No.:
email Address:
delivery: The Contractor Shall Deliver All Supplies And Services Identified In The Schedule To The Locations Identified In Section A.2.3, Participating Facilities. The Delivery Location Is Subject To Change As Required By The Designated Authority Or Authorized Personnel At The Receiving Facility. The Primary Facility Poc Shall Be Required To Notify The Contractor When Delivery Locations Have Been Changed.
all Deliveries Shall Be Accompanied By A Delivery Ticket Or Sales Slip Which Shall Contain: Contractor Name, Bpa Number, To Number, Va Obligation Number, Date Of Order, Date Of Delivery, Itemized List Of Products Furnished, Including Product Description And Quantity Shipped.
all Deliveries Shall Be Made During Normal Working Hours From 8:00a.m. To 4:30p.m, Local Time Unless Specified Otherwise. Emergency Requests May Be Necessary On Rare Occasions And May Occur Outside Of Working Hours From 4:30 P.m. To 8:00 A.m. Under Emergency Occurrences, The Contractor Shall Deliver To The Government Site In The Most Expeditious Manner Possible. Without Additional Cost To The Government, Unless Expedited Shipping/delivery Is Approved By The Primary Facility Poc, Co Or Other Authorized Individual. The Contractor Shall Provide An Emergency Point Of Contact, If Different From The Standard Points Of Contacts.
no Product Substitutions Shall Be Made By Contractor Without Prior Approval Of The Treating Facilities Primary Point Of Contact. However, If Substitution Would Further Obligate The Government, The Contractor Shall Have Approval Of A Warranted Contracting Officer.
packaging: All Supplies Shall Be Adequately Packaged To Prevent Damage During Shipping, Handling And Storage. Bags Or Packages Shall Be Whole, Intact, And Not Otherwise Torn Or Damaged. Upon Delivery, The Government Shall Examine All Packages. The Contractor Shall Be Required To Replace Unacceptable Or Damaged Products At The Contractor S Expense.
invoicing And Payment Information: An Itemized Invoice Shall Be Submitted At Least Monthly Or Upon Expiration Of This Bpa, Whichever Occurs First, For All Deliveries Made During A Billing Period And For Which Payment Has Not Been Received. These Invoices Need Not Be Supported By Copies Of Delivery Tickets. Invoices Shall Be Submitted To Www.tungsten-network.com In Accordance With Far Part 52.232-34, Payment By Electronic Funds Transfer And Vaar Part 852.232-72.
the Following Information Shall Be Listed On All Invoices (failure To Comply May Result In Refusal Of An Invoice Resulting In Delayed Payment At The Fault Of The Contractor).
facility S Name And Address Where Service Was Provided
bpa Number (for Example: 36c26223a0001)
delivery/task Order Number (for Example: 36c26223n0001)
obligation Number (for Example: 600-c17001)
a Line Item Break Down Of Usage For Example:
line Item 1 Base Software With High Availability: 1 Ea At $100.00
line Item 2 Interface Connection With High Availability: 1 Ea At $200.00
include The Period Of Time That Is Being Invoiced For In The Invoice.
bpa Holder S Internal Contract Number (if Applicable)
include Point Of Contact For Concerns And Questions. Contractor Must Name A Specific Person, Phone Number And Email.
bpa Review: The Contractor Shall Conduct A Complete Bpa Review With The Co/cs, At Least Annually And As Requested By The Co/cs, To Ensure The Bpa Terms And Conditions Are Being Met, Analyze And Project Item Ordering Trends, And Discuss All Other Actions That Are Within The Scope Of This Bpa.
federal Holidays: In Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97 The Following National Holidays Are Observed And For The Purpose Of This Contract Are Defined As Legal Federal Official Holidays.
holiday
date
new Year S Day
january 1st
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19th
independence Day
july 4th
labor Day
first Monday In September
columbus Day
second Monday In October
veteran S Day
november 11th
thanksgiving Day
fourth Thursday In November
christmas Day
december 25th
when A Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National
holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A
national Holiday By U.s. Government Agencies.
(vii) Delivery Requirements:
place Of Delivery:
va Greater Los Angeles Healthcare System
11301 Wilshire Blvd.
los Angeles, Ca 90073
va Long Beach Healthcare System
5901 E. 7th St.
long Beach, Ca 90822
va San Diego Healthcare System
3350 La Jolla Village Dr.
san Diego, Ca 92161
va Loma Linda Healthcare System
11201 Benton St.
loma Linda, Ca 92357
phoenix Va Healthcare System
650 East Indian School Rd.
phoenix, Az 85012
southern Arizona Va Healthcare System
3601 S. 6th Ave.
tucson, Az 85723
northern Arizona Va Healthcare System
500 N. Hwy 89
prescott, Az 86313
albuquerque Va Healthcare System
1501 San Pedro Dr. Se
albuquerque, Nm 87108
period Of Performance/delivery Timeframe:
the Period Of Performance Will Start Shortly After Award For A Five-year Base Period.
additional Delivery Requirements
orders Shall Be Made On An As-needed Basis Throughout The Period Of Performance. All Shipping Shall Be Inclusive Of Prices Within The Schedule And Fob Destination.
(viii) The Provision At 52.212-1, Instructions To Offerors Commercial Products And Commercial Services, Applies To This Solicitation.
addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than Friday, March 14, 2025, 1:00pm Pacific Time. Ensure To Reference Solicitation Number 36c26225q0549 Within Subject Line Of The Email. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Non-responsive And Will Not Be Considered For Award.
any Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than Friday, March 7, 2025, 8:00am Pacific Time.
offers Shall Be Sent By Email To Samuel Han At Samuel.han@va.gov.
offerors Shall Submit The Following Via Email:
complete Attachment A Schedule Of Pricing
offerors Shall Fill Out All Unlocked Fill-ins/tabs (define Your Fill-ins Or Tabs) Of Attachment A Conforming To Requirements Stated By The Salient Characteristics And The Instructions Below.
tabs 1 5
offerors Shall Complete Column N For Unit Prices On Each Tab.
if Providing An Equivalent Product, Offerors Shall Either Provide Information Regarding How Their Product Meets The Salient Characteristics In Attachment B In Column H - K Or Alternatively May State Where In The Offeror S Overall Submission That Information Can Be Found. See 52.211-6 For Additional Information.
complete Attachment B Performance Work Statement
offerors Must Submit A Completed Attachment B Performance Work Statement. Throughout Attachment B, There Are Several Fill-ins And/or Checkboxes That Must Be Completed. We Recommend That The Entire Solicitation And Performance Work Statement Is Read Completely Prior To Filling Out The Solicitation.
section D Performance Work Statement Requirements
offeror Shall Either Provide Information/evidence Regarding How They Meet The Specified Requirements In Each Green Text Box Or, Alternatively, May State Where In The Offeror S Overall Submission That Information Can Be Found.
blanket Purchase Agreement Administration Data
offerors Shall Submit This Rfq Document With Blanket Purchase Agreement Administration Data Completed Under Section Vi:
there Are Green Boxes Throughout This Document That Ask For Basic Information About The Offeror And Must Be Completed. To Fill Out All Required Information, Use The Tab Key On Your Computer Keyboard. This Will Jump The Offeror To The Next Field That Requires A Response. Do Not Use The Enter Key As That Will Not Take The Offeror To The Next Field And Only Changes The Spacing Format Of The Solicitation.
offerors Shall Submit Their Proposals By Email To Samuel.han@va.gov And Provide The Following Company Information As A Cover Letter Or Within The Body Of The Email:
company S Name
company S Address
company S Point-of-contact
name
phone Number
email Address
company Sam Uei Number
company Tax Id Number (tin)
(end Of Provision)
(ix) 52.212-2 Evaluation -- Commercial Products And Commercial Services (nov 2021)
(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:
lowest Priced Quotation That Meets All Minimum Performance Requirements In Attachment B Performance Work Statement That Is Both Responsive And Responsible.
acceptability Of Services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Offers Meet The Salient, Technical, Physical, Functional, Or Performance Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Meet All The Salient, Technical, Physical, Functional, Or Performance Characteristics (see Attachment A And B). Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information.
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
(x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Products And Commercial Services, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Products And Commercial Services, Applies To This Acquisition.
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products And Commercial Services, Applies To This Acquisition.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025)
(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:
[] (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).
[x] (5) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note).
[] (6) [reserved]
[] (7) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (8) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[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).
[x] (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, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note).
[x] (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).
[x] (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 (feb 2024) (15 U.s.c. 637(d)(2) And (3)).
[] (21)(i) 52.219 9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)).
[] (ii) Alternate I (nov 2016) Of 52.219-9.
[] (iii) Alternate Ii (nov 2016) Of 52.219-9.
[] (iv) Alternate Iii (jun 2020) Of 52.219 9.
[] (v) Alternate Iv (sep 2023) Of 52.219 9.
[] (22)(i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
[] (ii) Alternate I (mar 2020) Of 52.219-13.
[] (23) 52.219 14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 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).
[x] (26) (i) 52.219 28, Post-award Small Business Program Representation (feb 2024) (15 U.s.c. 632(a)(2)).
[] (ii) Alternate I (mar 2020) Of 52.219 28.
[] (27) 52.219 29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)).
[] (28) 52.219 30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)).
[] (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
[] (30) 52.219 33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 637(a)(17)).
[x] (31) 52.222-3, Convict Labor (jun 2003) (e.o. 11755).
[] (32) 52.222 19, Child Labor Cooperation With Authorities And Remedies (feb 2024) (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) 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).
[] (40) 52.222-54, Employment Eligibility Verification (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.)
[] (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.).
[x] (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. 7671i).
[] (47)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
[] (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
[x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
[] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
[] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150).
[] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150).
[x] (55) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513)
[x] (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).
[x] (59) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (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).
[x] (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:
[x] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
[x] (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).
employee Class Monetary Wage-fringe Benefits
[x] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67).
[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 (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 (feb 2024) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities.
(ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
(x) 52.222 26, Equal Opportunity (sep 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 (may 2022) (e. O. 12989).
(xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022).
(xxi) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
(xxii)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xxiii) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
(xxiv) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6.
(xxv) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). 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)
(xiii) The Following Clauses Also Apply:
52.216-18 Ordering (aug 2020)
(a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 4/1/2025 Through 3/31/2030.
(b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control.
(c) A Delivery Order Or Task Order Is Considered "issued" When
(1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail;
(2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or
(3) If Sent Electronically, The Government Either
(i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or
(ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address.
(d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract.
(end Of Clause)
52.216-19 Order Limitations (oct 1995)
(a) Minimum Order. When The Government Requires Supplies Or Services Covered By This Contract In An Amount Of Less Than $100.00, The Government Is Not Obligated To Purchase, Nor Is The Contractor Obligated To Furnish, Those Supplies Or Services Under The Contract.
(b) Maximum Order. The Contractor Is Not Obligated To Honor-
(1) Any Order For A Single Item In Excess Of $100,000.00;
(2) Any Order For A Combination Of Items In Excess Of $1,000,000.00; Or
(3) A Series Of Orders From The Same Ordering Office Within 1 Days That Together Call For Quantities Exceeding The Limitation In Paragraph (b)(1) Or (2) Of This Section.
(c) If This Is A Requirements Contract (i.e., Includes The Requirements Clause At Subsection 52.216-21 Of The Federal Acquisition Regulation (far)), The Government Is Not Required To Order A Part Of Any One Requirement From The Contractor If That Requirement Exceeds The Maximum-order Limitations In Paragraph (b) Of This Section.
(d) Notwithstanding Paragraphs (b) And (c) Of This Section, The Contractor Shall Honor Any Order Exceeding The Maximum Order Limitations In Paragraph (b), Unless That Order (or Orders) Is Returned To The Ordering Office Within 7 Days After Issuance, With Written Notice Stating The Contractor S Intent Not To Ship The Item (or Items) Called For And The Reasons. Upon Receiving This Notice, The Government May Acquire The Supplies Or Services From Another Source.
(end Of Clause)
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 The Period Of Performance Of The Contract.
(end Of Clause)
52.252-2 Clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
52.209-6
protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment
jan 2025
52.227-14
rights In Data - General
may 2014
52.232-18
availability Of Funds
apr 1984
52.232-33
payment By Electronic Funds Transfer System For Award Management
oct 2018
52.232-40
providing Accelerated Payments To Small Business Subcontractors
mar 2023
52.233-1
disputes
may 2014
52.233-3
protest After Award
aug 1996
852.203-70
commercial Advertising
may 2018
852.232-72
electronic Submission Of Payment Requests
nov 2018
852.239-70
security Requirements For Information Technology Resources
feb 2023
852.239-73
information System Hosting, Operation, Maintenance, Or Use
feb 2023
852.239-74
security Controls Compliance Testing
feb 2023
(end Of Clause)
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):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
52.204-7
system For Award Management
nov 2024
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.209-7
information Regarding Responsibility Matters
oct 2018
52.217-5
evaluation Of Options
jul 1990
52.211-6
brand Name Or Equal
aug 1999
52.233-2
service Of Protest
sep 2006
852.233-70
protest Content/alternative Dispute Resolution
sep 2018
852.239-71
information System Security Plan And Accreditation
feb 2023
852.239-75
information And Communication Technology Accessibility Notice
feb 2023
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
jan 2008
(end Of Provision)
Closing Date14 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Details: This Is A Combined Synopsis/solicitationforcommercial Suppliesprepared In Accordance With The Format Insubpart12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Onlysolicitation; Quotes Are Being Requested And An Additional Writtensolicitationwill Not Be Issued.
the Department Of Veterans Affairs, Va Northeast Consortium (vanec) Is Issuing Solicitation 36c24225q0172 As Brand Name Or Equal, For The Intended Result Of Awarding Indefinite Delivery/indefinite Quantity (idiq) Contracts For Motorized Linen Carts And Floor Scrubbers/ Polishers. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03.
vanec Anticipates Awarding Contracts To Multiple Entities; Each Action Is Anticipated To Be Firm Fixed Price (ffp) For The Period Of Five (5) Years.
this Requirement Is Being Set Aside For Sba Certified Service-disabled Veteran Owned Small Businesses (sdvosb), With Capabilities Under Naics Code 333310 (size Standard Of 1,000 People). In Addition To Sba Vet Certification, All Quoters Shall Have An Active Registration With The System For Award Management (sam.gov), Deemed In Good Standing And Available For Award. All Bids Shall Include The Vendors Unique Entity Identifier (uei) Number As Assigned By Sam.gov.
this Procurement Is Limited To New Equipment Only. Used, Gray, Refurbished Or Aftermarket Equipment Will Not Be Considered For This Requirement. The Veterans Health Administration Prohibits The Use Of Gray/ Aftermarket Items In Their Medical Centers. Gray/ Aftermarket Items Are Considered To Be Items Outside Of The Original Equipment Manufacturer's Intended Distribution Channels. Quotes For Other Than New, Will Be Deemed Non-compliant And Will Be Removed From The Competitive Range Without Discussion. Authorized Distributors Shall Provide A Manufacturers Authorization Letter With Your Submission.
line
description – Salient Characteristics
0001
walk Behind Floor Scrubber Brand Name Or Equal To Nacecare Tgb 2228
must Have A 28” Cleaning Path
must Be Battery Powered With A Minimum Of 3.5 Hours Of Run Time On A Single Charge.
must Have 22.5 Gal. Solution Capacity And Recovery Tank Capacity.
must Provide A Maximin Of 110lbs. Pad Down Pressure.
0002
walk Behind Floor Scrubber Brand Name Or Equal To Nacecare Tgb 516 Nx
must Have A 16” Cleaning Path.
must Be Battery Powered, With A Minimum Of 60-80 Minutes Of Run Time On A Single Charge.
must Have A 5 Gal. Solution Capacity And Recovery Tank Capacity.
must Provide A Maximin Of 60lbs. Pad Down Pressure.
must Have Battery Compatibility With Rbv150nx Back Vac And 244nx Scrubber.
0003
motorized Security Linen Cart – Electro Kinetic Tech
anodized Aluminum Design That Allows The Structure To Carry 2,000 Pounds Of Linen.
unit Equipped With Reinforced Double Doors That Have An Inset Pocket For The Stainless-steel Hasp.
standard Unit Equipped With 3 Reinforced Shelves Adjustable On 2” Centers.
electric Platform Cart:
reinforced Double Doors
standard Unit Has 3 Reinforced Shelves, 22.5′ X 35′
shelves Adjustable On 2′ Centers
overall Height Approximately 77.5′
center Wheel Drive System With Spring Suspension Provides Tight Turning Radius And Traction Over Bumps And Inclines
on Board Battery Charger, 100-240 Vac, 50/60 Hz
speed Range: 0-3 Mph (0-4.8 Km/hr)
handle Height: 39” (990 Mm)
incline Rating: 6°
non-marking Tires
variable Speed Control With Hi/low Speed Setting For Precise Control
horn, Key Switch, Emergency Stop
0004
motorized Ergo Handling Cart
anodized Aluminum Linen Cart With Heavy-duty Mid-cart Transaxle Drive,
11.3” Deck Height
thumb-wheel Style Hand Controls
two (2) 35 Ah 12-volt Agm Maintenance Free Batteries
on-board Charging System.
tires Are Non-marking, Maintenance Free Tires.
cart Specification:
anodized Aluminum Shelving On Steel Base.
bed Capacity: 18-24
shelving Dimension: 24”w X 36”l X 58”h
4 Total Shelves, 3 Adjustable
includes Vinyl Cover With Zipper Or Velcro. Standard Color Blue, Other Colors Available.
0005
featherweight Linen Cart/motorized Linen Cart-platforms Brand Name Or Equal To Phs West Part # 2000rc, Ergo-express Custom Motorized Platform Cart W/retractable Drive.
0005a
featherweight Fully Enclosed Linen Cart
custom Silver Anodized Aluminum Enclosed Cabinet, 24"w X 60"l X 60"h
bi-folding / Locking Door With 3-point Aircraft Latch And Keyed Lock
3 Shelves (2 Adjustable)
0005b
featherweight Semi-enclosed Linen Cart Brand Name Or Equal To Pc1000. A Semi-enclosed Design Featuring A Vinyl Cover For The Front Keeps Fresh Linens Securely Contained While You Make Your Deliveries.
accessories For Cart
1x 55949-300 Cart Cover, Custom Size, Velcro Closure
4x 59133-001 Wire Shelf, 24" X 60", Chrome Plated
4x 53559-001 Post, Wire Shelf, 63"
5x 53691-001 Wire Shelf Panel, 24" X 63", Ep56
1x 57159-001 Snake Frame, 24" X 60"
0005c.
featherweight Open Linen Cart - Vertical Shelving And An Open Front Design.
custom Silver Anodized Aluminum Semi-enclosed Cabinet, 24"w X
60"l X 60"h
3 Shelves (2 Adjustable)
front Cover: Dark Blue, Vinyl, Velcro Closure
without Motor: 26" W X 60" L X 60" H.
with Motor: 26.76"w X 71.32"l X 71.32"h (from The Ground) Mounted On Motorized Cart Two Panel Bifold Doors, Opens To 270 Degrees With 3 Point Keyed
latch Base + 2 Stainless Steel Shelves Push Handle
0006
platform Cart Components – Battery Kits
56031-002 Battery Kit, Upgrade, 55ah From 35ah (two Batteries)
manufacturer: Phs West Part # Pc100
part # 56031-002
0007
accessories For Carts
58052-001 Retractable Cord Reel
manufacturer: Phs West Part # C01-1066
quoting Entities Shall Include Free On-board (fob) Delivery Services To Va Locations Within Vanec Area; Connecticut, Delaware, Maine, Maryland, Massachusetts, New Hampshire, New York, New Jersey, Pennsylvania, Rhode Island, Vermont Washington Dc, And West Virginia. See The Statement Of Work For The Full List Of Locations.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
responses To This Notice Must Be Submitted In Writing Via Email To Lindsay.goldsmith@va.gov And Must Be Received Not Later Than Wednesday, March 26, 2025, At 5:00 Pm Est. No Telephone Inquiries Will Be Accepted. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision Far 52.212-1(f).
submissions Shall Include:
firm Fixed Price (ffp) Quote With Five (5) Year Pricing And Confirmation That The Terms And Conditions Are Acceptable Or Not With Exception, Deletion Or Addition.
delivery Time Frames.
sam.gov Unique Entity Identification (uei) Number.
financial Responsibility (duns And Bradstreet Financial Report, Recent Audit Report, Annual Financial Or Tax Reports).
sba Veteran Certification
completed 52.212-3 Offerorrepresentations And Certifications-commercial Products (see Attachments)
completed 852.219-76 Va Notice Of Limitations On Subcontracting - Certificate Of Compliance For Supplies And Products (see Attachments).
addendum To 52.212-2 Evaluation—commercial Products And Commercial Services
the Government Intends To Award Multiple Contracts Resulting From This Solicitation To The Responsible Offerors Whose Offers 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:
price
technical Compliance With The Line Items Of The Solicitation In Quality And Function.
past Performance
evaluation Approach. The Government May Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following:
price: For Indefinite Delivery, Indefinite Quantity Actions, The Government Will Evaluate The Prices By Line And Not Total Sum.
technical Compliance With The Line Items Of The Solicitation In Quality And Function.
past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter’s Likelihood Of Success In Fulfilling The Solicitation’s Requirements As Indicated By The Quoter’s Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer’s Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis.
written Notices Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offerors 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.
(end Of Provision)
far Number
title
date
52.212-1
instructions To Offerors—commercial Products And Commercial Services
sep 2023
52.212-2
evaluation—commercial Products And Commercial Services
nov 2021
52.212-3
offeror Representations And Certifications—commercial Products And Commercial Services
may 2024
a.1 52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023)
(a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights—
(1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And
(2) Before Any Substantial Change Occurs In The Condition Of The Item, Unless The Change Is Due To The Defect In The Item.
(b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract.
(c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties.
(d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Federal Acquisition Regulation (far) 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract.
(e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference.
(f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence.
(g) Invoice.
(1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include—
(i) Name And Address Of The Contractor;
(ii) Invoice Date And Number;
(iii) Contract Number, Line Item Number And, If Applicable, The Order Number;
(iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered;
(v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading;
(vi) Terms Of Any Discount For Prompt Payment Offered;
(vii) Name And Address Of Official To Whom Payment Is To Be Sent;
(viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And
(ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract.
(x) Electronic Funds Transfer (eft) Banking Information.
(a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract.
(b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer—system For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer—other Than System For Award Management), Or Applicable Agency Procedures.
(c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft.
(2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315.
(h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings.
(i) Payment.—
(1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract.
(2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315.
(3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause.
(4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made.
(5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall—
(i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The—
(a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment);
(b) Affected Contract Number And Delivery Order Number, If Applicable;
(c) Affected Line Item Or Subline Item, If Applicable; And
(d) Contractor Point Of Contact.
(ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer.
(6) Interest.
(i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid.
(ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract.
(iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If—
(a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days;
(b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or
(c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2).
(iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment.
(v) Amounts Shall Be Due At The Earliest Of The Following Dates:
(a) The Date Fixed Under This Contract.
(b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination.
(vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On—
(a) The Date On Which The Designated Office Receives Payment From The Contractor;
(b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or
(c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor.
(vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In Far 32.608-2 In Effect On The Date Of This Contract.
(j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon:
(1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or
(2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination.
(k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties.
(l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided.
(m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience.
(n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession.
(o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract.
(p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items.
(q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract.
(r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity.
(s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order:
(1) The Schedule Of Supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause;
(3) The Clause At 52.212-5.
(4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software.
(5) Solicitation Provisions If This Is A Solicitation.
(6) Other Paragraphs Of This Clause.
(7) The Standard Form 1449.
(8) Other Documents, Exhibits, And Attachments
(9) The Specification.
(t) [reserved]
(u) Unauthorized Obligations.
(1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern:
(i) Any Such Clause Is Unenforceable Against The Government.
(ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An “i Agree” Click Box Or Other Comparable Mechanism (e.g., “click-wrap” Or “browse-wrap” Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause.
(iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement.
(2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures.
(v) Incorporation By Reference. The Contractor’s Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract.
(end Of Clause)
addendum To Far 52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services
Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have 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 Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract:
(end Of Addendum To 52.212-4)
a.2 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (jan 2025)
(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:
[] (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.)
[] (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).
[] (8) 52.204–15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111–117, Section 743 Of Div. C).
[] (9) 52.204–27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117–328).
[] (10) 52.204–28, Federal Acquisition Supply Chain Security Act Orders—federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115–390, 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.
[] (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.
[] (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 (jan 2025) Of 52.219–9.
[] (v) Alternate Iv (jan 2025) Of 52.219–9.
[x] (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.
[x] (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)).
[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) (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)).
[] (31) 52.222-3, Convict Labor (jun 2003) (e.o. 11755).
[] (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.
[] (35)(i) 52.222–35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
[] (ii) Alternate I (jul 2014) Of 52.222-35.
[] (36)(i) 52.222–36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
[] (ii) Alternate I (jul 2014) Of 52.222-36.
[] (37) 52.222–37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
[] (38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
[] (39)(i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627).
[] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
[] (40) 52.222-54, Employment Eligibility Verification (jan 2025). (e.o. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.)
[] (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. 7671i).
[] (47)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
[] (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).
[x] (59) 52.232-33, Payment By Electronic Funds Transfer—system For Award Management (oct 2018) (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:
[] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
[] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards—price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards—price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67).
[] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment—requirements (may 2014) (41 U.s.c. Chapter 67).
[] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services—requirements (may 2014) (41 U.s.c. Chapter 67).
[] (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022).
[] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
[] (9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792).
[] (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)
see Attached Document: Sow Final - Vanec Motorized Linen Carts And Floor Polisher.
see Attached Document: 52.212-3 Offeror Representations And Certifications - Commerical Products.
see Attached Document: 852.219-76 Va Notice Of Limitations On Subcontracting - Certificate Of Compliance.
Closing Date26 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Education And Training Services
United States
Details: This Sources Sought Notice Is Related To The Previously Posted Army National Guard Exportable Combat Training Capability (xctc) Program And Notice Id Number W900kkssnarngxctc.
industry Day: April 23, 2025, 12809 Science Drive Orlando, Fl 32826 Bldg. Partnership 4 Conference Rm 126, 9:00am- Noon Email Reservation Requests To: Leatrice.j.frederick.civ@army.mil Andalfonso.d.aldaz.civ@army.mil By April 21, 2025.
army Contracting Command-orlando Is Seeking To Identify Sources Capable Of Providing Professional Services In The Form Of Program Management, Exercise Control, Limited Instrumentation Support, Coordination Of Battlefield Effects (bfe) And Staff Support To The Army National Guard's (arng) Combat Readiness Exercise (crx) Program. The Contractor Shall Provide:
program Management
exercise Control
instrumentation And Communication
battlefield Effects
emergent Threat Integration
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement.
program Background
the Crx Program Is A Critical Initiative Designed To Enhance The Readiness And Operational Effectiveness Of Arng Brigades. This Program Culminates Home-station Training Strategies By Delivering Rigorous, Integrated Force-on-force Training Events That Prepare Brigades For Future Readiness-building Objectives Or Operational Deployments. The Crx Program Supports The Training Of Up To Five Brigades Annually Across Multiple Regional Home-station Locations, With The Capability To Train Two Brigades Simultaneously Within The Same Timeframe.
each 15-day Rotation Features A Multi-echelon Exercise, Integrating Sourced Enablers, And Focuses On Achieving Brigade T-level 3 (t3) Proficiency Through Practical Application At The Brigade And Battalion Staff. The Program Is Structured Into Two Distinct Models: Crx A, Which Focuses On Combat Training Center (ctc) Bound Units In Training Year Two, And Crx B, Which Supports Units In Training Year Three. All Rotations Are Conducted Regionally Within A Fully Instrumented Decisive Action Training Environment (date) To Replicate The Complexities Of Large-scale Combat Operations (lsco).
these Exercises Evaluate Everything From Operational, Tactical And Leadership Skills To Staff Processes, And The Effectiveness Of Communication Systems In A Contested Environment. Brigades Are Expected To Execute Reception Staging Onward Movement, Integration (rsoi), Platoon Situational Tactical Exercises (stx), Leadership Training Program (ltp), Platoon And Company Field Training Exercise (ftx) With Mission Command At Echelon, Reverse Reception Staging Onward Movement, And Integration (rrsoi). The Program Is Centered Around Five Lines Of Effort: Rotational Design (rd), Operational Environment (oe), Instrumentation, Training Aids, Devices, Simulators, And Simulations (itadss), Operational Readiness, And Reporting (orr). The Contractor Should Have A Thorough Understanding Of Infantry, Stryker, And Armored Brigade Combat Team (abct) Readiness, Academics, Command Post Exercise (cpx), Field Training Exercise (ftx), Observer Coach/trainer (oc/t), Reception, Staging, Onward Movement And Integration (rsoi), Event Life Cycle (elc) Events, Multiple Integrated Laser Engagement System (miles), Opposing Forces (opfor) Integration, Exercise Reporting, Readiness Partner Integration, Rotational Training Unit Selection, Enablers, Commodities, Exercise Capabilities, Distinguished Visitors (dv), And Senior Trainer Role.
program Management. Provide The Army National Guard Collective Training (arng-trc) Branch With A High Level Of Organization, Strategic Planning, And Support To The Crx Program Manager. The Ability To Orchestrate Numerous Teams, Resources, And Logistics While Adhering To A Strict Timeline Necessitates A Systematic And Demanding Approach. The Program Management Office (pmo) Shall Establish Clear Objectives, Delineate Roles And Responsibilities, And Create Comprehensive Workflows To Ensure Seamless Operation Throughout The Elc Through The After-action Reviews (aars) Culmination. Effective Communication And Availability To The Crx Program Manager Is The Core Of Managing Such Exercises, As It Is Essential To Synchronize The Efforts Of Cross-functional Teams And External Stakeholders. Risk Management Strategies Must Be Identified And Mitigated For Potential Issues Before They Escalate. Additionally, Data-driven Analysis Is Critical To Decision-making And Continuous Process Improvements To Adapt To Changing Circumstances And Optimize Performance. A Highly Detailed Quality Control Plan With Feedback Mechanisms Will Enable Effective Program Management. Tools And Technologies Must Be Established To Track Real-time Progress, Ensuring Tasks Are Executed On Time To Complete Projects And Objectives Successfully. Specifically, The Pmo Shall Provide Real-time Oversight Through Commander Dashboards, Equipment Dashboards, Rotational Training Unit Readiness Dashboards, And Exercise Dashboards.
provide The Arng-trc Branch With High-level Organization, Strategic Planning, And Operational Support To The Crx Program Manager. The Execution Of This Mission Demands Exceptional Coordination Of Teams, Resources, And Logistics Within Strict Timelines, Requiring A Systematic And Results-driven Approach. The Pmo Shall Establish Clear Objectives, Define Roles And Responsibilities, And Develop Comprehensive Workflows To Ensure Seamless Operations Throughout The Event Life Cycle, Culminating In The Delivery Of Aar’s.
central To This Effort Is Maintaining Effective Communication And Availability To The Crx Program Manager, Ensuring Synchronized Efforts Across Cross-functional Teams And External Stakeholders. Proactive Risk Management Will Be Essential, With Strategies Developed To Identify And Mitigate Potential Issues Before They Arise. Furthermore, Data-driven Analysis Will Underpin Decision-making And Continuous Process Improvements, Enabling The Program To Adapt To Changing Circumstances And Achieve Optimal Performance.
a Management Information System (mis) Coupled With A Detailed Quality Control Plan, Including Robust Feedback Mechanisms, Will Be Critical For Successful Program Execution. Advanced Tools And Technologies Must Be Implemented To Provide Real-time Oversight And Track Progress Effectively. These Include Commander Dashboards, Equipment Dashboards, Rotational Training Unit Readiness Dashboards, And Exercise Dashboards. By Leveraging These Capabilities, The Pmo Shall Ensure Timely Task Execution, Operational Efficiency, And Achievement Of Program Objectives.
exercise Control. The Contractor Shall Provide An Exercise Control System With Dedicated Teams For Orchestrating Realistic Training Scenarios, Effect Real-time Adjustments, And Provide Oversight Of All Exercise Objectives. These Teams Must Oversee The Entire Elc, Typically 36 Months, Through Current And Subsequent Year Planning Efforts. Exercise Design And Training Scenarios Shall Be Challenging To The Brigade While Ensuring Safety And Compliance With The Established Rules Of Engagement During Rotation Execution. Must Be Able To Balance Structure And Flexibility, Allowing The Brigade To React To Live, Virtual, Constructive Integrating Architectures (lvc-ia) Using Threats And Make Decisions That Align With The Rotational Training Objectives. Ideally, The Centralized System Shall Integrate Video Feeds And Sensors That Provide Environmental Conditions That Trigger Specific Events. Optimal Characteristics Of The Exercise Control System Are Government Solutions With Common Training Instrumentation Architecture (ctia) Compliance. Contractor Teams Must Be Able To Monitor The Progress Of The Brigade And Provide Timely Feedback. The System's Core Function Will Be To Assist In The Creation And Development Of Aars To Evaluate Performance And Identify Ways To Improve Training Outcomes. The Contractor Teams Must Be Able To Monitor The Training Progress Of The Brigade And Provide Timely Feedback. Teams Must Be Able To Validate Capabilities And Readiness But Also Enhance Operational Cohesion And Decision-making Skills In A Contested Environment. The System Must Display Rotational Information (dashboards Or Windows) In Near Real-time. This Information Will Allow For The Management And Re-direction Of Training Resources As Necessary To Ensure Rotational Training Objectives Are Satisfied. Due Consideration Should Be Given To The Infrastructure And Logistical Requirements For The Exercise Control System Requirements.
instrumentation And Communication. The Contractor Shall Provide A Basic Tracking System For Instrumentation Purposes, Including Video Integration Capability To Develop And Assist In Creating Aars Products. The System Will Monitor The Brigade And Its Enablers In Real-time With Instrumentation Requirements At Select Staff Sergeant (ssg/e-6) Leaders And Above Level. The Ideal System Should Be Able To Integrate Planning Tools And Communication Platforms. Instrumentation Capacity Will Support Up To Two Brigades Simultaneously At Disparate Training Locations. The Contractor Shall Provide An Administrative Network For Non-tactical Communication Between The Rotation Functional Entities. The Communication Network Focuses On Safety Considerations And Administrative Requirements Throughout The Rotation.
battlefield Effects. Simulate Realistic Battlefield Effects Within The Rotation To Create An Immersive Effect On The Brigade In A Contested Training Environment. These Effects Must Mimic The Sights, Sounds, And Smells Experienced During Actual Combat, Psychologically Conditioning And Preparing The Brigade For Future Exercises Or Mobilizations. Teams Should Consider Using Controlled Pyrotechnics And Explosives To Replicate Ordinance Detonations, Smoke Machines, Or Fog Generators To Recreate Obscured Visibility And Sound Systems That Project The Cacophony Of Gunfire, Explosions, And Vehicle Movements. These Effects Must Be Coordinated With The Exercise Control Team To Support Varying Tactical Scenarios, Emphasizing Realism While Maintaining Safe Training Parameters. Additional Battlefield Effects May Include The Integration Of Drones, Cyber, Electronic Warfare Effects, And Nascent Threat Capabilities.
emergent Threat Integration. The Contractor Shall Integrate Emergent Threats To Prepare The Brigade For The Dynamic Environment. Current Evolving Threats, From Cyber Warfare And Unmanned Systems To Hybrid Warfare Tactics And Information Operations, Require A Multidimensional Approach To Live, Virtual, And Constructive Scenario Planning.
response Instructions:
1. All Capability Statements Sent In Response To This Announcement Must Be Submitted Electronically (via Email) To The Contract Specialist Identified Below.
2. Responses Shall Include Documentation Of Technical Expertise And Capability In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Additionally, Respondents Shall Include Information On Current Customers Using Their System. Customer Information Shall Consist Of The Customer/agency Name, Address, Point Of Contact Name And Phone Number, And Number Of Users And Locations Fielded For That Customer.
3. It Is Imperative That Business Concerns Responding To This Announcement Articulate Their Capabilities Clearly And Adequately; If Not Capable Of Performing Individual Tasks Or Aspects Of The Functions Described, Describe The Specific Elements Of The Proposed Requirement That Would Prevent Or Limit Your Capability To Perform.
4. Can You Provide A Detailed Overview Of A Recent Example Of Your Experience Designing And Facilitating Large-scale Collective Training Exercises For Military Organizations?
5. What Is Your Approach To Creating Realistic And Challenging Training Scenarios That Accurately Simulate Force-on-force In Contested Operational Environments? Please Provide A Recent Example.
6. How Do You Ensure The Safety And Well-being Of Participants During The High-intensity And Complex Nature Of These Training Exercises? Provide Specific Recent Examples.
7. Could You Describe How Your Exercises Incorporate The Latest Military Tactics, Techniques, And Procedures To Provide Up-to-date Training For Military Personnel? Provide A Recent Example.
8. What Measures Do You Take To Assess And Provide Feedback On The Effectiveness Of The Training And The Performance Of Participants During These Exercises? Include Examples Of Providing A Common Operating Picture (cop) Display For Similar Exercises.
9. How Do You Tailor Your Training Exercises To Accommodate Varying Skill Levels And Roles Of Participating Organizations? Provide Specific Examples.
10. Describe How You Have Integrated Technology Such As Simulations, Virtual Reality, And Training Enablers Into Your Exercises To Enhance Learning And Readiness.
11. Outline Your Logistics And Planning Process For Managing And Executing Exercises, Including Detailed Coordination With Organizations, Enablers, Installations, And Facilities.
12. How Does Your Team Scale And Adapt Training Exercises To Meet The Evolving Needs, Size, And Complexity Of Participating In Organizations?
13. Provide Examples Or Case Studies Where Your Training Exercises Have Resulted In Measurable Organizational Readiness And Capabilities Improvements.
14. What Recent Relevant Performance (past Five Years) And Current Work Experience Does Your Company Have In Delivering Programs Of Similar Type, Complexity, And Scope? Include Your Role As A Prime Or Subcontractor And Your Specific Contributions.
15. How Does Your Company’s Approach To Managing Functional Areas Increase Efficiency, Reduce Costs, Maintain High-quality Training, And Mitigate Program Risks?
16. What Risk Management Strategies Do You Employ To Proactively Identify, Mitigate, And Resolve Potential Challenges During Training Exercises?
17. How Does Your Company Continuously Utilize Data-driven Analysis And Feedback To Improve And Optimize Training Programs? Provide Examples Of Implemented Improvements.
18. Describe Your Company’s Approach To After-action Reviews (aars) To Ensure Meaningful Insights And Actionable Outcomes For Participants.
19. What Tools And Technologies Does Your Company Leverage To Provide Real-time Oversight And Progress Tracking, Such As Dashboards For Commanders, Equipment, Readiness, And Exercises?
20. How Do You Balance Program Efficiency With The Need To Create Dynamic, Realistic, And Practical Training Environments?
21. How Does Your Organization Remain Agile In Responding To Evolving Training Requirements Or Operational Environment Changes?
22. Describe Your Company’s Ability To Manage Concurrent Training Exercises At Multiple Regional Locations And Ensure Seamless Execution.
additional Requirements:
23. Do You Intend To Submit A Proposal If An Request For Proposal (rfp) Is Issued? If Yes, Would You Propose As A Prime Contractor Or Subcontractor?
24. A Statement Indicating If Your Firm Is A Large Or Small Business Under Naics Code 541990 (all Other Professional, Scientific, And Technical Services); If Small Business, Please Indicate Any Applicable Socio-economic Status [i.e., 8a, Small Disadvantaged Business (sdb), Hubzone, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb)].
25. If You Plan On Subcontracting To Other Companies In Order To Deliver Technical Capability, Please Provide Details On Exactly Which Tasks Will Be Assigned To Those Subcontractors.
*note (limitations On Subcontracting): If You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That Far Clause 52.219-14 (limitations On Subcontracting) (deviation 2021-o0008) Was Updated In September 2021. The Current Clause Adds The Definition Of “similarly Situated Entity” And The 50% Calculation For Compliance With The Clause. Small Business Prime Contractors May Now Count “first Tier Subcontractor” Work Performed By A “similarly Situated Entity” As If It Were Performed By The Prime Contractor Itself.
to Assist In Our Market Research And Set-aside Determination For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize A “similarly Situated Entity” To Meet The Limitations On Subcontracting Requirements, Please Identify The Name & Unique Entity Id/cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned “similarly Situated Entity” Should Be Included In Answering Any Questions Outlined In The Ssn In Order To Assist The Government's Capability Determination.
26. What Methods Does Your Company Employ To Ensure Compliance With All Government Regulations And Requirements During Training Exercises?
27. How Does Your Organization Develop And Maintain Strong Partnerships With Other Stakeholders To Enhance Collaboration And Coordination During Exercises?
28. What Innovative Solutions Or Processes Does Your Company Bring To This Program To Improve Outcomes, Increase Efficiency, Or Reduce Costs?
confidentiality:
no Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Information In Any Resultant Solicitation(s).
disclaimer:
this Notice Is Issued Solely For Information And Planning Purposes. It Shall Not Be Considered An Invitation For Bid, Request For Quotation, Request For Proposal, Or An Obligation On The Part Of The Government To Acquire Any Products Or Services. Your Response To This Notice Is Strictly Voluntary And Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Due To The Contractor's Submission Of Responses To This Notice Or The Government's Use Of Such Information. This Request For Information Is Not Tied To Any Current Request For Proposal.
not Responding To This Notification Does Not Preclude Participation In Any Future Request For Proposal Or Other Solicitation, If Any Is Issued.
the Information Provided In This Notice Is Subject To Change And Is Not Binding On The Government.
the Government Does Not Intend To Award A Contract Based On This Notice.
feedback And Evaluation Information Will Not Be Provided To Any Firm Regarding Their Capability Statements.
29. Seeattch 1 Crx Question 29 In Attachments
Closing Date20 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
Details: Combined Synopsis/solicitationthis Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services 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 And A Separate Written Solicitation Will Not Be Issued. This Enclosure Is An Addendum To Far Provision 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services, Which Applies To This Acquisition. Competitive Quotes Are Being Requested Under Request For Quote (rfq) Number N66001-25-q-6163. The North American Industry Classification System (naics) Code Applicable To This Acquisition Is 334419, Other Electronic Component Manufacturing And The Small Business Size Standard Is 750 Employees. This Procurement Is A Total Small Business Set-aside. Only Quotes Submitted By Small Business Concerns Will Be Accepted By The Government. Any Quote That Is Submitted By A Non-small Business Concern Will Not Be Considered For Award.description Of Requirementsthe Government Is Seeking To Acquire Compact Peripheral Component Interconnect (cpci) Cards. To Be Considered Acceptable And Eligible For Award, Quotes Must Provide All Of The Items And Quantities Listed Below. The Government Will Not Consider Quotes Or Offers For Partial Items Or Quantities. Anticipated Contract Line Items Are As Follows:item No.part Numberdescriptionquantityunit Of Issue000178c2-p8p8p8knknkl0bc00-55cpci-6u Multifunction I/o Boardcpci Card, Serial 12-ch/relay 8-ch/lat Relay 4-ch84each000278c2-p8p8z0z0z0z00bc00-55cpci-6u Multifunction I/o Boardcpci Card, Serial 8-ch84each0003n/ashipping1eachthe Expected Delivery Date Is On Or Before 30 May 2025. The Government Is Seeking Free On Board (fob) Destination Pricing To The Following Shipping Address: Niwc Pacific4297 Pacific Hwybldg Ot7san Diego, Ca. 92110offeror Instructionsthe Government Intends To Award A Firm Fixed Price (ffp) Contract Resulting From This Solicitation To The Responsible Offeror Whose Quotation Conforming To The Solicitation Represents The Lowest Price Technically Acceptable (lpta) Offer As Defined In The "evaluation Factors For Award" Section Below. A Complete Quote Must Be Received For Consideration. Respond To Each Item Listed Below, If The Response Is "none" Or "not Applicable," Explicitly State And Explain. The Government May Consider Quotes That Fail To Address Or Follow All Instructions To Be Non-responsive And Ineligible For Contract Award. A Complete Quote Includes A Response And Submission To Each Of The Following:1.general Information: Offeror Business Name, Address, Cage And Unique Entity Id (ensure Representation And Certifications Are Up To Date In Sam.gov), Business Size And Type Of Small Business Based On Applicable Naics Code As Provided Above, Federal Tax Id, Primary Point Of Contract (to Include Telephone And E-mail Address) And Provide A Gsa Contract Number If Some Or All Items Proposed Are On The Gsa Schedule. Far Provision 52.212-3, Alternate I, Offeror Representations And Certifications – Commercial Products And Commercial Services, Applies To This Acquisition. Offerors Must Include A Completed Copy Of This Provision With Offer.2.technical Documentation:a.technical Approach Or Specifications: The "brand Name" Item (including Part Number) Along With The Salient Physical, Functional, And Performance Characteristics That A "brand Name" Product Must Meet Are Specified Above In The "description Of Requirements". Offerors Shall Provide A Quote (no Page Limit) That Identifies The Brand Name Item. Additionally, Offerors Shall Specify Delivery Timeframes In Their Quote That Meet Or Exceed The Required Delivery Timeframe Specified Above. The Quote Must Address And Meet The Requirements/specifications As Defined Under Technical Acceptability Factor I Below. B.sustainable Acquisitions Information And Certification: The Contractor Shall Comply With All Sustainable Acquisition Policies In An Effort To Minimize The Government's Environmental Impact And Deliver Community Benefits Through Better Selection And Improved Usage Of Products And Services. In Accordance Far Part 23, Sustainable Acquisition Policies Apply To Both Contracts For Products And Services That Require The Delivery, Use, Or Furnishing Of Products/services To The Government. Indicate If Any The Following Sustainable Acquisition Categories Apply To Any Products Or Services Proposed: Energy Efficient, Water Efficient, Recycled, Bio-based, Environmentally Preferable, Non-ozone Depleting Substances, Less Toxic And/or Less Ghgs.c.authorized Source Confirmation: The Following Product Certification Statement Below Applies To All Line Items And Each Offeror Must Submit Supporting Documentation, As Needed: To Be Considered For Award, The Offeror/contractor Is Required To Submit Documentation Confirming That They Are An Authorized Source. An "authorized Source" Is Defined As The Original Manufacturer, A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Or An Authorized Aftermarket Manufacturer.d.counterfeit Information Technology (it) Certification: The Following It Related Statement Applies To Line Items 0001 And 0002 And Each Offeror Must Explicitly Confirm And Submit Supporting Documentation, As Needed:the Offeror Certifies That The Product(s) Being Delivered Are New And In Their Original Packaging. The Subject Product(s) Are Eligible For All Manufacturer Warranties And Other Ancillary Services Or Options Provided By The Original Manufacturers, Authorized Suppliers, Or Suppliers That Obtain Parts From The Manufacturer Or Its Authorized Supplier.the Offeror Further Certifies That It Is Authorized By The Manufacturer To Sell The Product(s). The Offeror Is Required To Submit Documentation Identifying Its Supply Chain For The Product(s). Within The Aforementioned Documentation, The Offeror Shall Also Identify The Country Of Manufacture And Indicate One Of The Following, If Applicable:•manufacturing Occurs In The U.s., But More Than 50% Of The Cost Of Components Is From Foreign/nonqualifying Country Content•originally Foreign Manufactured Products Substantially Transformed In The United States Or A Designated Country The Offeror Assumes Responsibility For Authenticity. Costs Of Counterfeit Parts Are Unallowable Unless The Conditions Set Forth In Dfars 231.205-71(b) Are Met.by Making An Offer, The Offeror Acknowledges That A Full Or Partial Termination For Default/cause For Non-compliant Awarded Items May Occur If Any Of The Products Provided Are Not Recognized Or Acknowledged By The Manufacturer As New Products Eligible For Warranties And All Other Ancillary Services Or Options Provided By The Manufacturer, Or The Offeror Was Not Authorized By The Manufacturer To Sell The Product In The U.s.3.price Quote: Submit Complete Pricing For Each Individual Item Listed In The "description Of Requirements" Section Above To Include The Unit Of Issue, The Extended Price For Each Line Item And A Total Price In Us Dollars ($). Note: Ensure Fob Destination Shipping Costs Are Included In The Pricing.4.commercial Warranty: If Available, Provide The Terms And Length Of The Workmanship And/or Manufacturer Warranty On The Product(s) And/or Services Proposed Included In The Proposed Purchase Price.5.representation: To Be Considered For Award, Offerors Are Required To Submit The Representations At Far 52.204-24, Far 52.204-26, Dfars 252.204-7016, And Dfars 252.204-7017. (attachment 1 - Far & Dfars Provisions For Certification)evaluation Factors For Award:basis For Award: The Government Intends To Award A Contract To The Lowest Priced, Technically Acceptable Offeror, Who Is Registered In The System For Award Management (sam); However, The Government Reserves The Right To Award No Contract At All, Depending On The Quality Of Quotes Submitted And Availability Of Funds. A Quote Will Be Considered Non-responsive If Technical Acceptability Is Not Met. Technical Acceptability Is Defined In Factor I Below.factor I – Technical: The Government Will Evaluate The Quote And Verify If The Following Specification Requirements Are Met To Include All Information Required For A Complete Quote As Defined In Paragraph 2 Above. Additionally, The Government Will Evaluate The Quote And Verify Specification Requirements Are Met And Perform An Item Risk Assessment To Determine Technical Acceptability.•this Requirement Contains Supplies That Are Brand Name Pursuant To Far 11.105, Items Peculiar To One Manufacturer. To Be Considered For Award, The Offeror Is Required To Certify That The Product Being Offered Is An Original, New, And Trade Agreements Act (taa) Compliant (reference 2(c) Above) North Atlantic Industries (nai) Product. The Government Will Only Accept The Required Brand Name Product As Specified Above In The "description Of Requirements".factor Ii – Price: The Government Will Evaluate The Total Price To Determine If It Is Fair And Reasonable. The Price Quote Shall Include A Unit Price For Each Item And A Total Firm-fixed-price For All Line Items. The Total Firm-fixed-price Shall Include All Applicable Taxes, Shipping, And Handling Costs To The Shipping Address Listed Above As Outlined In Paragraph 3 Above. The Government Will Evaluate The Total Price And Perform A Price Risk Assessment To Determine Fair And Reasonableness.factor Iii – Past Performance: The Government Will Evaluate Past Performance, Beginning With The Lowest Priced Quote, By Reviewing Sources That May Include, But Are Not Limited To, Information From Government Personnel And Information From Sources Such As The Offeror's Responsibility/qualification (r/q) Documentation In System For Award Management (sam). The Government Will Consider Supplier Risk To Assess The Risk Of Unsuccessful Performance And Supply Chain Risk Using The Past Performance Data In The Supplier Performance Risk System (sprs) To Include Quality, Delivery, And Other Contractor Performance Information."due Date And Submission Informationeligible Offerors: All Offerors Must Have A Completed Registration In The System For Award Management (sam) Website Prior To Award Of Contract. Information Can Be Found At Https://www.sam.gov/. Complete Sam Registration Means Offerors Shall Have A Registered Cage And Unique Entity Id.page Limitations: Not Applicable. Formatting Requirements: Submit Quotes In Electronic Pdf Or Excel Format; And Text Shall Be Formatted On An 8 ½ By 11 Inch Page In 12 Point Times New Roman Font. Questions Due Date And Submission Requirements: All Questions Must Be Received Before 11 April 2025 At 12:00pm, Pacific Time. Questions Must Be Uploaded On The Navwar E-commerce Website At Https://e-commerce.dc3n.navy.mil, Under Niwc Pacific/simplified Acquisitions/n66001-25-q-6163. Include Rfq# N66001-25-q-6163 On All Inquiries. Questions May Be Addressed At The Discretion Of The Government.rfq Due Date And Submission Requirements: This Rfq Closes On 28 April 2025 At 12:00pm, Pacific Time. Quotes Must Be Uploaded On The Navwar E-commerce Website At Https://e-commerce.dc3n.navy.mil, Under Niwc Pacific/simplified Acquisitions/ N66001-25-q-6163. E-mail Quotes Or Offers Will Not Be Accepted And Late Quotes Will Not Be Accepted.navwar E-commerce Website Assistance: For E-commerce Technical Issues, Contact The Navwar Paperless Help Desk At 858-537-0644 Or Ebusiness.navwar.fct@navy.mil. Government Rfq Point Of Contract: The Point Of Contact For This Solicitation Is Nicole Rodenbaugh At Nicole.c.rodenbaugh.civ@us.navy.mil. Reference Rfq# N66001-25-q-6163 On All Email Exchanges Regarding This Acquisition.rfq Attachments1.attachment 1- Far & Dfars Provisions For Certification (fill-in)2.attachment 2- Brand Name Justification (redacted)applicable Provisions And Clausesthis Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2025-03 And Defense Federal Acquisition Regulation Supplement (dfars) Publication Notice (dpn) 01/17/2025 It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses Can Be Accessed In Full Text At Https://www.acquisition.gov/content/regulations.the Current Version (as Of Rfq Date) Of The Following Far And Dfars Provisions, Incorporated By Reference, Apply To This Acquisition:52.203-6 Restrictions On Subcontractor Sales To The Government--alternate I52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions 52.204-7 System For Award Management52.204-16 Commercial And Government Entity Code Reporting52.204-17 Ownership Or Control Of Offeror 52.204-20 Predecessor Of Offeror 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment52.204-26 Covered Telecommunications Equipment Or Services—representation52.209-2 Prohibition On Contracting With Inverted Domestic Corporations—representation52.209-7 Information Regarding Responsibility Matters52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law52.211-6 Brand Name Or Equal52.212-1 Instructions To Offerors- Commercial Products And Commercial Services52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I52.219-1 Small Business Program Representations--alternate I52.225-18 Place Of Manufacture52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications52.252-5 Authorized Deviations In Provisions252.203-7005 Representation Relating To Compensation Of Former Dod Officials252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation252.204-7024 Notice On The Use Of The Supplier Performance Risk System252.215-7008 Only One Offer252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors252.225-7055 Representation Regarding Business Operations With The Maduro Regime252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation252.225-7973 Prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems—representation (aug 2024) (deviation 2024-o0014)252.239-7017 Notice Of Supply Chain Riskthe Following Far And Dfars Provisions, Incorporated By Full Text, Apply To This Acquisition:52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023)(a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition.(b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition.(c) Procedures. (1) The Offeror Shall Search For The Phrase "fascsa Order" In The System For Award Management (sam)( Https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition.(2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)).(3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation.(d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e).(e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer:(1) Name Of The Product Or Service Provided To The Government;(2) Name Of The Covered Article Or Source Subject To A Fascsa Order;(3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror;(4) Brand;(5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number);(6) Item Description;(7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used;(f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver.(end Of Provision)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/https://acquisition.gov/dfars (end Of Provision)far Clause 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 Includes The Following Clauses By Reference:52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kasperskylab And Other Covered Entities52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment52.204-27 Prohibition On A Bytedance Covered Application52.209-10 Prohibition On Contracting With Inverted Domestic Corporations52.219-6 Notice Of Total Small Business Set-aside52.219-28 Post-award Small Business Program Representation52.222-3 Convict Labor52.222-50 Combatting Trafficking In Persons52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving52.232-33 Payment By Electronic Funds Transfer—system For Award Management52.232-40 Providing Accelerated Payments To Small Business Subcontractors52.233-3 Protest After Award52.233-4 Applicable Law For Breach Of Contract Claim52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entitiesthe Current Version (as Of Rfq Date) Of The Following Far And Dfars Clauses, Incorporated By Reference, Apply To This Acquisition: 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.204-13 System For Award Management Maintenance52.204-18 Commercial And Government Entity Code Maintenance52.204-19 Incorporation By Reference Of Representations And Certifications52.204-21 Basic Safeguarding Of Covered Contractor Information Systems52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services52.217-6 Option For Increased Quantity52.219-8 Utilization Of Small Business Concerns52.219-14 Limitations On Subcontracting (deviation 2021-o0008)52.219-33 Non-manufacturer Rule52.222-19 Child Labor—cooperation With Authorities And Remedies52.223-23 Sustainable Products And Services (deviation 2025-o0004)52.225-13 Restrictions On Certain Foreign Purchases52.232-39 Unenforceability Of Unauthorized Obligations52.243-1 Changes—fixed Price52.246-2 Inspection Of Supplies—fixed-price52.247-34 F.o.b. Destination52.249-8 Default (fixed-price Supply And Service)52.252-6 Authorized Deviations In Clauses252.203-7000 Requirements Relating To Compensation Of Former Dod Officials252.203-7002 Requirement To Inform Employees Of Whistleblower Rights252.204-7003 Control Of Government Personnel Work Product252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services252.204-7022 Expediting Contract Closeout252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism252.211-7003 Item Unique Identification And Valuation252.223-7008 Prohibition Of Hexavalent Chromium252.225-7012 Preference For Certain Domestic Commodities 252.225-7048 Export-controlled Items252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region252.226-7001 Utilization Of Indian Organizations, Indian-owned Economic Enterprises, And Native Hawaiian Small Business Concerns252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports252.232-7010 Levies On Contract Payments 252.239-7018 Supply Chain Risk 252.243-7001 Pricing Of Contract Modifications252.243-7002 Requests For Equitable Adjustment252.244-7000 Subcontracts For Commercial Products Or Commercial Services252.246-7007 Contractor Counterfeit Electronic Part Detection And Avoidance System252.246-7008 Sources Of Electronic Parts252.247-7023 Transportation Of Supplies By Sea—basiccd 2025-o0003 Restoring Merit-based Opportunity In Federal Contracts (mar 2025)the Following Far And Dfars Clauses, Incorporated By Full Text, Apply To This Acquisition: 52.252-2 Solicitation 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/https://acquisition.gov/dfars(end Of Clause)252.232-7006 Wide Area Workflow Payment Instructions (jan 2023)(a) Definitions. As Used In This Clause—"department Of Defense Activity Address Code (dodaac)" Is A Six Position Code That Uniquely Identifies A Unit, Activity, Or Organization."document Type" Means The Type Of Payment Request Or Receiving Report Available For Creation In Wide Area Workflow (wawf)."local Processing Office (lpo)" Is The Office Responsible For Payment Certification When Payment Certification Is Done External To The Entitlement System."payment Request" And "receiving Report" Are Defined In The Clause At 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports.(b) Electronic Invoicing. The Wawf System Provides The Method To Electronically Process Vendor Payment Requests And Receiving Reports, As Authorized By Defense Federal Acquisition Regulation Supplement (dfars) 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports.(c) Wawf Access. To Access Wawf, The Contractor Shall—(1) Have A Designated Electronic Business Point Of Contact In The System For Award Management At Https://www.sam.gov; And(2) Be Registered To Use Wawf At Https://wawf.eb.mil/ Following The Step-by-step Procedures For Self-registration Available At This Web Site.(d) Wawf Training. The Contractor Should Follow The Training Instructions Of The Wawf Web-based Training Course And Use The Practice Training Site Before Submitting Payment Requests Through Wawf. Both Can Be Accessed By Selecting The "web Based Training" Link On The Wawf Home Page At Https://wawf.eb.mil/.(e) Wawf Methods Of Document Submission. Document Submissions May Be Via Web Entry, Electronic Data Interchange, Or File Transfer Protocol.(f) Wawf Payment Instructions. The Contractor Shall Use The Following Information When Submitting Payment Requests And Receiving Reports In Wawf For This Contract Or Task Or Delivery Order:(1) Document Type. The Contractor Shall Submit Payment Requests Using The Following Document Type(s):(i) For Cost-type Line Items, Including Labor-hour Or Time-and-materials, Submit A Cost Voucher.n/a(ii) For Fixed Price Line Items—(a) That Require Shipment Of A Deliverable, Submit The Invoice And Receiving Report Specified By The Contracting Officer.invoice (combo): Purchase Order N66001-25-p-6163(b) For Services That Do Not Require Shipment Of A Deliverable, Submit Either The Invoice 2in1, Which Meets The Requirements For The Invoice And Receiving Report, Or The Applicable Invoice And Receiving Report, As Specified By The Contracting Officer.n/a(2) Fast Pay Requests Are Only Permitted When Federal Acquisition Regulation (far) 52.213-1 Is Included In The Contract.(3) Document Routing. The Contractor Shall Use The Information In The Routing Data Table Below Only To Fill In Applicable Fields In Wawf When Creating Payment Requests And Receiving Reports In The System.routing Data Table*field Name In Wawfdata To Be Entered In Wawf Pay Official Dodaac N68732issue By Dodaac N66001admin Dodaac** N66001inspect By Dodaac N66001ship To Code N66001ship From Code N/amark For Codetbdservice Approver (dodaac) N/aservice Acceptor (dodaac) N/aaccept At Other Dodaac N/alpo Dodaac N/adcaa Auditor Dodaac N/aother Dodaac(s) N/a(4) Payment Request. The Contractor Shall Ensure A Payment Request Includes Documentation Appropriate To The Type Of Payment Request In Accordance With The Payment Clause, Contract Financing Clause, Or Federal Acquisition Regulation 52.216-7, Allowable Cost And Payment, As Applicable.(5) Receiving Report. The Contractor Shall Ensure A Receiving Report Meets The Requirements Of Dfars Appendix F.(g) Wawf Point Of Contact.(1) The Contractor May Obtain Clarification Regarding Invoicing In Wawf From The Following Contracting Activity's Wawf Point Of Contact.(2) Contact The Wawf Helpdesk At 866-618-5988, If Assistance Is Needed.(end Of Clause)
Closing Date28 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Housekeeping Services
United States
Details: Please Refer To Attached Amendment - Vendor Q&a36c24425q0230 0001
section A: Description This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, In Conjunction With Far Part 13 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. This Solicitation Is Issued As An Rfq, Number 36c24425q0230. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02 Effective 01/03/2025. The Complete Text Of Any Of The Clauses And Provisions May Be Accessed In Full Text At Far | Acquisition.gov. This Solicitation Is Being Competed On A Full And Open Competitive Basis. The Government Reserves The Right To Make Split Awards As A Result Of This Solicitation. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 812332 Industrial Launders, With A Small Business Size Standard Of $47 Million. The Fsc/psc Is S209 - Housekeeping Laundry/drycleaning. Complete Instructions For Submitting A Response To This Solicitation And Applicable Provisions And Clauses Are Found In 36c24425q0230. All Offerors Are Advised To Pay Careful Attention To The Quote Submission Instructions As There Are Very Specific Instructions As What Is Required To Be Provided. The Contract Period Of Performance (pop) Is Anticipated To Be 03/24/2025 Through 03/23/2030. Should Issuance Of The Award Occur On A Different Date, The Performance Period Will Be Adjusted Accordingly. Any Award Resulting From This Solicitation Will Be Issued On A Standard Form 1449. Note: To Receive An Award Resulting From This Solicitation, Offerors Must Be Registered In The System For Award Management (sam) Database. Registration May Be Done Online At: Www.acquisition.gov Or Www.sam.gov. Section B: Statement Of Work The Pittsburgh, Pa Contracting Office Is Seeking Uniform Rental, Alteration And Laundering Services To Support The Wilkes Barre Va Medical Center, Located At 1111 East End Blvd., Wilkes Barre, Pa 18711. See Attached Statement Of Work (sow) For Complete Details. Section C: Price Schedule All Interested Companies Shall Provide Quotations For The Following: Supplies/services Quantities Listed Are Estimates. While Week Is The Unit Of Measure In This Combined Synopsis, Vendors May Price The Work In Other Industry-wide Acceptable Units, Such As Lbs. Line Item Description Quantity Unit Of Measure Unit Price Total Price 0001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 1 52 Wk 1001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 2 52 Wk 2001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 3 52 Wk 3001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 4 52 Wk 4001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 5 52 Wk Place Of Performance: Wilkes Barre Va Medical Center 1111 East End Blvd. Wilkes Barre, Pa 18711 Section D: Evaluation Of Quotations The Government Will Select The Quote That Represents The Best Benefit To The Government At A Price That Can Be Determined Reasonable. Specific Information To Be Included In Quotes Is Detailed Below In Instructions To Offerors Commercial Items . Following Receipt Of Quotes, The Government Will Perform A Comparative Evaluation Of The Services Quoted In Accordance With Far 13.106-2(b)(3). The Government Will Compare Quotes To One Another To Select The Quote That Best Benefits The Government By Fulfilling The Requirement. Additional Information Pertaining To Comparative Evaluation Is Below: What Comparative Evaluation Is: It Is The Direct Comparison Of One Quotation/offer With Another In A Uniform And Fair Manner To Determine Which Quote/offer Provides The Government What It Needs, Where And When, As Identified In The Rfq It Is An Assessment Of Which Response Is The Best As A Whole Once One Quotation/offer Is Found Acceptable, It Is Compared Side By Side To The Remaining Ones, And The Best One Is Chosen What Comparative Evaluation Is Not: It Does Not Individually Evaluate Quote/offers Against Specified Evaluation Factors It Does Not Assign A Rating Using A Color, Numerical, Or Other Rating Methodology Although The Process Is Not Prohibited, It Does Not Require Additional Evaluation To Determine If Minimal Advantage Is Worth A Minimal Or Normal Price Difference It Is Not A Low Price Technically Acceptable (lpta) Or Trade-off Process Contractors May Submit More Than One Quote; However, Contractors Are Strongly Encouraged To Submit Their Best Technical Solutions And Prices In Response To This Request For Quote. All Quotes Must Be Submitted By The Deadline To Be Considered For Evaluation. The Government Reserves The Right To Not Select Any Quotes For Award. Additionally, The Government Reserves The Right To Cancel This Solicitation At Any Time Without Making Award. The Contractor Is Responsible For All Quote Preparation Costs, Which, Under No Circumstances, Will Be Paid Or Otherwise Provided For By The Government. Once The Government Determines There Is/are A Contractor(s) That Can Provide A Service That Meet(s) The Requirements Of This Request For Quote, The Government Reserves The Right To Communicate With Only Those Contractors Quoting The Best-suited Service To Address Any Remaining Issues. The Contracting Officer Will Evaluate Technical Capability, Price, And Past Performance. Section E: Clauses And Provisions The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services Offeror Must Ensure That Proposal Is Submitted Timely To Ensure Delivery And Receipt By The Due Date And Time Identified Herein. Offer Shall Be Submitted Electronically Via Email, To Stephanie.mcfadden@va.gov. In Addition To The Requirements Of Far 52.212-1, Offeror Shall: (a) Complete Provision 52.212-3. Note: An Offeror Needs Only To Complete Paragraph If The Offeror Has Completed The Annual Representations And Certifications Electronically In The System For Award Management Database. Otherwise, Complete Paragraphs (c) Through (o) As Applicable. (b) Offeror Shall Submit A Capability Statement Demonstrating Their Technical Capability And Ability To Meet The Full Scope (all Elements) Of The Statement Of Work. (c) Offeror Shall Submit At Least One Similarly Scoped/relevant Past Performance Reference, Including Both The Reference Information And Details Of The Work Performance; Past Performance Information Shall Be Recent And Relevant Work. Offerors May Submit More Than One Past Performance Reference; Doing So Further Demonstrates The Offeror S Ability To Perform The Work. The Contracting Officer May Also Utilize All Available Records (e.g. Ppiprs And Fapiis) As Well. A Determination Of Contractor Responsibility Will Be Conducted. Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have 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 Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: 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.va.gov/oal/library/vaar/ (end Of Provision) Far Number Title Date 52.204-7 System For Award Management Nov 2024 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.229-11 Tax On Certain Foreign Procurements Notice And Representation Jun 2020 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) The Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Paragraph (c)(1) In The Provision At 52.204 26, Covered Telecommunications Equipment Or Services Representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212 3, Offeror Representations And Certifications Commercial Products And Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Paragraph (c)(2) Of The Provision At 52.204 26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212 3. Definitions. As Used In This Provision Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services. (d) Representations. The Offeror Represents That (1) It [ ] Will, [ ] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds Will In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds Does In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded Will In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded Does In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.204-26 Covered Telecommunications Equipment Or Services Representation (oct 2020) (a) Definitions. As Used In This Provision, Covered Telecommunications Equipment Or Services And Reasonable Inquiry Have The Meaning Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services . (c) Representations. (1) The Offeror Represents That It [ ] Does, [ ] Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument. (2) After Conducting A Reasonable Inquiry For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. (end Of Provision) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) (a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (c) Procedures. (1) The Offeror Shall Search For The Phrase Fascsa Order In The System For Award Management (sam)(https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)). (3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation. (d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e). (e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer: (1) Name Of The Product Or Service Provided To The Government; (2) Name Of The Covered Article Or Source Subject To A Fascsa Order; (3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror; (4) Brand; (5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); (6) Item Description; (7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used; (f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver. (end Of Provision) 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Indefinite Quantity Contract Resulting From This Solicitation. (end Of Provision) (end Of Addendum To 52.212-1) 52.212-2 Evaluation Commercial Products And Commercial Services (nov 2021) (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: 1) Technical Capability 2) Past Performance 3) Price (b) Evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: 1) Technical Capability: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. Please Provide An Explanation Of Your Firm S Ability To Meet And/or Exceed The Technical Aspects Of This Solicitation. 2) Past Performance: Offerors Shall Provide At Least One Relevant Past Performance Reference. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. 3) Price: The Government Will Evaluate The Price By Adding The Total Of All Line-item Prices. The Total Evaluated Price Will Be That Sum. (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. (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. (end Of Provision) Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) Addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have 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 Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 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.va.gov/oal/library/vaar/ (end Of Clause) Far Number Title Date 52.204-13 System For Award Management Maintenance Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.223-2 Reporting Of Biobased Products Under Service And Construction Contracts May 2024 52.237-3 Continuity Of Services Jan 1991 52.216-18 Ordering (aug 2020) (a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 03/24/2025 Through 03/23/2030. (b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control. (c) A Delivery Order Or Task Order Is Considered "issued" When (1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail; (2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or (3) If Sent Electronically, The Government Either (i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or (ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address. (d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract. (end Of Clause) 52.216-19 Order Limitations (oct 1995) (a) Minimum Order. When The Government Requires Supplies Or Services Covered By This Contract In An Amount Of Less Than $2,500.00, The Government Is Not Obligated To Purchase, Nor Is The Contractor Obligated To Furnish, Those Supplies Or Services Under The Contract. (b) Maximum Order. The Contractor Is Not Obligated To Honor (1) Any Order For A Single Item In Excess Of To Be Determined At Award; (2) Any Order For A Combination Of Items In Excess Of To Be Determined At Award; Or (3) A Series Of Orders From The Same Ordering Office Within 10 Days That Together Call For Quantities Exceeding The Limitation In Paragraph (b)(1) Or (2) Of This Section. (c) If This Is A Requirements Contract (i.e., Includes The Requirements Clause At Subsection 52.216-21 Of The Federal Acquisition Regulation (far)), The Government Is Not Required To Order A Part Of Any One Requirement From The Contractor If That Requirement Exceeds The Maximum-order Limitations In Paragraph (b) Of This Section. (d) Notwithstanding Paragraphs (b) And (c) Of This Section, The Contractor Shall Honor Any Order Exceeding The Maximum Order Limitations In Paragraph (b), Unless That Order (or Orders) Is Returned To The Ordering Office Within 5 Days After Issuance, With Written Notice Stating The Contractor's Intent Not To Ship The Item (or Items) Called For And The Reasons. Upon Receiving This Notice, The Government May Acquire The Supplies Or Services From Another Source. (end Of Clause) 52.216-21 Requirements (oct 1995) (a) This Is A Requirements Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies Or Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract. Except As This Contract May Otherwise Provide, If The Government's Requirements Do Not Result In Orders In The Quantities Described As "estimated" Or "maximum" In The Schedule, That Fact Shall Not Constitute The Basis For An Equitable Price Adjustment. (b) Delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. Subject To Any Limitations In The Order Limitations Clause Or Elsewhere In This Contract, The Contractor Shall Furnish To The Government All Supplies Or Services Specified In The Schedule And Called For By Orders Issued In Accordance With The Ordering Clause. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations. (c) Except As This Contract Otherwise Provides, The Government Shall Order From The Contractor All The Supplies Or Services Specified In The Schedule That Are Required To Be Purchased By The Government Activity Or Activities Specified In The Schedule. (d) The Government Is Not Required To Purchase From The Contractor Requirements In Excess Of Any Limit On Total Orders Under This Contract. (e) If The Government Urgently Requires Delivery Of Any Quantity Of An Item Before The Earliest Date That Delivery May Be Specified Under This Contract, And If The Contractor Will Not Accept An Order Providing For The Accelerated Delivery, The Government May Acquire The Urgently Required Goods Or Services From Another Source. (f) Any Order Issued During The Effective Period Of This Contract And Not Completed Within That Period Shall Be Completed By The Contractor Within The Time Specified In The Order. The Contract Shall Govern The Contractor's And Government's Rights And Obligations With Respect To That Order To The Same Extent As If The Order Were Completed During The Contract's Effective Period; Provided, That The Contractor Shall Not Be Required To Make Any Deliveries Under This Contract After 03/23/2030. (end Of Clause) 52.216-22 Indefinite Quantity (oct 1995) (a) This Is An Indefinite-quantity Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies And Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract. (b) Delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. The Contractor Shall Furnish To The Government, When And If Ordered, The Supplies Or Services Specified In The Schedule Up To And Including The Quantity Designated In The Schedule As The "maximum." The Government Shall Order At Least The Quantity Of Supplies Or Services Designated In The Schedule As The "minimum." (c) Except For Any Limitations On Quantities In The Order Limitations Clause Or In The Schedule, There Is No Limit On The Number Of Orders That May Be Issued. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations. (d) Any Order Issued During The Effective Period Of This Contract And Not Completed Within That Period Shall Be Completed By The Contractor Within The Time Specified In The Order. The Contract Shall Govern The Contractor's And Government's Rights And Obligations With Respect To That Order To The Same Extent As If The Order Were Completed During The Contract's Effective Period; Provided, That The Contractor Shall Not Be Required To Make Any Deliveries Under This Contract After 03/23/2030. (end Of Clause) Vaar 852.203-70 Commercial Advertising (may 2018) The Contractor Shall Not Make Reference In Its Commercial Advertising To Department Of Veterans Affairs Contracts In A Manner That States Or Implies The Department Of Veterans Affairs Approves Or Endorses The Contractor S Products Or Services Or Considers The Contractor S Products Or Services Superior To Other Products Or Services. (end Of Clause) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) (a) Definitions. As Used In This Clause (1) Contract Financing Payment Has The Meaning Given In Far 32.001; (2) Designated Agency Office Means The Office Designated By The Purchase Order, Agreement, Or Contract To First Receive And Review Invoices. This Office Can Be Contractually Designated As The Receiving Entity. This Office May Be Different From The Office Issuing The Payment; (3) Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests; (4) Invoice Payment Has The Meaning Given In Far 32.001; And (5) Payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract. (b) Electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required. (c) Data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following: (1) Va S Electronic Invoice Presentment And Payment System At The Current Website Address Provided In The Contract. (2) Any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi). (d) Invoice Requirements. Invoices Shall Comply With Far 32.905. (e) Exceptions. If, Based On One Of The Circumstances In This Paragraph (e), The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For (1) Awards Made To Foreign Vendors For Work Performed Outside The United States; (2) Classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information; (3) Contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies; (4) Solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or (5) Solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above. (end Of Clause) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor. (end Of Clause) (end Of Addendum To 52.212-4) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2024) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 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: [] (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). [x] (5) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (6) [reserved] [] (7) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (8) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [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). [x] (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, Or Proposed For Debarment. (nov 2021) (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). [x] (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. [] (20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). [] (21)(i) 52.219 9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). [] (ii) Alternate I (nov 2016) Of 52.219-9. [] (iii) Alternate Ii (nov 2016) Of 52.219-9. [] (iv) Alternate Iii (jun 2020) Of 52.219 9. [] (v) Alternate Iv (sep 2023) Of 52.219 9. [] (22)(i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). [] (ii) Alternate I (mar 2020) Of 52.219-13. [] (23) 52.219 14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 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). [x] (26) (i) 52.219 28, Post-award Small Business Program Representation (feb 2024) (15 U.s.c. 632(a)(2)). [] (ii) Alternate I (mar 2020) Of 52.219 28. [] (27) 52.219 29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). [] (28) 52.219 30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). [] (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). [] (30) 52.219 33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s). [x] (31) 52.222-3, Convict Labor (jun 2003) (e.o. 11755). [] (32) 52.222 19, Child Labor Cooperation With Authorities And Remedies (feb 2024) (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) 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). [] (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 (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) [] (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.). [x] (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. 7671i). [] (47)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). [] (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. [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) Alternate I [reserved]. [] (iii) Alternate Ii (dec 2022) Of 52.225-3. [] (iv) Alternate Iii (feb 2024) Of 52.225-3. [] (v) Alternate Iv (oct 2022) Of 52.225-3. [] (50) 52.225 5, Trade Agreements (nov 2023) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). [] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). [] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). [x] (55) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513) [x] (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). [x] (59) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (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). [x] (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: [x] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [x] (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). Employee Class Monetary Wage-fringe Benefits [x] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). [] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). [] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). [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) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause (i) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203 17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712). (iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (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 (feb 2024) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222 26, Equal Opportunity (sep 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 (may 2022) (e. O. 12989). (xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xxi) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xxii)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). 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) Section F: Additional Information Award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. The Following Are The Decision Factors: - Price - Technical Capability - Past Performance The Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. Questions Questions In Response To This Notice Shall Be Submitted Via Email Only To Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00pm, Et, Monday, January 27, 2025. Questions May Or May Not Result In An Extension Of The Solicitation. Sources Sought 36c24425q0230 Must Be Included In The Subject Line Of The Email. Due Date Submission Of Your Response Shall Be Submitted Via Email Only To Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00pm, Thursday, February 13, 2025. Sources Sought 36c24425q0230 Must Be Included In The Subject Line Of The Email. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). The Response Shall Demonstrate The Ability To Meet The Requirements In The Solicitation. Specifically, Through Past Performances Of Providing Uniform Rental, Repair And Laundering Services To The Va Or Other Government Agencies. Quotes Shall Clearly And Completely Address The Technical Elements Listed In The Sow. Responses To These Elements Will Form The Basis Of Determining The Technical Acceptability Of The Quote. A Quote May Be Considered Not Technically Acceptable If Inadequate Or Insufficient Information Is Submitted, Which May Exclude The Quote From Further Consideration. Government May Make Award Based On The Initial Quotes Received; Therefore, An Offeror Should Submit Its Best Pricing With Its Quote. Pricing Submitted In Offeror Quote Shall Be Listed As Five Separate Line Items: One For Each Ordering Period As Outlined In Sow. Offerors Are Hereby Advised That Any Offeror-imposed Terms And Conditions That Deviate From The Government S Material Terms And Conditions Established By The Solicitation May Render The Quote Unacceptable And, Therefore, Ineligible For Award. The Government Intends To Issue A Single Award Resulting From This Solicitation. Attachments
Closing Date13 Feb 2025
Tender AmountUSD 128.6 K
This is an estimated amount, exact amount may vary.
2091-2100 of 2120 archived Tenders