Drone Tenders

City Of San Pablo Tender

Aerospace and Defence
Philippines
Closing Date2 Jun 2025
Tender AmountPHP 980 K (USD 17.6 K)
Details: Description Rfq-2025-301 (0914-05-26-25) 1. 1 Unit Drone 220,000.00 Specs Aircraft Takeoff Weight Mavic 3 Pro: 958 G Mavic 3 Pro Cine: 963 G Dimensions Folded (without Propellers): 231.1×98×95.4 Mm (l×w×h) Unfolded (without Propellers): 347.5×290.8×107.7 Mm (l×w×h) Max Ascent Speed 8 M/s Max Descent Speed 6 M/s Max Horizontal Speed (at Sea Level, No Wind) 21 M/s Max Takeoff Altitude 6000 M Max Flight Time 43 Minutes Measured In A Controlled Test Environment. Specific Test Conditions Are As Follows: Flying At A Constant Speed Of 32.4 Kph In A Windless Environment At Sea Level, With Apas Off, Airsense Off, Camera Parameters Set To 1080p/24fps, Video Mode Off, And From 100% Battery Level Until 0%. Results May Vary Depending On The Environment, Actual Use, And Firmware Version. Max Hovering Time 37 Minutes Measured In A Controlled Test Environment. Specific Test Conditions Are As Follows: Hovering In A Windless Environment At Sea Level, With Apas Off, Airsense Off, Camera Parameters Set To 1080p/24fps, Video Mode Off, And From 100% Battery Level Until 0%. Results May Vary Depending On The Environment, Actual Use, And Firmware Version. Max Flight Distance 28 Km The Flight Distance Is Different From The Video Transmission Distance. The Data Was Tested In A Controlled Environment Under The Following Specific Test Conditions: Flying At A Constant Speed Of 50.4 Kph In A Windless Environment At Sea Level, With Apas Off, Airsense Off, Camera Parameters Set To 1080p/24fps, Video Mode Off, And From 100% Battery Level Until 0%. Results May Vary Depending On The Environment, Actual Use, And Firmware Version. Max Wind Speed Resistance 12 M/s Max Pitch Angle 35° Operating Temperature -10° To 40° C (14° To 104° F) Global Navigation Satellite System Gps + Galileo + Beidou Hovering Accuracy Range Vertical: ±0.1 M (with Vision Positioning) ±0.5 M (with Satellite Positioning) Horizontal: ±0.3 M (with Vision Positioning) ±0.5 M (with Satellite Positioning) Internal Storage Mavic 3 Pro: 8 Gb (approx. 7.9gb Available Space) Mavic 3 Pro Cine: 1 Tb (approx. 934.8gb Available Space) Class C2 (eu) Camera Image Sensor Hasselblad Camera: 4/3 Cmos, Effective Pixels: 20 Mp Medium Tele Camera: 1/1.3″ Cmos, Effective Pixels: 48 Mp Tele Camera: 1/2″ Cmos, Effective Pixels: 12 Mp Lens Hasselblad Camera Fov: 84° Format Equivalent: 24mm Aperture: F/2.8-f/11 Focus: 1 M To ∞ Medium Tele Camera Fov: 35° Format Equivalent: 70mm Iso Range Video Normal And Slow Motion: 100-6400 (normal) 400-1600 (d-log) 100-1600 (d-log M) 100-1600 (hlg) Shutter Speed Hasselblad Camera: 8-1/8000 S Medium Tele Camera: 2-1/8000 S Tele Camera: 2-1/8000 S Max Image Size Hasselblad Camera: 5280×3956 Medium Tele Camera: 8064×6048 Tele Camera: 4000×3000 Still Photography Modes Hasselblad Camera Single Shot: 20 Mp Burst Shooting: 20 Mp, 3/5/7 Frames Aperture: F/2.8 Focus: 3 M To ∞ Tele Camera Fov: 15° Format Equivalent: 166mm Aperture: F/3.4 Focus: 3 M To ∞ Night: 800-12800 (normal) Photo 100-6400 Automatic Exposure Bracketing (aeb): 20 Mp, 3/5 Frames At 0.7 Ev Step Timed: 20 Mp, 2/3/5/7/10/15/20/30/60 S Medium Tele Camera Single Shot: 12 Mp Or 48 Mp Burst Shooting: 12 Mp Or 48 Mp, 3/5/7 Frames Automatic Exposure Bracketing (aeb): 12 Mp Or 48 Mp, 3/5 Frames At 0.7 Ev Step Timed: 12 Mp: 2/3/5/7/10/15/20/30/60 S 48 Mp: 7/10/15/20/30/60 S Tele Camera Single Shot: 12 Mp Burst Shooting: 12 Mp, 3/5/7 Frames Automatic Exposure Bracketing (aeb): 12 Mp, 3/5 Frames At 0.7 Ev Step Timed: 12 Mp, 2/3/5/7/10/15/20/30/60 S Photo Format Jpeg/dng (raw) Video Resolution Hasselblad Camera Apple Prores 422 Hq/422/422 Lt 5.1k: 5120×2700@24/25/30/48/50fps Dci 4k: 4096×2160@24/25/30/48/50/60/120*fps 4k: 3840×2160@24/25/30/48/50/60/120*fps H.264/h.265 5.1k: 5120×2700@24/25/30/48/50fps Dci 4k: 4096×2160@24/25/30/48/50/60/120*fps 4k: 3840×2160@24/25/30/48/50/60/120*fps Fhd: 1920×1080@24/25/30/48/50/60/120*/200*fps * Recording Frame Rates. The Corresponding Video Plays As Slow-motion Video Medium Tele Camera Apple Prores 422 Hq/422/422 Lt 4k: 3840×2160@24/25/30/48/50/60fps H.264/h.265 4k: 3840×2160@24/25/30/48/50/60fps Fhd: 1920×1080@24/25/30/48/50/60fps Tele Camera Apple Prores 422 Hq/422/422 Lt 4k: 3840×2160@24/25/30/48/50/60fps H.264/h.265 4k: 3840×2160@24/25/30/50/60fps Fhd: 1920×1080@24/25/30/50/60fps Only The Cine Version Supports Prores Recording. Video Format Mp4/mov (mpeg-4 Avc/h.264, Hevc/h.265) Mov (apple Prores 422 Hq/422/422 Lt) Only The Cine Version Supports Prores Recording. Max Video Bitrate Hasselblad Camera: H.264/h.265: 200 Mbps Prores 422 Hq: 3772 Mbps Prores 422: 2514 Mbps Prores 422 Lt: 1750 Mbps Medium Tele Camera: H.264/h.265: 160 Mbps Prores 422 Hq: 1768 Mbps Prores 422: 1178 Mbps Prores 422 Lt: 821 Mbps Tele Camera: H.264/h.265: 160 Mbps Prores 422 Hq: 1768 Mbps Prores 422: 1178 Mbps Prores 422 Lt: 821 Mbps Only The Cine Version Supports Prores Recording. Supported File System Exfat Color Mode And Sampling Method Hasselblad Camera Normal: 10-bit 4:2:2 (apple Prores 422 Hq/422/422 Lt) 8-bit 4:2:0 (h.264/h.265) D-log: 10-bit 4:2:2 (apple Prores 422 Hq/422/422 Lt) 10-bit 4:2:0 (h.264/h.265) Hlg/d-log M: 10-bit 4:2:2 (apple Prores 422 Hq/422/422 Lt) 10-bit 4:2:0 (h.265) Medium Tele Camera Normal: 10-bit 4:2:2 (apple Prores 422 Hq/422/422 Lt) 8-bit 4:2:0 (h.264/h.265) Hlg/d-log M: 10-bit 4:2:2 (apple Prores 422 Hq/422/422 Lt) 10-bit 4:2:0 (h.265) Tele Camera Normal: 10-bit 4:2:2 (apple Prores 422 Hq/422/422 Lt) 8-bit 4:2:0 (h.264/h.265) Hlg/d-log M: 10-bit 4:2:2 (apple Prores 422 Hq/422/422 Lt) 10-bit 4:2:0 (h.265) Only The Cine Version Supports Prores Recording. Digital Zoom (only In Normal Video Mode And Explore Mode) Hasselblad Camera: 1-3x Medium Tele Camera: 3-7x Tele Camera: 7-28x Gimbal Stabilization 3-axis Mechanical Gimbal (tilt, Roll, Pan) Mechanical Range Tilt: -140° To 50° Roll: -50° To 50° Pan: -23° To 23° Controllable Range Tilt: -90° To 35° Pan: -5° To 5° Max Control Speed (tilt) 100°/s Angular Vibration Range Hovering Without Wind: ±0.001° Normal Mode: ±0.003° Sport Mode: ±0.005° Sensing Sensing Type Omnidirectional Binocular Vision System, Supplemented With An Infrared Sensor At The Bottom Of The Aircraft Forward Measurement Range: 0.5-20 M Detection Range: 0.5-200 M Effective Sensing Speed: Flight Speed ≤ 15 M/s Fov: Horizontal 90°, Vertical 103° Backward Measurement Range: 0.5-16 M Effective Sensing Speed: Flight Speed ≤ 12 M/s Fov: Horizontal 90°, Vertical 103° Lateral Measurement Range: 0.5-25 M Effective Sensing Speed: Flight Speed ≤ 15 M/s Fov: Horizontal 90°, Vertical 85° Upward Measurement Range: 0.2-10 M Effective Sensing Speed: Flight Speed ≤ 6 M/s Fov: Front And Back 100°, Left And Right 90° Downward Measurement Range: 0.3-18 M Effective Sensing Speed: Flight Speed ≤ 6 M/s Fov: Front And Back 130°, Left And Right 160° Operating Environment Forward, Backward, Left, Right, And Upward: Surfaces With Discernible Patterns And Adequate Lighting (lux > 15) Downward: Surfaces With Discernible Patterns, Diffuse Reflectivity > 20% (e.g. Walls, Trees, People), And Adequate Lighting (lux > 15) Video Transmission Video Transmission System O3+ Live View Quality Remote Controller: 1080p/30fps, 1080p/60fps Operating Frequency 2.400-2.4835 Ghz 5.725-5.850 Ghz Transmitter Power (eirp) 2.4 Ghz: < 33 Dbm (fcc) < 20 Dbm (ce/srrc/mic) 5.8 Ghz: Max Transmission Distance (unobstructed, Free Of Interference) Fcc: 15 Km Ce: 8 Km Srrc: 8 Km Mic: 8 Km Measured In An Unobstructed Outdoor Environment Free Of Interference. The Above Data Shows The Farthest Communication Range For One-way, Non-return Flights Under Each Standard. During Your Flight, Please Pay Attention To Rth Reminders In The Dji Fly App. Max Transmission Distance (unobstructed, With Interference) Strong Interference: Urban Landscape, Approx. 1.5-3 Km Medium Interference: Suburban Landscape, Approx. 3-9 Km Low Interference: Suburb/seaside, Approx. 9-15 Km Data Tested Under Fcc Standard In Unobstructed Environments With Typical Interference. Used For Reference Purposes Only And Provides No Guarantee For Actual Transmission Distance. Max Transmission Distance (obstructed, With Interference) Low Interference And Obstructed By Buildings: Approx. 0-0.5 Km Low Interference And Obstructed By Trees: Approx. 0.5-3 Km Data Tested Under Fcc Standard In Environments With Typical Low Interference. Used For Reference Purposes Only And Provides No Guarantee For Actual Transmission Distance. Max Download Speed O3+: 5.5 Mb/s (with Dji Rc-n1 Remote Controller) 15 Mb/s (with Dji Rc Pro) 5.5 Mb/s (with Dji Rc) < 33 Dbm (fcc) < 30 Dbm (srrc) < 14 Dbm (ce) Wi-fi 6: 80 Mb/s* * Measured In A Laboratory Environment With Little Interference In Countries/regions That Support Both 2.4 Ghz And 5.8 Ghz, With Footage Saved To The Internal Storage. Download Speeds May Vary Depending On The Actual Conditions. Lowest Latency 130 Ms (with Dji Rc-n1 Remote Controller) 120 Ms (with Dji Rc Pro) 130 Ms (with Dji Rc) Depending On The Actual Environment And Mobile Device. Antenna 4 Antennas, 2t4r Battery Capacity 5000 Mah Weight 335.5 G Nominal Voltage 15.4 V Max Charging Voltage 17.6 V Type Li-ion 4s Energy 77 Wh Charging Temperature 5° To 40° C (41° To 104° F) Charging Time Approx. 96 Minutes Use The Included Data Cable Of The Dji 65w Portable Charger. Approx. 70 Minutes Use The Dji 100w Usb-c Power Adapter And Dji Mavic 3 Series 100w Battery Charging Hub. Charger Input Dji 65w Portable Charger: 100-240 V (ac), 50-60 Hz, 2 A Dji 100w Usb-c Power Adapter: 100-240 V (ac), 50-60 Hz, 2.5 A Output Dji 65w Portable Charger: Usb-c: 5 V, 5 A 9 V, 5 A 12 V, 5 A 15 V, 4.3 A 20 V, 3.25 A 5-20 V, 3.25 A Usb-a: 5 V, 2 A Dji 100w Usb-c Power Adapter: Max 100 W (total) When Both Ports Are Used, The Max Output Power Of One Port Is 82 W, And The Charger Will Dynamically Allocate The Output Power Of The Two Ports According To The Power Load. Rated Power Dji 65w Portable Charger: 65 W Dji 100w Usb-c Power Adapter: 100 W Battery Charging Hub Input Usb-c: 5-20 V, Max 5 A Output Battery Port: 12-17.6 V, Max 5 A Rated Power Battery Charging Hub: 65 W Battery Charging Hub (100w): 100 W Charging Type Three Batteries Charged In Sequence. Compatibility Dji Mavic 3 Intelligent Flight Battery Car Charger Input Car Power Input: 12.7-16 V, 6.5 A, Rated Voltage 14 V (dc) Output Usb-c: 5 V, 5 A 9 V, 5 A 12 V, 5 A 15 V, 4.3 A 20 V, 3.25 A 5-20 V, 3.25 A Usb-a: 5 V, 2 A Rated Power 65 W Charging Temperature 5° To 40° C (41° To 104° F) Storage Recommended Microsd Cards Lexar 1066x 64gb V30 A2 Microsdxc Lexar 1066x 128gb V30 A2 Microsdxc Lexar 1066x 256gb V30 A2 Microsdxc Lexar 1066x 512gb V30 A2 Microsdxc Sandisk High Endurance 64gb V30 Microsdxc Sandisk High Endurance 128gb V30 Microsdxc Sandisk High Endurance 256gb V30 Microsdxc Kingston Canvas Go! Plus 64gb V30 A2 Microsdxc Kingston Canvas Go! Plus 128gb V30 A2 Microsdxc Kingston Canvas Go! Plus 256gb V30 A2 Microsdxc Kingston Canvas Go! Plus 512gb V30 A2 Microsdxc Footnotes The Terms Hdmi, Hdmi High-definition Multimedia Interface, Hdmi Trade Dress And The Hdmi Logos Are Trademarks Or Registered Trademarks Of Hdmi Licensing Administrator, Inc Others Guaranteed Software Updates Until 31/12/2026 Battery Combi Tools Rated Pressure 720bar Pulling Force 48kn Theoretical Cutting Force 380kn Pulling Distance 340mm Spreading Force 58.07kn Cutting Capacity 032mm Round Steel/16mm Steel Plate Spreading Distance 360mm Dimensions 926x246x287mm N.w/g.w (w/ Battery) 20.64/34.4kg Deadline For Submission Of Bids: June 2, 2025, 11:00 Am Payment Term: 30 Days *for Price Quotations (preferably Through Email At Lgu.spcbac7@gmail.com) Please See Attached Quotation Form (associated Components)

Department Of The Interior And Local Government - DILG Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Soon26 Jun 2025
Tender AmountPHP 3.5 Million (USD 61.3 K)
Details: Description Invitation To Bid The Department Of The Interior & Local Government, Regional Office No. Ix, Pagadian City, Through Its Regional Bids And Awards Committee (rbac) Invites Suppliers/distributors To Bid For The Hereunder Project: Name Of Project: Procurement Of Ict Resources Purpose: For Dilg Region Ix Use Location: Pagadian City Brief Description: Item Number/quantity/unit/description 1) 30 Unit Laptop Computer Specs: At Least 14 Cores Or Better At Least 18 Threads Or Better At Least 18 Mb Smart Cache Or Better Max Turbo Frequency: At Least 4.5 Ghz Or Better At Least 16gb (2x8gb Ddr5 Memory) 5600mhz At Least 14" 1920 X 1080 Resolution Integrated Or Dedicated Graphics At Least 1tb Pcie Nvme M.2 Ssd Preloaded License Windows 11 Pro 64bit Or Higher At Least 1080p Fhd Camera With Privacy Shutter 2x 2w Speaker At Least 2x Type-a Usb3.2 Gen1 At Least 1x Type-c Usb3.2 Gen2 At Least 1x Hdmi Port At Least 1x Audio Jack/combo At Least Wi-fi 5 At Least Bluetooth 5 Not Exceeding 2kgs (charger Excluded) At Least 53 Wh Backlit Keyboard 3 Years Warranty On-site On Parts, Labor & Service 1 Year Warranty On Battery & Mouse Must Be The Same Brand With The Offered Unit Laptop Bag & Wireless Optical Mouse Custom Bios Boot-up Dilg Logo Ms Office Home And Student 2) 3 Unit Desktop Computer Specs: At Least 14-cores Or Better At Least 20 Threads Or Better At Least 24 Mb Smart Cache Or Better Max Turbo Frequency: At Least 4.8 Ghz Or Better At Least 16gb Ddr5 Memory 5600mhz Integrated Or Dedicated Graphics At Least 512gb M.2 Pcie Nvme Ssd At Least 1tb 2.5 Hdd Preloaded License Windows 11 Pro 64bit Or Higher At Least 2 Usb 2.0 Type-a At Least 1 Usb 5gbps Type-c At Least 1 Usb 5gbps Type-a At Least 1 Gigabit Ethernet Port At Least 1 Hdmi 2.1 At Least 1 Display Port 1.4 Monitor Must Be The Same Brand With The Offered Unit Size: At Least 23.8 Inch Resolution: At Least 1920x1080 Ips Panel With Hdmi Port And Atleast 3m/9.84ft Cable 3 Years Warranty On-site On Parts, Labor & Service 1 Year Warranty On Battery & Mouse Optical Mouse With Mouse Pad And Standard Full Size Usb Keyboard With Numeric Keypad Custom Bios Boot-up Dilg Logo Ms Office Home And Student 3) 4 Unit Printer, All In One (print,scan,fax) Specs: Colour Inkjet Print, Scan, Copy, Fax With Adf Print Speed Of Up To 25.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet Jpeg, Pdf A4, Legal/folio/oficio, Letter, A3 Yes, Tcp/ipv6 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Windows 10 Or Higher; Or Equivalent Os Initial Ink Set With At Least Additional 2 Sets Of Ink Per Unit 1 Year Warranty 4) 1 Lot Online Subscription Chatgpt Team Plan 6 Users For 1 Year 5) 1 Lot Online Subscription Envato Team Plan 2 Users For 1 Year 6) 1 Lot Online Subscription Figma 1 User For 1 Year 7) 1 Lot Online Subscription Geoimgr Pro Subscription 5 Users For 1 Year 8) 2 Lot Online Subscription Microsoft 365 1 Year 9) 1 Lot Online Subscription Padlet Team Subscription 1 Year 10) 37 Lot Online Subscription 1 Year Antivirus Software 11) 4 Unit Smart Television Specs: 55-inch Real 4k Resolution Crystal Processor 4k Smart Tv Hdmi (3 Ports) Usb (1 Usb-a) Wifi And Bluetooth 12) 1 Unit Audio Equipment, Wireless Conference System Specs: Built-in 16 Channel Wifi Frequencies Record & Play Thru Usb And With Bluetooth Function 5 Groups Of Channel, Each Channel Have 130 Frequencies Fifo Function, Only 4 Units Can Use At The Same Time Wireless Capabilities Support An Infinite Number Of Units Built-in Advanced Encryption Communication Algorithm, Completely Eliminate Balance Xlr & Unbalance Pl Output Automatic Shutdown. Host Standby For More Than 30 Minutes. Workable Distance Up To 50 Meters, Depend On Environment Main Unit Can Be Rack Mount 13) 1 Unit Audio Equipment, Wireless Conference Microphone Specs: Wireless Chairman's Unit Priority Butions Mic On/off Buttons Unidirectional Condenser Mic Red Light Indicate Mic Is On 14) 10 Unit Audio Equipment, Wireless Conference Microphone Specs: Wireless Delegate's Unit Mic On/off Buttons Unidirectional Condenser Mic Red Light Indicate Mic Is On 15) 1 Unit Audio Equipment Specs: 12 Channel Input Compact Mixer 8 Mic/line 2 Aux Stereo Input 3 Band Eq 24bit 99dsp Digital Effect Mute And Solo Function Phantom Power 48v 2 Bus Headphone And Foot Switch 2 Aux Out Bluetooth Usb Mp3 Function 16) 44 Piece Battery,aa – Rechargeable Specs: 2800mah Ni-mh Aa Rechargeable Batteries High Capacity For Long Lasting In Daily Aa Powered 17) 1 Unit Printer- 3 In One (printer, Copier & Scanner) Specs: Gi-73 (dye-based / Black, Grey, Cyan, Magenta, Yellow, Red) Mc-g02 4,800 (horizontal)*1 X 1,200 (vertical) Dpi 3.9 Ipm (mono/colour) 20 Sec (mono/colour) Up To 203.2 Mm (8") Borderless: Up To 216 Mm (8.5") A4, A5, B5, A6, Ltr, Lgl, Executive, Legal 600 X 1,200 Dpi Snmp, Http, Tcp/ip (ipv4/ipv6) 18) 1 Unit Video Equipment Specs: 1/2.5 Type (0.28 In [7.20 Mm]) Back-illuminated Exmor R Cmos Sensor Approx. 8.29 Megapixels (16:9) Zeiss® Vario-sonnar® T* Zoom 20x Clear Image Zoom 4k: 30x, Hd: 40x Screen Type 7.5 Cm (3.0 Type) Xtra Fine Lcd™ Display (921,600 Dots) Wide (16:9) 19) 3 Unit Digital Camera, Dslr Specs: Mirrorless Camera Eos R100 (rf - S18-45mm F/4.5-6.3 Is Stm) Approx. 24.1 Mp Aps-c Cmos Sensor & Approx. 356g (body) 4k 25p & Hd 120p With Movie Digital I 20) 1 Unit Dslr Tripod Specs: 78" Heavy-duty Carbon Fiber Video Product Dimensions: 990.0 X 165.0 X 165.0mm Package Dimensions: 175.0 X 175.0 X 1040.0mm Product Weight: 5.0 ± 0.1kg Adjustable Height: 94.0~197.0cm Bowl Base Diameter: 75.0mm Tilt Range: 90°/-60° Counterbalance: 8.0kg Handle Length: 23.0~36.0cm 21) 2 Unit Hdmi Wireless Transmitter Specs: Wireless Transmitter And Receiver Set Transmit Uhd 4k30 Video Up To 1300' Hdmi Input, Output, And Hdmi Loop Output 2.4 And 5 Ghz Frequency Bands Supports Uvc Plug-and-play For Streaming 650' Transmission In Broadcast Mode Smart Channel Scanning, Bright Lcd Low 60 Ms Latency, 12 Mb/s Bit Rate Dc, L-series, And Usb-c Power Options 22) 1 Set Wireless Intercom Headset System Specs: Hub Base Station Full-duplex (fdx) Modulation: Gfsk Carrier Frequencies: 1920-1930mhz Headset Connector: 3.5mm Trrs Link Connector: 3.5mm Trrs Operating Range: Up To 1312ft (400m) Without Obstacles Frequency Response: 300hz-5khz Signal-to-noise Ratio: =65db Dimensions: 5 X 4.7 X 1.83” (127.6 X 119.4 X 46.5mm) 7 Unit Single-ear Remote Headset Carrier Frequencies: 1920-1930mhz Microphone Type: Condenser Microphone Operating Range: Up To 1312’ (400m) Without Obstacles Frequency Response: 300hz-5khz Battery Life: Approximately 18-hours Weight: 10.6oz (300g) With Battery 1 Unit Lightweight Backband Headset Microphone Type: Condenser Microphone Cable Length: 4.75’ (1.45m) Connector: 3.5mm Trrs Weight: 5.82oz (165g) Dimensions: 7 X 7 X 3.35” (177.8 × 177.8 × 85mm) 23) 4 Unit Drone Specs: Aircraft Takeoff Weight 248 G Folded (without Propellers): 148×90×62 Mm (l×w×h) Unfolded (with Propellers): 251×362×72 Mm (l×w×h) Max Ascent Speed 5 M/s Max Descent Speed 3.5 M/s Max Horizontal Speed 16 M/s Max Takeoff Altitude With Intelligent Flight Battery: 4000 M With Intelligent Flight Battery Plus*: 3000 M Flight Time 38 Minutes (with Intelligent Flight Battery) Max Flight Distance 18km Max Wind Speed Resistance 10.7 M/s Image Sensor1/1.3-inch Cmos Lensfov: 82.1° Photo Format Jpeg/dng (raw) Video Resolution 4k: 3840×2160@24/25/30 Fps 2.7k: 2688×1512@24/25/30/48/50/60 Fps Fhd: 1920×1080@24/25/30/48/50/60 Fps Hdr: Recording With The 24/25/30fps Frame Rate Video Format Mp4 (h.264) Jpeg + Raw: 5/7/10/15/20/30/60 S Max Image Size 8064×6048 Sensing Type Downward Vision System Downward Precise Hovering Range: 0.5-10 M Video Transmission System Dji O2 Live View Quality Remote Controller: 720p/30fps Antenna 2 Antennas, 1t2r Battery Capacity Intelligent Flight Battery: 2453 Mah With Rc (remote Control With Lcd Screen) 2 Antenns, 1t2r, Bluetooth, 5.5 Inches Screen 3xbattery, 3xspare Propellers(pair), 18x Spare Screws 1x Screwdriver, 1x Gimal Protector, 1x Type C To Type C Cable 1x Usb-c Cable, 1x Shoulder Bag, Two-way Charging Hub 1x 128gb V30 A2 Microsdxc 24) 1 Unit Action Camera Specs: Dimensions 139.7×42.2×33.5 Mm (l×w×h) Weight 179 G Number Of Microphones 3 Touchscreen Size: 2.0 Inches Resolution: 314×556 Brightness: 700 Units Supported Sd Cards Microsd (up To 1 Tb) Controllable Range Pan: -235° To 58° Tilt: -120° To 70°, Roll: -45° To 45° Sensor 1-inch Cmos Lens Format Equivalent: 20 Mm Aperture: F/2.0, Focus Range: 0.2 M To 8 Iso Range Photo: 50-6400 Video: 50-6400, Low-light Video: 50-16000 Max Image Size 16:9, 3840×2160 1:1, 3072×3072 Max Video Bitrate 130 Mbps Battery Type Lipo Capacity 1300 Mah Energy 10.01 Wh Voltage 7.70 V Wi-fi Operating Frequency 2.400-2.4835 Ghz 25) 1 Unit Mobile Communication Equipment/cellphone (enp) Specs: Octa-core (2x2.0 Ghz Cortex-a75 & 6x1.7 Ghz Cortex-a55) Mali-g52 Mc2 64gb 3gb Ram 6.7 Inches, 108.4 Cm2 Screen 720 X 1600 Pixels, 20:9 Ratio 165.7 X 77.1 X 8.4 Mm (6.52 X 3.04 X 0.33 In) 13 Mp, F/1.9, 27mm (wide), Af 1080p@30fps Battery 5000 Mah Charging 10w Wired Selfie Camera Single 8 Mp, F/2.0, (wide) 26) 2 Unit Floor Standing Digital Signage Specs: Cpu Intel Core I3 At Least 4gb Ram At Least 256gb Ssd Storage Oswin 10 49 Inches Touch Screen Size 1920x1080 Resolution Wifi / Ethernet Rj45 Port Locking Access Door Drop-down Wheels On Base Viewing Angle 178degree 27) 1 Unit Laser Engraver Specs: Machine Size: 570x510mm Engraving Speed: 30000mm/min Engraving Accuracy: 0.1mm Engraving Area: 300x300mm Laser Wave: 455±5nm Laser Power: 5.5w Input Power: 482 Data Transmission Type: Usb, Wifi, Touchscreen Offline Control Document Format: Nc, Dxf, Bmp, Jpg, Png, Gcode Operating Software: Laser Grbl, Lightburn Operating System: With Win Xp/win7/win 8 /win10/win 11 And Mac System(lightburn Package Size: 513x183x180mm/20.1x7.2x7in 28) 1 Set Studio Lights Specs: Voltage: 220v Temperature: 5500k Light Color: White Umbrella Soft Box: 2pcs E27 Light Head: 2pcs 135w Bulb * 2pcs 200cm*200cm Backdrop Stand * 1pcs Clips * 4pcs Whtie/black/green Non-woven Fabric * 1pcs Approved Budget For The Contract : Php3,512,009.00 Contract Duration : 60 Days All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post Qualification And Awards Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9184 And Its Implementing Rules And Regulations (irr). The Complete Schedule Of Activities Is Listed Below As Follows: Activities/schedule 1. Issuance Of Bid Documents -june 6, 2025 2. Pre-bidding Conference -june 13, 2025 3. Submission Of Eligibility -june 26, 2025 @ 2:00pm Requirements & Bid Quotation Note: Late Bid Will Not Be Accepted 4. Opening Of Bids -june 26, 2025 @ 2:00pm 5. Bid Evaluation -june 27, 2025 @ 10:00am 6. Post Qualification -july 1, 2025 7. Award Of Contract -not Later Than 30 Days From Post Qualification Bid Documents Shall Be Available To Eligible Bidders Upon Payment Of A Non – Refundable Amount Of Php5,000.00 To The Department Of The Interior And Local Government Regional Office 9 Cashier, Thru The Rbac Secretariat. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Department Of Interior And Local Government (dilg) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Invitation To Bid Is Not An Integral Part Of The Bidding Document. Dilg Regional Office No. 9 Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders Or Any Expenses To Be Incurred In The Preparation Of The Bid. Approved: (sgd) Alvin Rex M. Lucero Chairperson, Rbac

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date26 Feb 2025
Tender AmountRefer Documents 
Details: Important Information For Interested Parties: this Notice Of Intent Is Not A Request For Competitive Proposals. However, Responsible, Interested Parties May Identify Their Interest And Capability By Responding To This Notice. The Government Will Consider All Information Received Prior To The Closing Date Of This Notice. A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. There Are No Commitments By The Government To Issue Any Solicitations, Make An Award Or Awards, Or To Be Responsible For Any Monies Expended By Any Interested Parties Before Award Of A Contract For The Efforts Mentioned Above. Information Provided Herein Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. No Telephone Responses Will Be Accepted. this Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. this Request For Information Is A Market Research Tool Being Used In Accordance With Federal Acquisition Regulation (far) Subpart 15.2 To Determine Potential And Eligible Businesses Capable Of Providing The Services Described Herein. 1.0 Introduction the Naval Air Systems Command (navairsyscom) Program Executive Office, Unmanned Aviation And Strike Weapons, Peo(u&w), Pma-263, At Patuxent River, Maryland, Announces Its Intention To Procure, On A Competitive Basis, Coco Services Necessary To Provide Uas Isr Services For The Navy And Marine Corps Small Tactical Unmanned Aircraft Systems (stuas) Program Office (pma-263) In Support Of The Department Of Defense (dod) And Other Government Agencies (oga). These Services Will Support Domestic And Coalition Military Partners In Combat And Contingency Operations. Currently, Similar Services Are Being Delivered Under Basic Ordering Agreements (boas) Issued In March 2021 To Insitu, Inc., Of Bingen Wa, And Textron Systems Of Hunt Valley Md, For Land-based And Sea-based Isr Services. The Existing Boas, N0001921g0007 And N00019g0008, Respectively Are Firm-fixed Price Type And Are Due To Expire In March 2026. Please Note, This Effort Has Additional Requirements That Are Not Currently Being Contracted For. The Anticipated Contract Type For This Follow-on Requirement Will Be Basic Ordering Agreement(s) To Qualified Vendors With Orders Being Competed On A Limited Sources Basis. 2.0 Objective pma-263 Is Seeking To Identify Contractors Capable Of Providing Coco Isr Services In Support Of Dod And Ogas Conducting Combat And Contingency Operations. This Request For Information Is Related To Support For Land-based And Sea-based Operations To Provide Reliable Delivery Of Sensor Data. Contractors Would Be Responsible For Resources To Produce Sensor Data, Such As Trained Personnel, Non-developmental Uas Equipment, Certifications, Operation And Maintenance, Spares And Product Support. Contracted Services Would Be In Direct Support Of Isr Missions Requiring Persistent Imagery With Various Types Of Sensors. Contractors Shall Be Capable Of Providing Isr Services On A Normal And Surge Basis, Day And Night, 24 Hours A Day, Seven Days A Week. Pre-deployment, Deployment, And Post-deployment Support Would Be Required, And Would Entail Execution Of A Variety Of Responsibilities Inherent To Execution Of Such Support, Including But Not Limited To, Equipment Transportation, Export Control Licensing, Insurance, Personnel Travel, Processing For Overseas Movement And Accountability, Visa Coordination, Compliance With Requirements At Dfars 252.225-7040, Compliance With Dodi 3020.41, Etc. 3.0 Requirements pma-263 Is Specifically Interested In Uas Isr Services Capable Of Meeting The Following Minimum Requirements: technology Readiness Level (trl): Trl 8 Per Dod Deskbook 5000.2 operational Range: Minimum Of 75 Nautical Miles (nm) From The Ground Control Station Located At The Launch Site, With A Single Air Vehicle, For Both Sea-based And Land-based Uas Operations operational Endurance: Minimum Of 10 Hours Time On Station (tos) At 75nm With A Single Air Vehicle datalink Range (communications And Full Motion Video (fmv)): Line-of-sight (los) With Type-1 Encryption Utilizing The Bandwidth Efficient Common Data Link (be-cdl) Waveform capable Of Providing A Communications Relay To Support Extending The Range Of Voice Communications For Manned Aircraft And C2/data For Unmanned Aircraft And Vessels capable Of Operating With Satcom Datalinks capable Of Operating A Minimum Of Two (2) Air Vehicles Simultaneously From A Single Ground Control Station (gcs) simultaneous, Multi-intelligence (multi-int) Capable With Fmv Sensor(s) And An Electronic Warfare (ew) Type Sensor Or Wide Area Maritime Search (wams) Sensor fmv: Electro Optic (eo)/ Infrared (ir) – National Imagery Interpretability Rating Scale (niirs) Of Level 8.4 Or Above For Eo And 7.2 Or Above For Ir When Taken From The Uav At An Altitude Of 3,000 Feet Above Ground Level (agl) At A 45-degree Slant Range global Positioning System (gps) Precise Positioning Service (pps) Receiver And M- Code Capable When Commercially Available capable Of Conducting All Phases Of Operations During Sustained Gps Denied Scenarios In Both Land And Maritime Operational Environments operate In Adverse Weather Conditions And Austere Environments To Include Precipitation Up To .5 Inches Per Hour runway Independent With Emphasis On Minimal Footprint, Volume And Weight For Any Launch And Recovery Equipment (lre) Required the Air Vehicle (av) Shall Operate On Heavy Fuels Commonly Found At Forward-deployed Locations Such As Mil-dtl-5624, Grade Jp-4/jp-5 And Mil-dtl-83133 Grade Jp-8/jp-8+ in Accordance With Dodi 8510.01, Possess Or The Ability To Obtain An Authorization To Operate (ato) From The Navair Function Authorization Official (fao) (ato With Provision (ato-p) Or Possess A Reciprocity Ato Inherited From Another Dod Service Branch meet All Requirements Of The Ndaa 2024 Section #1821 – 1833 (including The American Security Drone Act Of 2023) submission Of A Data Package That Contains Engineering Data Necessary To Support A Category 3 Interim Flight Clearance (ifc) In Accordance With Navairinst 13034.1 fmv And Wams Sensors Output Stanag 4545, 4607, And 4676 Messages emission Control (emcon) Operations; air Vehicle Is Capable Of Basic Autonomous Functions Without Input From Ship (i.e. Fly To A Location, Loiter, Fly Back) payloads Are Capable Of Basic Autonomous Functions Without Input From Ship (i.e. Eo/ir Slew To Targets Of Interest While Maintaining One-way Datalink To Ship) system Possesses An Artificial Intelligence (ai) Capability To Recognize Naval Vessels Of Various Classes And Command Short Duration Datalink Operations To Transmit Photos Or Brief Videos non-essential Datalinks Are Eliminated Or Silenced During All Phases Of Operations, Including System Setup essential Datalink Power Output Is Minimized During All Phases Of Operations provide Up To 300 Hours Per Month In Forward Deployed Land And Sea-based Environments With A Maximum Of Three (3) Personnel capable Of Supporting Hub And Spoke Operations maintain A Minimum Mission Reliability Rating (mrr) Of 95% During Forward Deployed Land And Sea Based Operations uas Operators At All Operational Locations Must Possess A United States Dod Secret Level Security Clearance logistically Support Global Operations With Appropriate Licenses, Management Expertise And Contractual Arrangements To Ensure Success In Forward Deployed And Austere Locations 4.0 Requested Information interested Vendors Should Submit A Brief Capability Statement Package (not To Exceed 15 Pages) Demonstrating Ability To Perform The Services Based On The Parameters In Paragraph 3.0. The Response Shall Contain The Respondent’s Primary Point Of Contact With Phone Number And Email Address. the Capabilities Statement Package Should Include But Not Limited To The Following Information: 4.1 Company Profile/status: 4.1.1 What Is Your Experience And Maturity (a) With Manufacturing And Developing Unmanned Aircraft System Products And (b) With Providing Isr Services? 4.1.2 Provide Your Cage Code, Unique Entity Identifier (uei) Number, Current Number Of Employees, Annual Revenue History, Office Location(s), The Respondent’s Web Page Url, And A Statement Regarding Current Small Or Large Business Status Based On The Designated Naics Code. 4.1.3 What Is The Technology Readiness Level (trl) Of Your Candidate Uas As Described In The Dod Technology Readiness Assessment Handbook? 4.1.4 Is The Uas Currently Available On One Or More Gsa Schedules? If So, Which One(s)? 4.1.5 Did You Receive Funding To Develop Your Uas From A Government Agency? 4.1.6 Artificial Intelligence (ai) And Machine Learning (ml); Provide Current Capabilities And Roadmap To Future Capabilities And Fielding Plans. 4.2 Uas Operating Parameters/configuration: 4.2.1 Describe How The Uas Satisfies The Minimum Requirements Stated In Paragraph 3.0 Above. In Addition, Describe The Following: 4.2.1.1 System’s Anti-jam Capabilities. 4.2.1.2 System’s Alternative Positioning, Navigation, And Timing (apnt) Solutions Capabilities In A Degraded/contested Gps Environment. 4.2.1.3 System’s Weather Limitations To Include But Not Limited To Ice, Rain, And Wind. 4.2.1.4 System’s Environmental Limitations (altitude, Temperature, Etc). 4.2.1.4.1 System’s Level Of Compliance With Mil-std-461g. 4.2.1.4.2 System’s Level Of Compliance With Mil-dtl-901e (grade B). 4.2.1.4.3 System’s Design Criteria With Respect To Minimizing Radar Cross Section (rcs). 4.2.1.5 System’s Ability To Remain Visually And Audibly Non-detectable At Operating Altitude. 4.2.1.6 Data Link Used Including Waveform, Operational Frequency Band, Analog Or Digital, And Encryption Capabilities. 4.2.1.7 Data Link Range At Different Operating Altitudes. 4.2.1.8 How Ground Control Station Communicates With The Air Vehicle Should The System Be Operated With Satcom Datalinks . 4.2.1.9 How Is The Air Vehicle Launched And Recovered? 4.2.1.9.1 How Many Launches, Recoveries, And Total Flight Hours Have Been Successfully Accomplished For This Configuration? 4.2.1.10 Describe How Ship-based Operations Would Occur To Include Launch And Recovery Profiles And Ship Infrastructure Requirements. 4.2.1.11 Describe Staffing Requirements For Forward Deployed Operations At Land And Sea-based Sites. 4.2.1.11.1 How Many People Are Required To Operate The Uas? 4.2.1.11.2 How Many People Are Required To Maintain The Uas? 4.2.1.12 A Field Packed System Is Defined As Having All The Required Equipment To Accomplish A Mission And Be In A State Safe To Be Transported. How Long Does It Take To Go From A Field Packed System To Air Vehicle Launch? 4.2.1.13 Provide Data Supporting That The Uas Has Been Tested In A Relevant Operational Environment, Including Day And Night Video, If Available. 4.2.1.14 Has The Uas Conducted Field User Evaluations For The U.s. Government? If So, Please Provide The Following: 4.2.1.14.1 Applicable (unclassified) Results As To What Was Demonstrated 4.2.1.14.2 Any Changes Since The Demonstration, As Relevant To This Rfi 4.2.1.14.3 U. S. Government Point Of Contact. 4.2.1.15 What Software Operating System Does The Uas Use? Was The Software Developed And Coded In The U.s.? Does The Operating Software Interface With Dod Software And Dod Mapping Imagery Software Or Does It Require Company Proprietary Software To Operate The System? 4.2.1.16 How Does The Uas Download And Store Data Through The Ground Control Station And For How Long? 4.2.1.17 Is The Uas Controlled Under The International Traffic In Arms Regulations (itar)? 4.2.1.18 Do You Have An Export Configuration? If So, Please Describe The Export Configuration. 4.2.1.19 Has Critical Program Information (cpi) Or Critical Technology (as Defined In The Dodi 5200.39) That Requires Anti-tamper Protection And/or Low Observable Requirements Been Identified For The Uas? (unclassified Responses Only) 4.3 Training And Field Support: 4.3.1 Describe Any Other Ancillary Equipment That Is Not Included As Part Of The System Configuration, Such As Calibration Equipment. 4.3.2 Indicate Whether There Are Existing Operational And Maintenance Publications Or Manuals. 4.3.3 Provide The Uas’s Sparing Requirements Based On 9,000 Flight-hours Per Year Per Site For Land-based Isr Services And 2,100 Flight-hours Per Year For Ship-based Isr Services. 4.3.4 Describe The Uas’s Facility And Infrastructure Requirements For Land And Sea-based Operations. 4.3.5 Describe Continental United States (conus) And Outside The Continental United States (oconus) Field Support On The Uas While Deployed To Include Harsh Or Hostile Environments Overseas. 4.3.6 Describe The Existing Training Curriculum (course Type Classes, Devices, Duration, Training Location And Any Certification Requirement Timelines). 4.3.7 Provide Any Other System Features That The Uas Has That Are Unique And Stand Out From Other System Platforms. 4.4 Cybersecurity Support 4.4.1 Describe Whether The System Has Undergone A Dod Sanctioned Ato Or Iatt Using The Risk Management Framework (rmf) Process Prescribed In Dodi 8510.01. 4.4.2 Does The System Have An Active Ato/iatt From A Dod Service Branch? If So, Which Branch? 4.4.3 Can An Artifact Be Provided To Support A Navy/navair Ato?4.4.4 Is The Service Branch Ao Possessing The Ato Amenable To Supporting A Reciprocity Ato And Engaging In A Memorandum Of Agreement With Navair? 4.4.5 Describe The Current Processes That You Have Implemented To Ensure The System Meets The Information Security Requirements Established Within The Nist 800-53 Sp Framework. 4.4.6 Has The System Undergone Cybersecurity Test And Evaluation? 4.4.7 Is There A Network Architectural Diagram For The System? If So, Does This Include Component/subcomponent Interfaces, Information Flow, Ports, Protocols, And Ip Addressing Used? 4.4.8 Does The System Have A System Security Plan (ssp) Outlining Its Implementation Status With Security Controls? 4.4.9 Has The System Undergone Network Vulnerability Scans, And Network Enumeration Scans (nessus, Wireshark, Nmap, Etc.)? 4.4.10 Does The System Have A List Of Hardware Used To Process, Store, And Transmit Information? (i.e., Full Bill Of Material (bom)) 4.4.11 Does The System Have A Complete List Of The Software Used On The System And Its Function(s)? (i.e., Software Bill Of Material (sbom) 4.4.12 Have Software Assurance Techniques Been Applied To The System, Ensuring Origins Of The Code And That It Is Free From Vulnerabilities (secure Sdlc, Code Scanning, Quality Checks, Patch Management Planning, Software Testing, Configuration Control, And Sbom)? 4.4.13 Describe How Your Company Has Implemented Enterprise Cybersecurity Standards Onto Your Resident It Equipment To Be Ability To Process, Store, And Transmit Dod Controlled Unclassified Information (cui). 4.4.14 Is The Company’s It Infrastructure Capable Of Meeting The Requirements Directed In Dfars 252.204-7012 For Safeguarding Covered Defense Information And Cyber Incident Reporting? 4.4.15 Has The Company Assessed Their Cybersecurity Implementation Against The Nist Sp 800-171 Sp Framework? 4.4.16 Has Your Company Undergone A Cybersecurity Maturity Model Certification (cmmc)? 4.4.17 Does The Company Have An Enterprise Ssp? 4.5 Interested Vendors List 4.5.1 Statement Of "yes" Or "no" To Be Included On A List Of Interested Vendors, And If Yes, To Provide The Poc Name, Phone Number, And Email Address Of The Person That Should Be Listed To Be Contacted. 5.0 Responses/submission all Interested Sources Shall Submit Responses Electronically, Consisting Of A Capability Statement (paragraph 3.0) As Wells As Addressing The Information Required By Paragraph 4.0 Above Via Email To Contract Specialist, Ms. Heather Buckler At Heather.m.buckler.civ@us.navy.mil And Procuring Contracting Officer, Ms. Kristen Ferro At Kristen.w.ferro.civ@us.navy.mil. e-mail Must Contain The Following In The Subject Line: "rfi Response To Notice 243-25-009 Uas Coco Isr Services, (pma-263)” note That File Sizes Larger Than 5mb Are Not Recommended, As They May Not Be Receivable Due To Navy Marine Corps Intranet Security Protocol. 6.0 Format request For Information Responses Are Limited To 15 Pages, In 12-point Font, Not Including Preprinted (pre-published) Information Material. in Order To Maximize Efficiency And Minimize The Effort Involved In The Evaluation Process, All Submissions Must Comply With The Following Format And Content: 8.5 X 11 Inch Page single-spaced Typed Lines newspaper Column Formatting Is Not Permitted 1 Inch Margins On All Sides not Smaller Than A 12 Point Font Without Condensing photographs, Pictures Or Hyperlinks Are Permitted files Shall Be Microsoft Office 2016 Compatible Or Pdf Format; No Zip Files, all Material Provided In Response To This Request For Information Shall Be Unclassified. to The Maximum Extent Practicable, Respondents Should Limit The Delivery Of Non-proprietary Information. Responses To This Request For Information Will Not Be Returned. If The Response Includes Proprietary Information, (1) Ensure Proprietary Information Is Marked Appropriately, (2) Identify Disposition Instructions, And (3) Indicate Whether You Require Government Support Contractors Providing Advisory And Assistance Services To The Government To Facilitate The Execution Of Information/proprietary Exchange Agreements With You. Government Support Contractors May Assist In The Review Of Any Data Provided By Applicants. government Support Contractors Have Entered Into Non-disclosure Agreements (ndas) With The Government, Which Precludes Them From Disclosing Any Proprietary Data Outside Of The Government. However, If Respondents Desire A Separate Nda With Government Support Contractors, Respondents Should Submit An Nda Form, Along With Instructions, To The Points Of Contact Listed In This Notice At The Time Of Their Submission. If Respondents Choose Not To Submit An Nda Form For Completion, Their Submission Of A Response To This Announcement Constitutes Consent That The Government Support Contractors Will Have Access To Their Proprietary Information. The Government Will Not Be Responsible For The Disclosure Of Any Confidential/proprietary Information Not Clearly Marked. At Any Time After Receipt Of Request For Information Responses, The Government May Contact Respondents Independently For Further Clarification Of The Submittal. it Is The Respondent’s Responsibility To Monitor This Site For The Release Of Any Follow-on Information.

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Closing Date20 Mar 2025
Tender AmountRefer Documents 
Details: Combined Synopsis/solicitation This 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-6116. The North American Industry Classification System (naics) Code Applicable To This Acquisition Is 332313 – Plate Work Manufacturing And The Small Business Size Standard Is 750 Employees. This Procurement Is A 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 Requirements The Government Is Seeking To Acquire A Fabricated Assembly Fixtures In Accordance With Niwc Drawings (see Attachment 1 And Attachment 2). To Be Considered Acceptable And Eligible For Award, Quotes Must Provide All 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. Description Quantity 0001 Rail Adapter Assembly (specs Found On Attachment 1*)10002 Rackout System Baseline Assembly (specs Found On Attachment 2*) 1 *the Exact Specifications Are Provided On Niwc Pacific Drawings 8984099 & 8984100 (see Rfq Attachments 1 & 2). The Required Delivery Date Is Nlt 12-16 Weeks Aro (estimated Award Date Is April 10th 2025). Note: Offerors Are Instructed To Omit Shipping Costs On Their Quote. Shipping Is To Be Coordinated Directly With The Technical Point Of Contact Upon Award.offeror Instructions The Government Intends To Award A Firm Fixed Price (ffp) Contract Resulting From This Solicitation To The Responsible Offeror Whose Quotation Conforming To The Solicitation 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 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: Quoters Are Encouraged To Submit Pertinent Technical Information Of The Quoted Items To Facilitate The Evaluation. 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 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: Offerors Are Instructed To Omit Shipping Costs On Their Quote. Shipping Is To Be Coordinated Directly With The Technical Point Of Contact Upon Award. 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: Basis For Award: The Government Intends To Award A Contract To The Responsive, Responsible Vendor, Whose Quote Conforming To The Rfq Is Most Advantageous To The Government, Price And Other Factors Considered. Technical, Price, Past Performance And The Special Factors Outlined Below 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 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: 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 Taxes, When Applicable. Note: Offerors Are Instructed To Omit Shipping Costs On Their Quote. Shipping Is To Be Coordinated Directly With The Technical Point Of Contact Upon Award.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. Factor Iv – Special Evaluation Factors: Lead Time To Deliver Custom Machined Parts Must Be 12-16 Weeks Aro To Meet Project Schedules.the Contractor Shall Provide Proof That It Has Manufactured Comparable Custom Fabricated Plastic And Welded Steel Structures For Other Government Customers. The Contractor Shall Provide At Least 2 Government References That Niwc Pacific May Reach Out To Validate Past Performance. Specifically, The Contractor Shall Be Able To Demonstrate That It Has Successfully Fabricated Shipboard Structures That Have Been Successfully Load Tested And Certified For Deployment In The Maritime Environment. Due Date And Submission Information Eligible 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: Ensure To Stay Within The Page Limitations As Follows: None 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 48 Hours Before The Due Date. 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-6116. Include Rfq# N66001-25-q-6116 On All Inquiries. Questions May Be Addressed At The Discretion Of The Government. Rfq Due Date And Submission Requirements: This Rfq Closes On 19 March 2025 At 5:00pm, 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-6116. 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 Contract Specialist Point Of Contact For This Solicitation Is Jeremy Clay At Jeremy.m.clay2.civ@us.navy.mil. Reference Rfq# N66001-25-q-6116 On All Email Exchanges Regarding This Acquisition. Rfq Attachments 1.rail Adapter Assembly Drawing2.baseline Assembly Drawing3.reps And Certs To Be Completed And Signed Applicable Provisions And Clauses This 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) Change01/17/2025. 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 Following Far And Dfars Provisions, Incorporated By Reference, Apply To This Acquisition: 52.204-7, System For Award Management52.204-16, Commercial And Government Entity Code Reporting 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-26, Covered Telecommunications Equipment Or Services-representation 52.204-29, Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures52.212-1, Instructions To Offerors- Commercial Items 52.212-3, Alternate 1, Offeror Representations And Certifications- Commercial Items 252.203-7005, Representation Relating To Compensation Of Former Dod Officials 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7016, Covered Defense Telecommunications Equipment Or Services—representation 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services— Representation 252.204-7019, Notice Of Nist Sp 800-171 Dod Assessment Requirements252.204-7024, Notice On The Use Of The Supplier Performance Risk System252.213-7000, Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations252.225-7000, Buy American—balance Of Payments Program Certificate252.225-7055, Representation Regarding Business Operations With The Maduro Regime 252.225-7059, Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representationfar Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services(mar 2025) (deviation 2025-o0003), Applies To This Acquisition And Includes The Following Clauses By Reference: 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards 52.204-27, Prohibition On A Bytedance Covered Application 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment.52.219-6, Notice Of Total Small Business Set Aside52.219-28, Post-award Small Business Program Rerepresentation 52.222-3, Convict Labor52.222-19, Child Labor-cooperation With Authorities And Remedies52.222-36, Equal Opportunity For Workers With Disabilities52.222-50, Combating Trafficking In Persons 52.225-1, Buy American-supplies52.225-13, Restrictions On Certain Foreign Purchases52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving 52.232-33, Payment By Electronic Funds Transfer— System For Award Management52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entitiesthe Following Far And Dfars Clauses, Incorporated By Reference, Apply To This Acquisition:52.204-13, System For Award Management Maintenance 52.204-18, Commercial And Government Entity Code Maintenance52.212-4, Contract Terms And Conditions—commercial Items 52.232-39, Unenforceability Of Unauthorized Obligations 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.204-7012 (deviation 2024-o0013, Revision 1), Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.204-7020, Nist Sp 800-171 Dod Assessment Requirements252.204-7022, Expediting Contract Closeout 252.211-7003, Item Unique Identification And Valuation252.211-7008, Use Of Government- Assigned Serial Numbers252.223-7008, Prohibition Of Hexavalent Chromium252.225-7001, Buy American And Balance Of Payments Program—basic252.225-7012, Preference For Certain Domestic Commodities252.225-7056, Prohibition Regarding Business Operations With The Maduro Regime 252.225-7060, Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.244-7000, Subcontracts For Commercial Items 252.247-7023, Transportation Of Supplies By Sea—basic52.252-1 Solicitation Provisions Incorporated By Reference 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): The Far Provisions, Clauses And Deviations Can Be Accessed In Full Text At Https://www.acquisition.gov/browse/index/far (far Clauses And Deviations) And Https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (dfars Clauses). (end Of Clause) 52.252-2, Clauses Incorporated By Referencethis 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): The Far Provisions, Clauses And Deviations Can Be Accessed In Full Text At Https://www.acquisition.gov/browse/index/far (far Clauses And Deviations) And Https://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 An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Date Of The Clause. (b) The Use In This Solicitation Or Contract Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Of The Regulation. (end Of Clause) H-209-pac001 Limited Release Of Contractor Confidential Business Information (feb 2025)(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)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date23 Apr 2025
Tender AmountRefer Documents 
Details: Presolicitation Notice presolicitation Notice page 7 Of 7 presolicitation Notice *=required Field presolicitation Notice page 1 Of 7 this Is Not A Request For Proposal; This Notice Serves To Re-synopsize The Following Requirement And Request Standard Form (sf) 330s From Any Eligible Parties Interested In Consideration For This Requirement. general Information the Veterans Health Administration (vha) Network Contracting Office 20 (nco 20) Is Seeking Sources And Intends To Award A Firm-fixed-price Contract For Services To Include Topographic Survey And Private Utility Locate To Be Used In Development Of In-house Designs For Anticipated Future Construction Project(s). the Naics Code For This Procurement Is 541370, Surveying And Mapping (except Geophysical) Services, Which Has A Small Business Size Standard Of $19 Million. the Contractor Will Be Required To (1) Provide Private Utility Locate, (2) Provide Topographic Map That Will Benchmark And Control Points Table, Terrain, Underground Utility Locations And Property Features As Well As Point Data And 1-foot Contours, (3) Provide The Electronic Files In Autocad Compatible Format And An Ascii File, And (4) Provide Hard Copies In Ansi D And Reduced Ansi C (17x22) By Mail To The Facility. The Work Will Only Cover A Set Portion Of The Campus, And A Map Showing The Set Area Of Coverage Will Be Provided As Part Of A Request For Price Proposal To The Highest Rated Entity. No Boundary Or Right Of Way Exists For The Area Impacted By This Project. there Are No Current Designs Available For This Project. The Extent For The Survey Is In The Statement Of Work (sow) And The Resulting Product Needs To Meet All Requirements For Details Set Forward In The Sow. Va Standards For Templates And Layers Will Be Required During Development Of The Deliverables. the Contractor Will Be Given Sixty (60) Calendar Days To Complete The Work From Notice To Proceed. Notice To Proceed Will Be Coordinated Within A Reasonable Period After An Award Is Made Between The Va And The Awardee, With Notice To Proceed Effective No More Than Ninety (90) Calendar Days After Award. the Use Of Drones Or Similar Unmanned Aerial Vehicles To Conduct The Work Required By This Scope Is Not An Allowable Approach To Completing The Scope Of This Requirement. va Is Utilizing The Procedures In Far Subpart 36.6 As Supplemented By Vaar Subpart 836.6, And Vaam M836.6 Pursuant To Far 36.601-4(a)(4) Since, As Noted, Va Anticipates Using The Topographic Map And Data Produced By This Project For Design Purposes. this Project Is Currently Not Anticipated To Include Far 52.236-22. set Aside this Requirement Is 100% Set-aside For Small Businesses With An Active Sam.gov Registration. small Businesses Must Have An Active Sam.gov Registration At The Deadline For Receipt Of Sf330s. this Requirement Is Subject To Far 52.219-14, Limitations On Subcontracting. Accordingly, Per Far 52.219-14(e)(1), No More Than 50% Of The Amount Paid By The Government For Contract Performance To The Small Business Prime Contractor Can Be Made To Subcontractors Who Are Not Also A Small Business. If The Prime Contractor Is A Qualifying Joint Venture, At Least 40% Of Total Work Must Be Performed By The Joint Venture Pursuant To Far 52.219-14(g). submission Requirements interested Parties Are Directed To Submit One (1) Sf330 Statement Of Qualifications By Email To Helen.woods@va.gov. No Other Points Of Submission Are Authorized Or Will Be Considered. Submissions Not Received In The Identified Inbox By The Deadline For Receipt Of Sf330s Will Not Be Substantially Considered Further. it Is The Responsibility Of The Entity Submitting The Sf330 To Ensure Timely Submission To The Point Of Submission, And That The File Is Not Corrupted Or Otherwise Inaccessible To The Va For Purposes Of Evaluation. Va Will Not Access Third Party Websites To Obtain The Submission. the Deadline For Receipt Of Sf330s Is April 23, 2025, At 1200 Pacific To Helen.woods@va.gov interested Parties May Obtain A Copy Of The Sf330 Here: Https://www.gsa.gov/reference/forms/architectengineer-qualifications. the Sf330 Shall Be Submitted In One (1) Email And No Hard Copies Will Be Accepted. the Submission Must Include 36c26025r0057 Topography Services Submission In The Subject Line Of The Email Transmitting The Submission And The Sf330 Attached. the Sf330 Submission Shall Be A Pdf File Format Of No More Than Fifty (50) Pages Total, Including All Content The Interested Party Chooses To Include. Pages After The Fiftieth (50th) Page Shall Not Be Considered. Interested Parties Are Advised To Use A Sans-serif Font Such As Arial Or Times New Roman In Size 12 Points, Single Spaced And Ensure Any Font Colors Other Than Black Or Dark Blue Used Are Clearly Visible. in The Absence Of Any Specific Page Limit Requirement For A Section Or Criteria, The Overall Maximum Allowable Page Count (50 Pages) Governs. Any Pages In Excess Of 50 Pages Will Not Be Considered Unless An Exception Is Clearly Stated In This Notice. all Past Performance Or Experience References Shall Be Verified By The Submitter As Complete And Correct; Va Will Not Seek Revised Information Or Research To Locate It Themselves If Information Provided Is Not Fully Complete And Accurate. section B Of The Sf330 Shall Include The Sam Unique Entity Identifier, Cage Code, And The Primary Point Of Contact S Name, Email Address, And Phone Number Who Is Authorized To Negotiate And/or Enter Contracts On Behalf Of The Entity. all Questions Shall Be Submitted To Helen.woods@va.gov With The Subject Line 36c26025r0057 Topography Services Question By 04/25/2025 At 1200 Pacific. Questions Will Be Answered By Posting The Question And Answer To This Contract Opportunities Posting By Amendment, At Latest Within A Reasonable Timeframe Based On Questions Received After The Deadline For Receipt Of Questions. selection Process all Sf330s Received Timely To The Point Of Submission Will Be Considered For Evaluation Unless The Sf330 Meets One Or More Of The Following Exceptions: is Not A Small Business is Not Registered In Sam.gov. does Not Contain The Requested Information Or Is Otherwise An Incomplete Submission acceptable Sf330s Will Be Evaluated Using The Following Criteria, Listed In Descending Order Of Importance: criteria 1- Professional Qualifications this Criteria Will Consider The Professional Qualifications Necessary For Satisfactory Performance Of This Requirement. Evaluation Shall Consider Specific Experience (minimum) And Qualifications (license Required) Of Personnel Proposed For Key Roles Identified Below For This Assignment, As Well As Their Longevity With The Entity And Their Track Record Of Working With The Team Proposed To Meet This Requirement. A Resume Shall Be Provided In The Sf330. Va Is Not Restricting Licensure To The State Of Oregon For This Specific Project. licensed Surveyor criteria 2- Specialized Experience And Technical Competence this Criteria Shall Consider Specialized Experience And Technical Competence In Completing Topographic Surveys And Accomplishing Private Utility Locates. Provide Complete And Accurate Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. submissions For Each Example Shall Include Title, Location, And A Detailed Narrative Of The Scope Of Services Include The Type Of Work The Offeror Performed Its Role In The Project, Project Owner And Their Contact Information (email Address And Telephone Number), Services And Deliverables Provided, Period Of Performance, Total Dollar Value, And The Associated Contract Number (federal) Or Other Unique Identified (private Sector). submission Shall Include No More Than Four (4) And No Less Than Two (2) Examples Of Recent And Relevant Experience In Projects With Similar Complexity. Two (2) Must Be At Least Fifty (50) Percent Complete. recent Is Defined As Within The Past Six (6) Years; Relevant Is Defined As Project Completed Within The United States Its Territories Or Its Possessions Requiring The Same Tasks Identified As This Project, And Similar Complexity Is Projects With Operational, Construction, Or Design Likeness To This Project. criteria 3- Capacity this Criteria Will Evaluate The Offeror S Plan Of Approach And Ability To Meet The Sixty Day Period Of Performance. Offeror Shall Clearly State Their Available Capacity In A Clear Manner Using Workload Percentages For The Key Team Members They Propose, That Is Able To Be Interpreted Without Further Explanation That What Is Contained In The Submission. criteria 4- Past Performance this Criteria Will Consider The Offeror S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Quality Of Work, Compliance With Performance Schedule, Management, And Any Other Criteria Relevant And Listed In Far Table 42.1. this Criterion Will Consider Examples Provided In Section F, Contractor Performance Assessment Rating System (cpars), And All Other Reasonable Avenues Such As Contacting Parties Who Have Done Business With The Offeror Previously. criteria 5- Knowledge Of The Locality this Criteria Will Examine The Offeror S Knowledge Of Location Specific Conditions And Features Such As Geological, Climatic, Or Similar That May Impact The Deliverables Required By This Project. The Location Project Is White City, Or Which Is In Jackson County. this Criteria Is Intended To Be Specific And Not The Location Of The Offeror From The Site, And Is Intended To Be More Specific That Information Readily Available By Using A Mapping Or Similar Application To View Aerials. criteria 6- Commitment To Use Of Sdvosbs this Criteria Will Consider The Extent To Which Potential Contractors Identify And Commit To The Use Of Sdvosbs, Vosbs, And Other Types Of Small Business As Subconsultants/subcontractors. the Evaluation Team Will Identify At Least Three (3) Of The Most Highly Qualified Responses Based On The Above Criteria And Request Response To A Series Of Discussions Questions That Will Be Provided. Response To Discussion Questions Will Be Due To Helen.woods@va.gov Within Five (5) Business Days Of Notification. Ms. Woods Reserves The Right To Identify A Secondary Point Of Contact To Be Included On The Discussion Responses At Time Questions Are Set Out If Determined In The Best Interest Of The Government. the Government Reserves The Right To Determine In Its Best Interest If It Will Proceed Or Not With The Solicitation If Fewer Than Three Responses Are Received And/or Considered Highly Qualified. the Responses To The Questions Will Be Evaluated Using The Same Criteria Listed Above As The Sf330s. One Response Will Be Identified As Highest Rated, And Asked To Provide A Price Proposal, And Will Be Provided The Full Terms And Conditions For If An Award Is Made. va Reserves The Right To Provide Notices To Responses Not Selected Either At This Point Or After A Final Award Decision Is Made And Reminds Interested Parties That Far 15.506(d)(2) Through (d)(5) Does Not Apply To This Requirement, And No Pre-award Debriefs Will Be Provided Pursuant To Far 36.607(b). va Anticipates Making One (1) Award If A Fair And Reasonable, Balanced Price Can Be Reached To Determine The Price Is Reasonable. Va Reserves The Right To Terminate Negotiations With An Entity Selected As The Highest Rated At Any Point During The Process If Va Determines That The Criteria For Award Will Not Be Reached, And To Request A Price Proposal From The Next Highest Rated Entity. Va Reserves The Right To Make No Award If The Criterion For Award Is Not Met At Any Step During The Process, Including Cancelling This Request For Sf330s. see Attached Document: Attachment 1- 692-23-103 Revised Sow.pdf

FOOD AND DRUG ADMINISTRATION USA Tender

Chemical Products
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents 
Details: 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; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Award An Order Without Discussions If The Contracting Officer Determines That The Initial Offer Is Providing The Best Value And Discussions Are Not Necessary. solicitation Number 75f40125q00028 Is Issued As A Request For Quotation (rfq) Using Far Part 13 Procedures. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02, Dated 01/03/2025. the Associated Naics Code Is 333914 And The Small Business Size Standard Is 1000 Employees. ******************************************************************** statement Of Work (sow): 1.0 Description Of Work 1.1 Background Information: the U.s. Food And Drug Administration’s Los Angeles District Office And Pacific Southwest Food And Feed Laboratory, Herein Referred To As Fda Irvine, Is An Fda Owned Facility Located In Irvine, Ca. Replacement Of End-of-life, Obsolete Vacuum Pump System. The Existing System Is Nearly 23 Years Old, Does Not Have Replacement Parts Available On The Market For Repair, And Represents A Single-point Failure Risk To The Facility's Vacuum System. Therefore, This Critical System Requires Replacement. 1.2 Purpose And Scope Of Work the Purpose Is To Provide A New Vacuum System Replacement And Installation At Fda Irvine. tasks: The Following Tasks Will Need To Be Provided But Are Not Limit To: Demo And Removal Of Existing Laboratory Vacuum System, Provide And Install Laboratory Vacuum System To Match Existing Technology. (current Model: Dekker Vmx0152ma2-00-ds, Minimum Salient Characteristics: Laboratory Vacuum System Model Aes-vmx0153ma2-45-ds. Piping Into And Out Are In Good Condition Without Any Visible Issues, Size Varies From 2” To 3”. Two Single Stage 10 Hp Liquid Ring Vacuum Pump Skids. Capacity Each Vacuum Pump (2 Pumps) 23.3 Scfm @ 25”hgvac. The Existing Voltage Going To The Vacuum Pump Is 460v, At A Minimum Upgrade The Disconnect Due To Its Age) coordinate And Schedule Delivery, Logistics, Preparation Of Site, And Installation Of Laboratory Vacuum System provide Energy, Water And Emissions (if Any) Cost Savings furnish And Install Bms Controls update Engineering And O&m Documentation startup And Testing 1.3 Period Of Performance: Tbd provide A Schedule With Timelines To Include Ordering Of All Parts, Shipping Timeframe, Preparation Of Site, And Install, And Inspection. the Work Shall Proceed Promptly Upon Execution Of The Resultant Contract And Only After The Issuance Of The Notice To Proceed (ntp) By The Government For The Activities Indicated. the Actual Performance Of The Work And Delivery Of The Required Documents Shall Be In Accordance With The Approved Project Schedule And Shall Be Completed Within 222 Calendar Days Of The Ntp Unless Otherwise Agreed Upon By The Project Officer (po) And Contracting Officer (co). 1.4 Place Of Performance u.s Food And Drug Administration Los Angeles District Office, Pacific Southwest Food And Feed Laboratory., Address: 19701 Fairchild Basement Level, Room B301, Irvine, Ca 92612. 2.0 Specific Requirements: the Contractor Shall Perform All Services Described In This Scope Of Services In Accordance With Applicable Requirements And Provisions Set Forth In This Statement Of Work. The Contractor Will Be Responsible For Relocating Any Electrical, Mechanical, Or Structural Building System Components Necessary To Perform This Work. If So, This Will Be Noted In This Scope Of Work And Such Work May Only Be Performed After Approval From Fda. The Contractor Shall Provide All Necessary Supervision, Labor, Material, Insurance, Training, And Equipment To: contractor Shall Provide Any Necessary Survey, Study, Or Technical Expert Services To Understand The Existing Conditions Of The Vacuum System At Fda Irvine. Contractor Shall Provide New Equipment With Matching Capacity, Or Better. The Necessary Constraints Shall Include, But Not Limited To, Vacuum Pump Hp And Tank Capacity. Contractor Shall Provide Equipment Cutsheet Submittals To Fda For Review And Approval Before Procurement Of Material. Contractor Shall Ensure N+1 Redundancy Integrated Into New System For Resilient Facility Operation. contractor Shall Assess And Provide Repairs Or Additions To Any Housekeeping Pad Intended To Support New Equipment, As Needed. Contractor Shall Provide New Control Panel, Field Located In An Accessible Area Near The Vacuum System. Control Panel Shall Be Integrated With Existing Building Automation System (bas) And Include Alarms Both To Bas And Readout Local To The Panel. Contractor Shall Utilize Power Feed To Existing Vacuum System. Contractor Shall Provide Independent Isolations Valves And Disconnect Means To Permit Service Of Each Vacuum Pump While Maintaining The System’s Operation. Contractor Shall Keep Equipment Shutdowns To A Minimum And Schedule/coordinate All Shutdowns With Fda While Providing Adequate Notice. Contractor Shall Provide Temporary Utilities For Any Shutdown Lasting Longer Than Three (3) Calendar Days. Weekend Shutdowns Are Preferred. Contractor Shall Provide All Inspection And Testing, Except Where Required By Code, Specification, Or Detailed Elsewhere In The Requirements Of This Document. familiarization Training On New System. 3.0 General Requirements: the Contractor Shall: adhere To Project Management Responsibilities As Defined Herein. appoint A Project Manager Who Shall Be The Government’s Primary Point Of Contact And Provide All Necessary Project Representation For The Successful Accomplishment Of The Said Work. the Project Manager Shall Be Thoroughly Familiar With All Requirements And Schedules. The Project Manager Shall Be Identified In The Firm’s Proposal Prior To Contract Award. coordinate All Project Related Activities Including Documentation Through The Project Officer (po) For Approval Unless Otherwise Denoted. bring Any Questions And/or Industry Specification Additions To The Attention Of The Po For Direction. perform All Work In A Skillful And Workmanlike Manner As Deemed Applicable To This Project. provide Appropriate Communication And Coordination Efforts With The Facility Department And The Po To Avoid Disruption Of Facility Operations While Performing Contract Work Such As Meetings, Proposed Phasing Plans, Outage Notifications, Etc. (where Applicable). obtain Necessary Badges Per Fda Policies And Guidelines (if Applicable). Fda Binding Process Is To Be Anticipated Of 1 Month. All Badging Must Be Completed Prior To Start Of On-site Construction. (for This Requirement The Contractor Shall Be Escorted) provide (to The Po) A List Of Possible Employees And Sub-contractors Who May Require Access To The Fda Premises Per The Project Being Administered. provide Utility Outage Notifications Per Facility Department Requirements (if Applicable). perform All Necessary Measurements And Sizing Associated With The Work Assigned. confirm Existing Conditions Of Work Assigned. perform All Associated Project Work In Accordance With Fda; Executive Orders, Energy Policy Act (epact), Energy Independence And Security Act (eisa), Sustainable Design And Federal Regulations; Local City, County, And State Building Codes And Regulations; National Electrical Code (nec), American Society Of Mechanical Engineers (asme), National Fire Protection Association (nfpa), Occupational Safety And Health Administration (osha), Underwriters Laboratories (ul), American National Standards Institute (ansi), And Institute Of Electrical And Electronics Engineers (ieee) Rules And Regulations And Standards; And All Other Applicable Industry Standards. restore All Affected Areas Back To Pre-project Conditions Or Better By The Completion Of The Specified Project Including Necessary Patching, Repairing And/or Replacing. provide All Necessary Drawings, Documentation, And Literature For All Recommended Items Where Applicable. provide All Labor And Equipment Necessary To Accomplish The Above Specified Tasks. assume All Risk And Shall Be Liable For Any Damages To Persons Or Property Caused By The Contractor. be Solely Responsible For The Quality Of His/her Work. Deficiencies And Omissions Shall Be Corrected Prior To Government Acceptance Of Work. be Responsible For Removing Construction And Demolition Debris Daily From Site. The Contractor Shall Provide The Dumpster For The Debris. 5.0 Government Furnished Material And Resources: 5.1 The Government Shall Provide, But Are Not Limited To, The Following Items: site Utility Drawings (upon Request-pdf) point(s) Of Contact At The Fda Site (kickoff Meeting) photographs Of Work-site Conditions And Others As Needed irvine Lab Specification Report Volume 2 (section 15486) (upon Request-pdf) 6.0 Submittals: 6.1 General: Under The Resultant Contract, Unless Otherwise Denoted, The Contractor Shall Provide All Services Necessary To Perform The Following Activities As Related To Completing The Fda Irvine Vacuum Replacement Mentioned Above: project Kick-off Meeting project Schedule (with Earned Value And Loaded Dollar Values) plan Of Action (plan Shall Include Names Of Team Members And Pm – And Phone/email) point-of-contact, Project Manager, Safety And Hazardous Material Plan progress Meetings, Meeting Minutes For Review And Approval By Po (within Five Business Days), 6.2 Deliverables: The Contractor Shall Provide All Deliverables In Accordance With The Project Schedule And Fda Policy Guidelines, And Compliant With Section 508 Requirements. 6.2.1 Physical Deliverables (format): The Documentation Process Shall Be Compiled And Provided Per The Following Submission Requirements Unless Otherwise Denoted: two (2) Copies Of The Operations And Maintenance (o&m) Manuals Shall Be Provided Physically In Binders And Electronically Per Compact Disc And Digital Versatile Disc (cd/dvds) (if Applicable). non-stick, Locking Slant D-style, Three Ring View Binders, 8 1/2x 11 Inches. title, Fda Logo, Contract And Project Number, Submission % (if Applicable), Etc. Shall Be Located On The Front Cover And Spine Of Binder(s). cd/dvds Shall Contain Electronic Copies Of Any Reports, Calculations, Modeling(s), Drawings, Videos, Photos And O&m Manuals Per Final Submission. Cd/dvds Shall Have Printed Labels. cd/dvds Shall Be Placed In Cd/dvd Page Holders With Slaps (like Avery 75263 Or Avery 73721) When Associated With A Binder. Avery 75263 For Multiple Discs And Avery 73721 For A Single Disc. three (3) Signed Copies Of All Warranties Shall Be Provided In Binders And Electronically Per Cd/dvds. Warranty Start Date Shall Begin No Earlier Than The Date Of Installation Acceptance. one (1) Equipment Submission. four (4) Physical Copies Of As-built Marked-up Drawings, Documentation, Etc. For Review And Discussion. Also, Provide Electronic Copies Of The Drawings, Etc. All Electronic Drawings Shall Be Provided In Portable Document Format (pdf) And Computer-aided Design (cad). Deliverables Are To Be Submitted To The Cor And/or Po, Unless Otherwise Stated. four (4) Copies Of Final Drawings Shall Be Provided In Pdf And Cad. *************************************************************************** government Holidays a. The Government Hereby Provides Notification That Government Personnel Observe The Listed Days As Holidays: (1) New Year's Day (7) Labor Day (2) Martin Luther King's Birthday (8) Columbus Day (3) President’s Day (9) Veterans' Day (4) Memorial Day (5) Juneteenth Day (10) Thanksgiving Day (6) Independence Day (11) Christmas Day b. In Addition To The Days Designated As Holidays, The Government Observes The Following Days: (1) Any Other Day Designated By Federal Statute (2) Any Other Day Designated By Executive Order (3) Any Other Day Designated By The President’s Proclamation c. When Any Such Day Falls On A Saturday, The Following Monday Is Observed. Except For Designated Around-the-clock Or Emergency Operations, Contractor Personnel Will Not Be Able To Perform On-site Under This Contract With Fda On Holidays Set Forth Above. The Contractor Will Not Charge Any Holiday As Direct Charge To The Award. d. It Is Understood And Agreed Between The Government And The Contractor That Observance Of Such Days By Government Personnel Shall Not Otherwise Be A Reason For An Additional Period Of Performance, Or Entitlement Of Compensation Except As Set Forth Within The Award. e. Nothing In This Abrogates The Rights And Responsibilities Of The Parties Relating To Stop Work. applicable Provisions And Clauses: far 52.252‐2 Solicitation Provisions 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/far And .https://www.acquisition.gov/hhsar far Provisions: far 52.212-1, Instructions To Offerors—commercial Products And Commercial Services (sept 2023) far 52.212-2, Evaluation—commercial Products And Commercial Services (fill In Evaluation Criteria) (nov 2021) far 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services(may 2024) hhsar Provisions: hhsar 352.239-73, Electronic And Information Technology Accessibility Notice.(dec 2015) far Clauses: by Reference far 52.212-4, Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) by Full Text far 52.212-5contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.(jan 2025) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 ( 19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: _x_(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704 And10 U.s.c. 4655). _x_(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) _x_(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). _x_(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. _x_(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(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, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of52.204-30. _x_(12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] _x_(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. _x_(20)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2) And (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. _x_(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.657s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f). _x_(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 20x20)(15u.s.c.644(r)). _x_(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15 U.s.c. 637(a)(17)). _x_(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). __(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(feb 2024). _x_(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). _x_(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. _x_(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. _x_(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. _x_(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). _x_(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). _x_(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78 And E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) ( 42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons(may2024)(42 U.s.c. 7671,et Seq.). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may2024)(42 U.s.c. 7671,et Seq.). _x_(44)52.223-20, Aerosols(may2024)(42 U.s.c. 7671,et Seq.). _x_(45)52.223-21, Foams(may2024)(42 U.s.c. 7671,et Seq.). _x_(46)52.223-23,sustainable Products And Services(may2024)(e.o. 14057,7 U.s.c. 8102,42 U.s.c. 6962,42 U.s.c. 8259b, And42 U.s.c. 7671l). __(47)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552a). __(ii)alternatei(jan 2017)of52.224-3. _x_(48)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. __(49)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note,19 U.s.c. Chapter 29(sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(jan 2025)of52.225-3. __(iv)alternateiii(feb 2024)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(50)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x__(51)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(52)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(53)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(54)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea(nov 2007)(42u.s.c.5150). _x_(55)52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving(may2024)(e.o. 13513). __(56)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(57)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(58)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). _x_(59)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(60)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(61)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(62)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(63)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). __(64)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(65)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: _x_(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). __(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206 And 41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206 And 41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and 41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). __(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). (xxvii)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) hhsar Clauses: hhsar 352.203-70, Anti-lobbying (dec 2015) hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015) hhsar 352.239-74, Electronic And Information Technology Accessibility additional Clauses: far 52.204-7, System For Award Management far 52.204-13, System For Award Management Maintenance far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment instructions To Offerors: addendum To Far 52.212-1 Instructions To Offeror-commercial Items: proposal Submission Format: ***quotes Shall Be In 2 Volumes: 1 Technical And 2 Price. The Volumes Shall Be Separate And Complete. The Volumes Shall Be Separate And Complete, So That Evaluation Of One May Be Accomplished Independently Of, And Concurrently With, The Evaluation Of The Other. No Pricing Information Shall Be Provided In Volume 1.*** the Total Number Of Pages For The Technical Quote Shall Not Exceed Ten (10) Pages, Using 1” Margins, Single Spaced, Font Type Time New Roman, And A Font Size Of 12. ***the Solicitation Does Not Commit The Government To Pay Any Cost For The Preparation And Submission Of A Quote Or Proposal. It Is Also Advised That The Contracting Officer (co) Is The Only Individual Who Can Legally Commit And Obligate The Government To The Expenditure Of Public Funds In Connection With The Proposed Acquisition.*** the Contractor Shall Indicate At A Minimum Salient Characteristics Have Been Met To Be Considered Responsive For This Requirement. The Contractor Shall Demonstrate How The Requested Items Or Services, “meet” Or “do No Meet” The Salient/functional Characteristics And Specifications Listed Here-below. The Contractor Shall Annotate Each Salient/functional Characteristics And Specifications With The Following: Meets (if It Meets The Specification) Or Does Not Meet (if It Fails To Meet The Specification). 1.grey Market Or Refurbished Products Will Not Be Accepted. 2. The Vendor Shall Indicate If Non-domestic Items Are Included In The Quote. 3. The Vendor Shall Provide All, Of The Items/services Listed Or None. 4. The Vendor Shall Meet All Technical/salient/functional, Operational Characteristics And Specifications Listed, And If Not The Manufacturer, Shall Be Able To Provide The Required Service With Oem Certified Technicians And Parts Or Show Proof That They Are An Authorized Third Party Reseller/provider. 5. Be Advised That Fda Does Not Accept Documents Which Contain The Use Of Macros. When Submitting Documents Via Email, Do Not Include .exe, Mso, Or Any Other Executable File Types That Could Potentially Trigger Email Security Protections (i.e. Email Blocks, Quarantine). Document Submissions Required Throughout The Award Period(s) Shall Not Have Macro Enabled Functionality And Any Document Delivered Having That Functionality Will Be Deemed Delinquent, If Not Corrected Prior To The Due Date. addendum Paragraph (b): the Quoter Shall Submit A Written Accessibility Conformance Report (acr) For Each Item Not In Compliance With 508 Standards Identified In Clause 352.239-74, Describing How The Item(s) Will Fully Address The Accessibility Requirements Outlined In The Solicitation; And A Description Of The Evaluation Methods The Offeror Will Use To Validate For Conformance To The Revised 508 Standards. The Acr Should Be Based On The Voluntary Product Accessibility Template Version 2.0 (ms Word) Provided By The Industry Technology Industry Council (itic). the Offeror Or Applicant Shall Submit All Electronic Documents For Microsoft Office Suite Products Without The Use Of “macros”. When Submitting Proposals Via Email, Do Not Include .exe, .mso, Or Any Other Executable File Types That Could Potentially Trigger Email Security Protections (i.e. Email Blocks, Quarantine). If The Offeror Or Applicant Submits Documents That Contain Macros, Macro Referenced Files, And/or Executable Files, The Government Will Not Be Able To View Or Open Such Documents And The Submission Will Be Considered Non-responsive To The Solicitation. No Additional Time Will Be Given To An Offeror Or Applicant To Correct The Document Submission And The Government Will Not Inform The Offeror Or Applicant That Their Submission Is Non-responsive Prior To Award. It Is The Offeror’s Or Applicant’s Responsibility To Ensure All Electronic Documents Are Submitted Without The Use Of Macros. technical Acceptability: Will Be Determined By Review Of Information Submitted By The Offeror Which Must Provide Sufficient Technical Information Necessary For The Government To Determine That The Offered Items, Components, And Services Meet Or Exceed The Technical Requirements Identified Above. Offerors Shall Specifically Address The Performance Specifications And Support Same With Submitted Technical Specifications, Descriptive Material, Literature, Brochures, Scientific Publications Where Proposed Solution Has Been Used For Same Or Similar Purposes, And Other Information Which Demonstrates The Capability Of The Offered Solution At Meeting Or Exceeding The Stated Needs Of The Fda. the Contractor Shall Provide Place Of Product Manufacture Or Service Performance And Any Other Applicable Information To Enable Review And Analysis Pertaining To The Buy American Statute And Requirements Relating To Made In America In The Event Of Nonavailability Waiver Request Through The Miao Digital Waiver Portal Is Needed. price: Provide Detailed Price Quote For Each Item/component Proposed To Meet The Schedule Of Items. Include The Firm’s Unique Entity Id (sam) Number With Quote. the Government Is Not Responsible For Locating Or Securing Any Information Which Is Not Identified In The Proposal However The Government Reserves The Right To Obtain Information For Use In The Evaluation From Any And All Sources Including Sources Outside Of The Government. quotes Must Include: Pricing For Each Line Item, Delivery Schedule, Technical Specifications Of The Offered Product. ************************************************************************************* mandatory Site Visit: Offerors Are Required To Attend At No Cost To The Government. a Mandatory Site Visit Is To Inspect The Current Site Where The Vacuum Pump And Preexisting Conditions Are Located. The Site Visit Is Located At: u.s Food And Drug Administration Los Angeles District Office pacific Southwest Food And Feed Laboratory 19701 Fairchild Road irvine, Ca 92612 date: January 29, 2025, start Time: 9:15 Am Pacific Time offeror Must Electronically Provide No Later Than Friday, January 23, 2025, At 10:00am Eastern Time (et), The Company Name And Attendees Names To The Contracting Officer. Each Attendee Must Possess And Present A Valid Government Issued Identification To Enter The Site. Allow 2 Hours For The Site Visit. Failure To Attend The Site Visit Will Result In The Offeror Considered Nonresponsive To The Combined Synopsis Solicitation. during The Site Visit, Offerors Shall Have An Opportunity To Inspect The Site And Ask Questions. All Questions And Answers Will Be Documented And Provided To All Offerors As An Amendment To The Combined Synopsis Solicitation. The Government Will Maintain A Record Of All Attendees, Including Names, And Affiliations. please See The Attached Combined Synopsis Solicitation Document In Full Text.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date7 Apr 2025
Tender AmountRefer Documents 
Details: 36c24425q0471 Preventative Maintenance Inspections For Patient Lifts 36c24425q0471 Combined Synopsis-solicitation For Commercial Services Preventative Maintenance Inspections For Patient Lifts description this 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, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, 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. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 With Effective Date Of 01-17-2025. this Solicitation Is Set-aside For Sdvosb. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34 Million. the Fsc/psc Is J065. the Department Of Veterans Affairs, Network Contracting Office 4, 1010 Delafield Road, Pittsburgh, Pa 15215 Is Seeking To Purchase Preventative Maintenance Inspections On 232 Patient Lifts 2 Times Per Calendar Year. service Contract Act Wage Determination No. 2015-4231 Rev 27 Dated 12-23-2024, Applies To This Acquisition And Will Be Incorporated Into The Resulting Contract. A Copy Of The Wage Determination Is Included With This Solicitation As An Attachment. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item description quantity unit Of Measure unit Price total Price 0001 preventative Maintenance Inspections Of Patient Lifts Iaw The Statement Of Work. 232 Lifts Inspected 2 Times Per Calendar Year. contract Period: Base pop Begin: 05-01-2025 pop End: 04-30-2026 principal Naics: 811210 Electronic And Precision Equipment Repair And Maintenance product/service Code: J065 Maint/repair/rebuild Of Equipment Medical, Dental, And Veterinary Equipment And Supplies 464 jb 1001 preventative Maintenance Inspections Of Patient Lifts Iaw The Statement Of Work. 232 Lifts Inspected 2 Times Per Calendar Year. contract Period: Option 1 pop Begin: 05-01-2026 pop End: 04-30-2027 principal Naics: 811210 Electronic And Precision Equipment Repair And Maintenance product/service Code: J065 Maint/repair/rebuild Of Equipment Medical, Dental, And Veterinary Equipment And Supplies 464 jb 2001 preventative Maintenance Inspections Of Patient Lifts Iaw The Statement Of Work. 232 Lifts Inspected 2 Times Per Calendar Year. contract Period: Option 2 pop Begin: 05-01-2027 pop End: 04-30-2028 principal Naics: 811210 Electronic And Precision Equipment Repair And Maintenance product/service Code: J065 Maint/repair/rebuild Of Equipment Medical, Dental, And Veterinary Equipment And Supplies 464 jb 3001 preventative Maintenance Inspections Of Patient Lifts Iaw The Statement Of Work. 232 Lifts Inspected 2 Times Per Calendar Year. contract Period: Option 3 pop Begin: 05-01-2028 pop End: 04-30-2029 principal Naics: 811210 Electronic And Precision Equipment Repair And Maintenance product/service Code: J065 Maint/repair/rebuild Of Equipment Medical, Dental, And Veterinary Equipment And Supplies 464 jb 4001 preventative Maintenance Inspections Of Patient Lifts Iaw The Statement Of Work. 232 Lifts Inspected 2 Times Per Calendar Year. contract Period: Option 4 pop Begin: 05-01-2029 pop End: 04-30-2030 principal Naics: 811210 Electronic And Precision Equipment Repair And Maintenance product/service Code: J065 Maint/repair/rebuild Of Equipment Medical, Dental, And Veterinary Equipment And Supplies 464 jb statement Of Work patient Lift Inspections lebanon Va Medical Center (vamc 1700 S Lincoln Ave, Lebanon, Pa 17042 a. General Guidance 1. Title Of Project: Semi Annual Preventive Maintenance Inspection, Patient Lifts 2. Scope Of Work: The Contractor Shall Provide All Labor, Material, Tools, And Equipment Necessary To Provide Preventive Maintenance Inspections For 232 Patient Lifts. Contractor Will Also Be Responsible For Battery Replacement Services, With Batteries Provided By The Government For The Patient Lifts. The Contractor Is Not Responsible For Providing Repair Services Or Parts. 3. Background: The Semi-annual Preventive Maintenance Inspection Of The Patient Lifts Are Needed To Ensure Proper Operation Of Equipment And Ensure They Are Safe For Patient Use In Accordance With Vha Directive 1611 Safe Patient Handling And Mobility Program. b. General Requirements the Contractor Shall Complete Preventative Maintenance Inspections On All Patient Lifts Listed In Attachment 1 Twice Per Year. There Are 231 Patient Lifts At The Lebanon Va Medical Center At 1700 South Lincoln Avenue, Lebanon, Pa 17042 And 1 Patient Lift At The York Community Va Clinic At 2251 Eastern Blvd, Ste 101, York, Pa 17402. There Are 217 Ceiling Mounted Lifts And 15 Mobile Lifts. The First Yearly Inspection Will Occur In The Month Of May And The Second Inspection Will Be Completed In The Month Of October During Each Calendar Year. Specific Dates And Times Will Be Determined By Mutual Agreement At Time Of Award. The Inspections Shall Be Conducted On Consecutive Days To Form A Single Inspection Period For Each Semi-annual Inspection Unless Authorized Program Point Of Contact (poc). the Contractor Shall Complete All Patient Lift Inspections In Accordance With Vha Directive 1611 Safe Patient Handling And Mobility Program Corrective And Preventive Maintenance Checklist For Ceiling Mounted Patient Lifts (current Version At Attachment 2). Additional Requirements Listed Below Will Be Documented In The Notes Section Of Each System Component. include Inspection Stickers That Are Completed And Placed On Equipment That Has Been Inspected And Record Under Notes Section Of Lift Unit And Straps. in The Event That A Battery Is Found To Be Dead Or Unserviceable, Contractor Shall Be Responsible For Making Necessary Corrections And Document Under Notes Section Of Structure. c. Additional Requirements: lift Inspections Shall Be Scheduled By Emailing The Poc Or Designated Representative At Least Five Days Prior To Visits To Confirm Dates/times And Arrange For Government Escort. All Work Shall Be Performed Monday Through Friday 8:00 Am To 4:00 Pm Et, Excluding Federal Holidays. Poc Information Will Be Provided Upon Contract Award. contractor Shall Check In At The Nursing Station Prior To Entering Any Patient Rooms. when Determined By Government That An Escort Is Required For Inspections, No Inspections Shall Take Place Without An Escort. contractor Shall Communicate With A Verbal Report To Poc Prior To Checking Out Each Day. The Report Shall Include Any Discrepancies Found With Inspected Lifts And Any Lifts Scheduled For Inspection That Were Not Completed. all E-mail Communication From The Contractor Shall Include The Lebanon Va Medical Center Pocs. contractor Shall Mutually Cooperate With Pocs To Minimize Disruptions To Patient Care During Inspection Periods. All Lifts Shall Be Inspected, Regardless Of Disruptions, Prior To Contractor Leaving The Facility At The Completion Of The Inspection Period. contractor Shall Provide A Complete Inspection Report Utilizing The Corrective And Preventive Maintenance Checklist For Ceiling Mounted Patient Lifts For Each Lift. The Report Shall Be Given To The Poc Designated Va Representative Prior To Leaving The Facility, At The End Of The Inspection Period. In Addition To This Report, A Second Report Utilizing The Same Checklist For Each Lift Shall Be Emailed In Pdf Format Within 15 Business Days To Poc After The Inspections Are Performed. d. Parking: vendor Shall Park In Any Campus Parking Lot With The Exception Of The Building 17 Parking Lot Restricted For Veteran Patients. e. Security: whenever On Lebanon Va Medical Center Property The Vendor Shall Wear A Company-issued Identification Badge With The Company S Name, Employee S Name And Employee S Photo Prominently Displayed On Their Outer Clothing. f. Conformance Standards: contractor Shall Provide Services And Materials In Conformance With The Latest Requirements Of Vha Directive 1611 Safe Patient Handling And Mobility Program. Preventative Maintenance Inspections Will Be Completed Per Directive 1611 Checklist (refer To Attachment 2) And Sow Specifications. g. Period Of Performance: base Year: 5/1/2025 4/30/2026 option Year 1: 5/1/2026 4/30/2027 option Year 2: 5/1/2027 4/30/2028 option Year 3: 5/1/2028 4/30/2029 option Year 4: 5/1/2029 4/30/2030 list Of Attachments: attachment 1: Equipment List attachment 2: Corrective And Preventive Maintenance Checklist For Ceiling Mounted Patient Lifts place Of Performance/place Of Delivery address: lebanon Vamc- 231 Lifts 1700 S Lincoln Ave lebanon, Pa 17042 address: york Community Clinic- 1 Lift 2251 Eastern Blvd Ste 101 york, Pa 17402 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: 52.212-1 Instructions To Offerors Commercial Products And Commercial Services 52.204-7 System For Award Management (nov 2024) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 52.204-20 Predecessor Of Offeror (aug 2020) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.229-11 Tax On Certain Foreign Procurements Notice And Representation (jun 2020) 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) 52.212-3 Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual 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 Exception To 52.222-41 Applies In Accordance With 52.204-8(c)(2)(v) Or 52.212-3(k)(1) Or 52.204-8(c)(2)(vi) Or 52.212-3(k)(2) Response Shall Include The Certification As To Which Exception Is Applicable And Why. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 52.217-9 Option To Extend The Term Of The Contract (mar 2000) 52.223-5 Pollution Prevention And Right-to-know Information (may 2024) 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (apr 1984) 852.203-70 Commercial Advertising (may 2018) 852.219-73 Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) 852.232-72 Electronic Submission Of Payment Requests (nov 2018) 852.242-71 Administrative Contracting Officer (oct 2020) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025) the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) ( 41 U.s.c. 4712) 52.204-10, Reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub L. 117-328) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023) ( Pub. L. 115 390, Title Ii) 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) 52.219-27, Notice Of Set-aside For, Or Sole Source To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15 U.s.c. 657f) 52.219-28, Postaward Small Business Program Rerepresentation (jan 2025) (15 U.s.c. 632(a)(2)) 52.222-21, Prohibition Of Segregated Facilities (apr 2015) 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627) 52.222-54, Employment Eligibility Verification (jan 2025). (executive Order 12989) 52.223-23, Sustainable Products And Services (may 2024) ( E.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l) 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) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) ( E.o. 13513) 52.232-33, Payment By Electronic Funds Transfer - System For Award Management (oct 2018) (31 U.s.c. 3332) 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.) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67) 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) (e.o. 13706) addendum To Far 52.212-1 Instructions To Offerors Commercial Items 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: addenda To 52.212-1: reference Word Offer : Delete Offer And Insert Quote In Its Place. reference Word Offeror : Delete Offeror And Insert Vendor In Its Place. reference Paragraph (c) Period For Acceptance Of Quotes: Delete 30 Calendar Days And Insert 60 Calendar Days In Its Place. the Following Paragraphs Are Hereby Deleted From This Provision: (d) Product Samples, (e) multiple Offers, And (h) Multiple Awards. all Quoters Shall Submit The Following: contractor Poc Information (provide Name, Title, Phone Number, And Email). complete The Price/cost Schedule In Accordance With The Statement Of Work (sow). ***completed Certificate Of Compliance For Services From Vaar Clause 852.219-75 Shall Be Submitted. Failure To Complete And Submit This Certification Will Result In Determination That Such Response Is Ineligible For Evaluation And Award. in Accordance With Far 4.1102 And Far 52.204-7 (b)(1) Offerors Must Be Registered In The System For Award Management (sam) Database At Time Of Quote Submission And At Time Of Award. Registration May Be Done Online At: Www.acquisition.gov Or Www.sam.gov. technical Capability/approach Shall Address All Areas Of The Sow. Vendors Shall Provide A Narrative Which Fully Demonstrates How The Quoter Intends To Meet The Requirements Of The Statement Of Work (sow). This Section Should Not Be A Generic Mission Statement Or Marketing Material. please Provide The Following For No More Than Three Past Performance References. References Shall Be Within The Past Three Years And Of Similar Or The Same Services. Name Of Poc Email Of Poc Contract# Period Of Performance Dollar Value No More Than Three Sentences Summarizing The Requirements note: The Government Reserves The Right To Contact References As Needed. Past Performance Information Will Also Be Obtained From Any Other Sources Available To The Government To Review All Available Records (e.g. Past Performance Information Retrieval System (ppiprs), And Federal Awardee Performance And Integrity Information System (fapiis). all Quotes Shall Be Sent Electronically Via Email To Jeff Mann At Jefferson.mann@va.gov And Shall Be Received On, Or Before, 04-07-2025 By 7:00am Eastern Time. important: offers Received That Do Not Comply With The Terms And Conditions Of The Solicitation And/or Have Missing Documentation May Be Considered Non-responsive And Eliminated From Evaluation. questions Submitted In Response To This Solicitation Must Be Received Via Email At Jefferson.mann@va.gov On, Or Before, 03-26-2025 By 12:00pm Eastern Time. submission Of Your Response Shall Be Received Not Later Than 7:00 Am Eastern Time On 04-07-2025 At Jefferson.mann@va.gov. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). 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. Options Will Be Evaluated At Time Of Award. the Following Are The Decision Factors: Price, Technical, Past Performance additional Information Pertaining To Comparative Evaluation Below: what Comparative Evaluation Is: 1. 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 Request For Quote (rfq). 2. It Is An Assessment Of Which Response Is The Best As A Whole. 3. 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: 1. It Does Not Individually Evaluate Quote/offers Against Specified Evaluation Factors. 2. It Does Not Assign A Rating Using A Color, Numerical, Or Other Rating Methodology. 3. It Does Not Require Additional Evaluation To Determine If Minimal Advantage Is Worth A Minimal Or Normal Price Difference, But Not Prohibited. 4. It Is Not A Low Price Technically Acceptable (lpta) Or Trade-off Process. 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. (end Of Provision) any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact jeff Mann 717-202-5456 jefferson.mann@va.gov

DEPT OF THE NAVY USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents 
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)

DEPT OF THE NAVY USA Tender

Telecommunication Services
Corrigendum : Closing Date Modified
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
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)

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date28 Apr 2025
Tender AmountRefer Documents 
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
2091-2100 of 2127 archived Tenders