Drone Tenders

Drone Tenders

City Of Panabo Tender

Machinery and Tools
Philippines
Details: Description Item No. Description Approved Budget For The Contract (abc) Qty Unit Of Issue Unit Cost Total Cost Remarks 1. Air Freshener, Aerosol Type, 320ml P300.00 3.00 Bottle 2. Alcohol, 70% 200.00 50.00 Liter 3. Alcohol, 70% Isopropyl 500ml 105.00 200.00 Bottle 4. Bag, Fish 540.00 3.00 Pack 5. Battery, 12 V Car (for Drone) Specs: 50-100 Ah 250-400 Mm In Length 60-200 Reserve Capacity Other Features: Small Cars To Suv Tropicalized: Built For Hot Climate 4,100.00 1.00 Piece 6. Battery, Aaa, Alkaline, 2pcs/pack, Branded 120.00 5.00 Pack 7. Bleach, 500ml 38.00 5.00 Bottle 8. Broom, Soft, Thick, Standard Size, Double Sewing 150.00 3.00 Piece 9. Car Freshener, Lemon Burst, 70g 160.00 2.00 Can 10. Car Polish, & Waxes (nanoseries 500ml Step 1-3 Set) 1,400.00 1.00 Set 11. Car Polish, Large, Original P500.00 4.00 Can 12. Chamois, Pva, 66 X 42, Stain And Dirt Remover 253.00 12.00 Piece 13. Concrete Nails, #2" 144.00 5.00 Kgs 14. Concrete Nails, #3" 144.00 10.00 Kgs 15. Concrete Nails, #4" 144.00 10.00 Kgs 16. Cutter, Diamond 216.00 5.00 Piece 17. Cutter, Diamond, Super Thin 240.00 5.00 Piece 18. Cutting Disc, 4" 95.00 70.00 Piece 19. Cutting Disk, #14" (cut Off) 240.00 10.00 Piece 20. Cwn, #1 1/2" 1,962.00 1.00 Keg 21. Cwn, #2 1/2" 1,890.00 1.00 Keg 22. Cwn, #3" 1,818.00 1.00 Keg 23. Cwn, #4" 1,786.00 1.00 Keg 24. Decoration, - Artificial Gold Flower Vines (230cm) 70.00 5.00 Piece 25. Decoration, - Artificial Green Leaf Vines (2.2meters, 12pieces) 300.00 5.00 Pack 26. Decoration, - Artificial Silver Flower Vines (230cm) 70.00 5.00 Piece 27. Decoration, - Artificial White Flower Vines (230cm) 70.00 5.00 Piece 28. Detergent Powder, 1 Kg 115.00 2.00 Pack 29, Drill Bit, #10 (masonry) 168.00 5.00 Piece 30. Drill Bit, #12 (masonry) 240.00 5.00 Piece 31. Drill Bit, #6 (masonry) 96.00 5.00 Piece 32. Drill Bit, #8 (masonry) 108.00 5.00 Piece 33. Drill Bit, 1/8 (metal) 66.00 10.00 Piece 34. Drill Bit, 1/8 Masonry 96.00 10.00 Piece 35. Drill Bit, 5/32 (metal) 84.00 10.00 Piece 36. Drill Bit, 5/32 Masonry 72.00 10.00 Piece 37, Dust Mask, . 65.00 80.00 Piece 38. Dust Pan, Plastic W/ Handle 100.00 2.00 Piece 39. G.i. Tie Wire, #16 90.00 70.00 Kgs 40. Glass Cleaner, Spray Type, 500ml, Branded 175.00 2.00 Bottle 41. Glass Wiper, Cleaner 250.00 2.00 Piece 42. Grinding Stone, . 96.00 10.00 Piece 43. Marine Plywood, 12mm 780.00 85.00 Shts 44. Marine Plywood, 18mm 1,320.00 47.00 Shts 45. Non-sag, . 1056.00 10.00 Quarts 46. Pins, . For Table Skirting 20.00 51.00 Pad 47. Pongee Cloth, Black 50.00 20.00 Meter 48. Pongee Cloth, Blue 50.00 30.00 Meter 49. Pongee Cloth, Green 50.00 30.00 Meter 50 Pongee Cloth, Red 50.00 30.00 Meter 51. Pongee Cloth, Tinalak (tribal Color Design) 95.00 20.00 Meter 52. Pongee Cloth, White 50.00 30.00 Meter 53. Pongee Cloth, Yellow 50.00 30.00 Meter 54. Rivets, 1/8 X 3/4 276.00 10.00 Box 55. Rivets, 5/32 X 1/2 270.00 10.00 Box 56 Rivets, 5/32 X 3/4 282.00 10.00 Box 57. Rsb, 10mm Dia X 6m 220.00 80.00 Length 58. Rsb, 12mm Dia X 6m 330.00 80.00 Lenght 59. Rubber Boots, . 400.00 50.00 Pair 60. Spoon And Fork, Stainless, 12pcs 200.00 5.00 Dozen 61. Tape, Self Lock Heavy Duty Steel Measuring, 8 Meters 322.00 6.00 Piece 62. Thumbtacks, 50s/box, Branded For Table Skirting 25.00 5.00 Box 63. Toilet Bowl And Urinal Cleaner, 900ml (branded) 305.00 2.00 Bottle 64. Toilet Brush, W/ Long Handle, Heavy Duty 120.00 1.00 Piece 65. Toilet Tissue, 12's/pack, 2 Ply 120.00 40.00 Pack 66. Tornado Mop, With Pail, Standard Size, Plastic, Heavy Duty 1,500.00 2.00 Piece 67. Trash Bag, Big, 25's/pack 125.00 5.00 Pack 68. Trash Bag, Small, 25's/pack 75.00 5.00 Roll 69. Umbrella, Heavy Duty 700.00 1.00 Piece 70. Vulcaseal, . 816.00 10.00 Quarts 71. Welding , Cable #1 216.00 15.00 Meter 72. Welding , Handle, 200 Amps 300.00 3.00 Piece 73. Welding , Handle, 250 Amps 354.00 3.00 Piece 74, Working Gloves, . 85.00 60.00 Pair 75. Laser Distance Meter, /laser Distance Measurer/range Finder [100 Meters] 100m Range With Inclination Sensor | 20 Memory Storage Function | Backlit 3 Line Display | Includes Storage Pouch | Keypad Lock | Toe End Piece For Accurate Positioning | Tripod Mounting Thread Specifications: * Type (dot/line/rotary):dot * Accuracy (dot):â± 1,0mm * Working Range: 0.05 - 100m * Batteries (alkaline Unless Otherwise Noted): 2xaaa (1.5v) * Battery Life (all Lasers On): Up To 5000 Measurements * Operating Temperature: -10â° To 50â°c * Laser Class: 2 * Laser Diode(s): 635mm Dimensions: * Width = 6.3 * Height = 16.5 * Length = 13.5 Weight: * 0.2kgs 12,600.00 1.00 Piece
Closing Date18 Feb 2025
Tender AmountPHP 357.4 K (USD 6.1 K)

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Details: Fp25.2 Is Planned From Late July To Early August At Peterson Space Force Base/colorado Springs Municipal Airport Located In Colorado Springs, Co And Fort Carson’s Pinon Canyon Maneuver Site Located In Las Animas County, Co. Fp25.2 Will Provide A Venue For Participants To Demonstrate Their Technologies In An Operational Environment By Allowing Participants To Operate Their Systems On A Military Installation To Detect, Track, Identify, And Defeat Various Group 1 And 2 Suas Using Lcd Effects. N&nc Will Provide, Operate, And Deploy Uxs Platforms Capable Of Addressing Cross-domain And Previously Unseen Threat Profiles, Including Low-emission And No-emission (dark) Uas. Fp25.2’s Intent Is To Observe The Readiness Of Commercially Available Systems, Specifically Those With A Technology Readiness Level (trl) Of 7, 8, And 9, Employed As Part Of An Overall Effort To Unify Military Base Force Protection Measures Falling Under The Purview Of N&nc. the Following System Capabilities Are Desired: automatic Detection Of Suas Group 1 And Group 2 Categorized Per Department Of Defense Joint Publication 3-30 (table 1). Detection Of Low-emission, Non-emitting (dark), And 5g-cell Enabled Suas Will Be Prioritized. performance Against Multiple Target Aspects, Course, Speed, And Altitude Will Be Captured. target Signature Thresholds Shall Be In Accordance With The Threat Repositories Maintained By The National Ground Intelligence Center, And National Air And Space Intelligence Center. Estimated Signature Threshold Values Available Upon Request To All Industry Partners Who Have Access To Sipr Or Appropriate Cage Codes. Poc For These Requests Is Jason Mayes At Jason.d.mayes.civ@mail.smil.mil ability To Detect, Track, And Identify Multiple Heterogeneous Suas Threats. lcd Systems Must Demonstrate Effective Neutralization (catastrophic Defeat As Defined By The Recognizable System Loss Of Control Authority Or The System’s Immediate Inability To Maintain Flight) Of Group 1 And 2 Suas Threats Under Operational Stress Conditions For Lcd-capable Systems: lcd Capabilities Must Prioritize Precision Mitigation With Minimal Collateral Damage, Environmental Safety, And Infrastructure Protection. utilize High-precision Technologies Such As Directed Energy, High Powered Microwaves, Or Modular Kinetic Effectors To Neutralize Threats. rapidly Deployable (fly Away) Systems: systems Must Be Transportable Via C-130 Aircraft. systems Shall Minimize Pallet Requirements For Transport. modular Design For Transport On Mil Standard Pallets (e.g., 463l) And Air Worthy Containers. capable Of Operational Setup Within 3 Hours Of Deployment, Achieving Full Functionality (including Lcd Capabilities) Without Additional Personnel Requirements. systems Shall Be Termed “operational” When All Systems, Including Lcd Effects, Are Functional. operable Continuously For 24-48 Hours Without Resupply, With Redeployment Readiness Within 1-hour Post-mission. real Time Processing And Display Of Detection, Track, And Identification Information Via Local Or Distributed Command Systems sensors That Are Deployed/employed From A Stationary Site Or Structures, Deployed In/on The Ground Or Deployed/operated From A Mobile Platform Such As A Tethered Balloon Must Be Retrievable Without Alteration Or Damage To Infrastructure And/or Facilities. sensors Should Maintain Operational Integrity In Nearly All-weather Conditions (-30°c To 50°c). sensor Data Shall Be Capable Of Being Reported To Non-proprietary Third-party Command And Control Systems. introduction Of Advanced C-suas Capabilities: detect, Track, And Identify At Extended Slant Ranges And Beyond Limits Outlined In The Jrocm For Joint C-suas Capabilities. support Competitive Engagement Of Targets With Velocities Ranging From 0 To 250 Knots Indicated Airspeed (kias). operate Effectively From Surface Level To Altitudes Defined By The System's Slant-range Sensitivity Limit. for Lcd Capabilities: systems Shall Demonstrate A Defeat Capability On Groups 1 And 2 Suas At 175 Kias. defeat Is Defined As The Catastrophic Defeat (recognizable System Loss Of Control Authority Or The System’s Immediate Inability To Maintain Flight). operate Autonomously After Issuance Of Launch Command While Employing C2 Provisioned Target State Data As Necessary. data Is Required To Be Provided To Northcom Data Collection Team In A .csv Or .xlsx Format (this Is To Expedite Our Analysis) Is To Include All Tracking Data In Addition To System Radar/eo/rf Measurements (unfiltered, And Track Filtered As Applicable) As Well As Applicable Track Covariance Data. time (zulu) In Thousandth Of A Second (3 Decimal Places) Minimum preferred Minimum: Data Rate Of 10 Observations Per Second decimal Degrees Latitude To 6 Decimal Places Minimum decimal Degrees Longitude To 6 Decimal Places Minimum elevation (meters) earth-centered Earth-fixed (ecef) X, Y, And Z Positions (feet) for Drones Only velocity X, Y, And Z (in Ft/s) acceleration X, Y, And Z (in Ft/s2) orientation X, Y, And Z In Terms Of Yaw, Pitch, And Roll command Inputs If Lcd Drone Is Not Autonomous fp25.2 Will Assess System Technology Readiness Using Direct Measurement, When Possible. This Will Include, But Is Not Limited To, Detection Ranges, Times, False Contacts/alarms, Track Management, Identification, Collateral Footprint, “cost Per Shot,” And Track Data. in Addition To A Quantitative Assessment Of Detection And Tracking Capability, Other Important Considerations That Will Be Assessed Qualitatively Include: installation And Integration Requirements reliability, Availability, And Maintainability tactical Requirements demonstrated Ability To Relocate And Become Operational. n&nc Will Coordinate Use Of The Test Platforms And Required Integration For Each Selected Technology. N&nc Will Assist In Identifying And Integrating Additional Components Required For Sensor Testing And Assist With Access, Coordination, Engineering, Installation, Interface With Regulatory Bodies, Operation, Test, And Evaluation Services. respondents Will Be Selected By The Government Stakeholders For Fp25.2 Based On Readiness And Ability To Meet The Objectives. The Government May Or May Not Enact A Partnering Arrangement With Selected Respondents In The Form Of A Cooperative Research And Development Agreement (crada), To Enable Continued Collaboration On Selected C-suas Detect, Track, Identify, Engage, And/or Assess Capabilities. Fp25.2 Is Intended To Foster Highly Collaborative Engagement With Interested Technology Developers, With The Dual Objectives Of Providing The Dod, Civilian Agencies, And The Commercial Marketplace New Insight Into Promising C-suas Detection Technologies While Enabling Industry Collaborators The Opportunity To Better Understand The Military Installation Force Protection Marketplace And Evaluate Their Technology’s Respective Applicability. fp25.2 Is Anticipated To Last Three Weeks, With The First Week Being A Set-up Week. The Intent Is To Execute One Ten-day Iteration, Followed By A Relocation To Peterson Sfb For Redeployment Assessment And Preparation For Distinguished Visitor Day Participation. Each Selected Respondent (technology Developer) Will Have Multiple Opportunities To Showcase Their Capabilities. A Series Of Standard Profiles Will Be Presented For The Chosen Technologies. N&nc Will Provide Venues, Supporting Infrastructure, And Personnel (operational And Technical), Based On Available Resources. Costs Specific To Operating The Developer’s Technology, As Well As The Technology Developer’s Travel Costs, Will Be At The Technology Developer’s Expense. industry Participation In N&nc Activities Does Not Suggest Or Imply That The Dod Or Any Other Government Activity Will Endorse, Procure, Or Purchase Equipment. respondents Are Encouraged To Describe Fully All C-suas System Characteristics In Their Submissions, Per Section D And Appendix I, To Include All Design Considerations That May Be Relevant For Integration And Operations. All Submissions Will Be Considered And Potentially Selected Based On Strength Of Application And Relevance To The Fp25.2 Goals. technologies Beyond The Scope Of The Primary Topic Areas Described Above Will Be Considered On A Case-by-case Basis And Potentially Admitted Based On Strength Of Application And Relevance To The Mission Area. Technologies Brought To Fp25.2 Should Be At A Trl Of 7 Or Greater (https://api.army.mil/e2/c/downloads/404585.pdf). Respondents Shall Provide The Current Trl Of Theproposed System. submission Instructions respondents Shall Submit Applications Electronically, To Norad-usnc-falconpeak@groups.mail.mil. Applications Shall Be No More Than A Three-page, Single-spaced, Times New Roman 12 Font, White Paper Description Of Your Technology Consistent With The Template And Information Provided In Appendix I. Content Beyond Three Pages Will Not Be Considered. Email Norad-usnc-falconpeak@groups.mail.mil If You Have Any Questions. when Submitting Your Application, Your Email Shall Include The Following Information: a. Email Subject: N&nc C-suas Capabilities Discovery. b. Company Name/business Division/address: c. Capability Name: d. Capability Type: Kinetic Lcd / Rapidly Deployable / Both e. Primary Poc: Name, Email, And Phone Number f. Alternate Poc: Name, Email, And Phone Number g. System Description: h. Application Document Per Appendix I you Will Receive An Email Within Two Business Days Verifying Your Application Was Received. Any Application Not Meeting The Criteria Outlined Above Will Not Be Considered. each Application Shall Address Only One Technology Solution; Multiple Applications May Be Submitted. If You Have Questions Regarding The Submittal, Please Contact: Norad-usnc-falconpeak@groups.mail.mil. do Not Submit Classified Information In The Application. This N&nc C-suas Event, Fp25.2, Will Be Held At The Unclassified Level, With The Understanding That Some Aspects Of The Event My Require Higher Classifications. If The Exchange Of Secret-level Information Appears Unavoidable, Request Separate Correspondence With Norad-usnc-falconpeak@groups.mail.mil. Capabilities May Be Or Contain Controlled Unclassified Information (cui) And May Be Subject To International Traffic In Arms Regulations (itar) And/or Export Administration Regulations (ear) Restrictions. Respondents Shall Ensure That These Restrictions Are Outlined In Their Application And Adhered To During Fp25.2. do Not Submit Acquisition Proposals. N&nc C-suas Technology Applications Shall Be Submitted No Later Than 17:00 Mdt (23:00z) February 06, 2025. Proposals Received After The Deadline Will Not Be Considered For Fp25.2. No Contracts Will Be Awarded Based Solely On This Announcement. Submission Of An Application Does Not Guarantee An Invitation To Participate In The N&nc Fp25.2 Event Or Any Other Dod Event. the Government Is Not Committed Financially, Legally, Or Contractually By An Invitation To Present Your Technology. The Costs Incurred To Make An In-person Presentation Are At The Expense Of The Respondents. An Invitation Shall Not Be Construed As The Government's Desire To Enter A Contractual Relationship With A Respondent. your Organization Will Be Contacted No Later Than February 28, 2025, To Notify You Of Your Selection To Participate In Fp25.2. basis For Selection To Participate submissions Will Be Reviewed By The Supporting Government Organizations. selection Of Respondents To Participate Will Be Based On The Extent To Which The Technology Represents A Particular Class Or Level Of Capability That Can Be Provided To Interested Commands Or Interagency Partners. Other Considerations Include: a. Relevance To The Fp25.2 Focus Areas And Desired Capabilities b. Completeness Of Application And Supporting Information c. Technical Maturity d. Readiness, Or Adaptability To Support Current And/or Future Intragovernmental (e.g. Departments, Agencies, Services, Combatant Commands) Operations/missions e. Demonstrated Operational Demand From A Governmental Entity (e.g., Ongoing, Or Planned Rdt&e, Proc, Or O&m Resourcing Via Departments, Agencies, Services, Combatant Commands) f. Ability To Integrate Associated Measurement Report (amr) Level Sensor Data Into A Government Owned Common Operating Picture Via The Athena C-suas Integration Kit g. Ability To Receive A Fused Air Picture From The Athena C-suas Integration Kit And Incorporate Into Its Actionable Air Picture additional Information respondents Shall Assure That All Proprietary Information, Documentation, And Equipment Are Clearly Marked. Be Advised That Lessons Learned From Fp25.2 Will Be Broadly Disseminated Through Official Channels Within The Federal Government And Partner Government Agencies Associated With The N&nc C-suas Program. If Selected For Participation, Respondents May Be Requested To Provide Additional Information That Will Be Used In Preparation For The Event, Such As Graphics, Video, And Other Material That May Be Needed To Support Audio Visual Production Before, During, And After The Event. use Of Information the Purpose Of This Notice Is To Gain Information For Potential Future Use And/or Collaboration For Development Of Technology Capabilities. All Proprietary Information Contained In The Response Shall Be Clearly Marked. Any Proprietary Information Contained In Response To This Request Will Be Properly Protected From Any Unauthorized Disclosure. The Government Will Not Use Proprietary Information Submitted From Any One Firm To Establish Future Capability Requirements. all Non-dod Participants May Speak Factually About Their Participation In Falcon Peak 25. However, They May Not Imply Any Endorsement From The U.s. Government, Department Of Defense, Or Norad And Usnorthcom. The N&nc Public Affairs Team Will Confer And Consult With Any Participants Prior To The Publication Of Any Press Release That Directly Includes A Written Or Visual Reference To The Name Of Their Organization, Employees, Or Technology. Respondents Shall Not Use The Name, Logo, Or Images Of Any U.s. Government Organization, Employee, Or Contractor Without Prior Approval From The Relevant Organization. special Notice university Affiliated Research Centers (uarcs), Federally Funded Research And Development Centers (ffrdcs), And/or Contractor Consultant/advisors To The Government Will Review And Provide Support During Evaluation Of Submittals. When Appropriate, Non-government Advisors May Be Used To Objectively Review A Particular Functional Area And Provide Comments And Recommendations To The Government. All Advisors Will Comply With Procurement Integrity Laws And Shall Sign Non-disclosure And Rules Of Conduct/conflict Of Interest Statements. The Government Will Take Into Consideration Requirements For Avoiding Conflicts Of Interest And Ensure Advisors Comply With Safeguarding Proprietary Data. Submission In Response To This Rfi Constitutes Approval To Release The Submittal To Government Support Contractors. federal Acquisition Regulation (far) 52.215-3 per Far 52.215-3 Request For Information Or Solicitation For Planning Purposes (oct 1997): the Government Does Not Intend To Award A Contract Based On This Rfi Notice Or To Pay For The Information. although "proposal" And "technology Developer" Are Used In This Rfi, Your Responses Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. in Accordance With Far Clause 15.209(c), The Purpose Of This Rfi Is To Solicit Technology Candidates From R&d Organizations, Private Industry, And Academia For Inclusion In Future N&nc Events
Closing Date7 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) Solicitation Number 36c25725r0019 Is Issued As A Request For Proposal (rfp). (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01. (iv) This Solicitation Is Issued As Unrestricted Full And Open Competition, With The Associated Naics Code Of 325412, Which Has A Small Business Size Standard Of 1,300 Personnel. (v) Requested Items And Services; See Attached Statement Of Work For The Contractor Qualifications, Description Of The Required Items And Services, And The Price/cost Schedule (sf1449) For The Contract Line Item Numbers, Quantities, And Options Requested In This Solicitation. (vi) This Requirement Is For Providing Radiopharmaceuticals To The South Texas Veterans Health Care System (stvhcs), San Antonio, Tx. (vii) The Anticipated Delivery Period For The Requirement Is 11 January 2025 Through 10 January 2028. (viii) The Provision At Far 52.212-1, Instructions To Offerors-commercial Items, Applies To This Acquisition. This Solicitation Requires Submission Of Information, Other Than Price; See Item Xiii Below For The Additional Submission Requirements. (ix) The Provision At Far 52.212-2, Evaluation-commercial Items, Is Used In This Solicitation. Evaluation Factors For The Solicitation Are Technical, Past Performance And Price. Technical And Past Performance, When Combined, Are Significantly More Important Than Price Alone. The Evaluation Of Offers Will Be Conducted By A Comparative Evaluation Of Offers. The Government Intends On Awarding A Single-award Id/iq Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Represents The Best Value And Most Advantageous To The Government, Price And Other Factors Considered. (x) The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services, Applies To This Acquisition. Offerors Who Have Submitted An Annual Online Representations And Certifications (far Provision 52.212-3) In The Systems And Award Management (sam) Do Not Need To Return A Completed Copy Of The Provision With Their Proposal. Offerors Must Be Registered And Have Completed The Provision At Far 52.212-3 In Sam To Be Considered For An Award From This Solicitation. (xi) The Clause At Far 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition. (xii) The Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Items, Applies To This Acquisition. The Clauses Within Far 52.212-5 Applicable To The Solicitation Include: 52.203-6, Restrictions On Subcontractor Sales To The Government, Alternate I, 52.203-13, Contractor Code Of Business Ethics And Conduct, 52.203-17, Contractor Employee Whistleblower Rights, 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-prohibition, 52.209-6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment, 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters, 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns, 52.219-8, Utilization Of Small Business Concerns, 52.219-9, Small Business Subcontracting Plan, Alternate Ii, 52.219-14, Limitations On Subcontracting, 52.219-16, Liquidated Damages Subcontracting Plan 52.219-28, Post-award Small Business Program Representation, 52.219-33, Nonmanufacturing Rule, 52.222-19, Child Labor-cooperation With Authorities And Remedies, 52.222-21, Prohibition Of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity For Veterans, 52.222-36, Equal Opportunity For Workers With Disabilities, 52.222-37, Employment Reports On Veterans, 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act, 52.222-50, Combating Trafficking In Persons, 52.223-23, Sustainable Products And Services, 52.225-5, Trade Agreements, 52.225-13, Restrictions On Certain Foreign Purchases, 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving, 52.229-12, Tax On Certain Foreign Procurements, 52.232-33, Payment By Electronic Funds Transfer-system For Award Management, 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Drone Act Covered Foreign Entities, And 52.242-5, Payments To Small Business Subcontractors. additional Clauses Applicable To This Procurement Include: 520.204-9, Personal Identity Verification Of Contractor Personnel, 52.204-13, System For Award Management Maintenance, 52.204-18, Commercial And Government Entity Code Maintenance, 52.214-21, Basic Safeguarding Of Covered Contractor Information Systems, 52.216-18, Ordering, 52.216-19, Order Limitations, 52.216-22, Indefinite Quantity, 52.232-19, Availability Of Funds For The Next Fiscal Year, 852.201-70, Contracting Officer S Representative, 852.203.70, Commercial Advertising, 852.204-70, Personal Identity Verification Of Contractor Personnel, 852.204-71, Information And Information Systems Security, 852.219-70, Va Small Business Subcontracting Plan Minimum Requirements, 852.223-71, Safety And Health, 852.232-72, Electronic Submission Of Payment Requests, 852.242-71, Administrative Contracting Officer, 852.246-71, Rejected Goods, And 852.247-73, Packing For Domestic Shipment. (xiii) This Acquisition Includes Additional Submission Requirements. other Additional Submission Requirements Are: this Solicitation Includes Far Provision 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. The Offeror Must Have Completed The Provision On-line At The System For Award Management (sam) Prior To Providing An Offer. this Solicitation Includes Far Provision 52.209-7, Information Regarding Responsibility Matters. The Offeror Must Have Completed The Provision On-line At Sam Prior To Providing An Offer. this Solicitation Includes Far Provision 52.225-6, Trade Agreement Certificate. The Offeror Is To Complete The Certificate And Return A Copy With Their Offer. Negative Responses Are A Required Submission. this Solicitation Includes Far Clause 52.219-9, Small Business Subcontracting Plan, And Vaar Clause 852.219-70, Va Small Business Subcontracting Plan Minimum Requirements. If Contract Award Is To Be Made To A Large Business, The Offeror/contractor Must Submit A Subcontracting Plan Within Their Offer. If No Subcontracting Opportunities Are Available For The Requirement, The Offeror/contractor Must Describe Within Their Offer Why They Are Not Available. offeror Must Submit The Following For Evaluation Of The Offeror S Technical Capability: offeror Must Offer The Radiopharmaceuticals Listed In The Statement Of Work (paragraph 4, And The Price Schedule, Sf1449) offeror Must Provide Copies Of Their Usnrc Or State License, And All Other Relevant Licenses, Certifications And/or Partnering Agreements (sow, Paragraph 3) offeror Must Provide Past Performance References (maximum Of 5) With Their Offer. Past Performance References Must Include A Point Of Contact Name, Phone Number, Business Name, And Contract Number, If Applicable. offeror Should Complete Page 1 Of The Attached Sf1449; Block 12, Discount Terms, If Applicable; Blocks 17a., Contractor/offeror Information; And Blocks 30, 30a. -signature Of The Offeror/contractor; 30b., Name And Title Of The Signer; And 30c. Date Signed. offerors Are To Provide Pricing With Their Offer. Offerors May Complete The Price/cost Schedule In The Attached Sf1449 Or May Provide Pricing In Their Own Format (microsoft Or Pdf Document). Line Items 0013, 0021, And 0029 Are Identified For Items That May Require Additional Mci (see Price Schedule, Sf1449). Offeror Is To Provide Unit Prices For The Additional Mci For These Line Items. The Quantities Described In The Price/cost Schedule Are Estimated Annual Quantities. The Guaranteed Minimum Award Amount For The Contract Is $10,000.00. The Government Does Not Guarantee That It Will Place Any Orders Under The Contract In Excess Of The Guaranteed Minimum Award Amount. The Government Is Only Obligated For The Quantities That Are Requested, Delivered, Or Performed. failure To Provide All Of The Submission Requirements May Determine The Offerors Proposal To Be Non-compliant To The Solicitation. (xiv) The Defense Priorities And Allocations System (dpas) Does Not Apply To This Acquisition. (xv) Offers Are Due By 7 January 2025, 1:00 Pm Cst. Offers Must Be Submitted By Email To Vance Farrell At Vance.farrell@va.gov. Due To Email Constraints By The Va, It Is Requested That Emails Sent To The Poc Be No Larger Than 12mb In Size. Do Not Submit Offers In The Form Of Zip Files; Va Servers Typically Do Not Transfer All Of The Contents Of Zip Files. If Needed, Submit The Proposal Content In Multiple Emails. (xvi) Questions Regarding Information In The Solicitation Must Be Submitted In Writing To The Solicitation Point Of Contact (poc), Vance Farrell, By Email At Vance.farrell@va.gov. It Is Requested That All Questions Be Submitted No Later Than 3 January 2025.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Department Of Human Settlements And Urban Development - DHSUD Tender

Electronics Equipment...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Request For Quotation Rfq-dhsudncr-25-014a Supply And Delivery Of Various Ict Equipment For Dhsud-ncr Pursuant To Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, The Department Of Human Settlements And Urban Development (dhsud) - Ncr Would Like To Invite Your Company To Submit Quote Or Proposal For The Supply And Delivery Of Various Ict Equipment For Dhsud-ncr The Approved Budget For The Contract (abc) Is Two Hundred Eighty Three Thousand Seven Hundred Pesos (p 283,700.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. The Minimum Technical Specifications And Budget For The Said Procurement Items Are As Follows: Item Quantity Product Component Recommended Specification (equivalent Of Higher) Budget 1 1 Tv Php 49,900 Screen Size 50-inch Qled Or Higher Resolution At Least 4k Ultra Hd Or Higher Connectivity Wi-fi And Bluetooth Hdmi Ports 3x Hdmi 2.1 Usb Ports 2 Voltage Ac100-240v-50/60hz Wattage 145 * At Least 1 Year Warranty On Parts And Service Including Battery 2 5 Webcam Php 10,000 Multiple Resolution 1080p/30fps (1920x1080 Pixels) 720p/30fps (1280x720 Pixels) Camera Megapixel 2mp Focus Type Fixed Focus Usb Connectivity Usb-a Plug-and-play Microphone Built-in Mic Range Up To 1m * At Least 1 Year Warranty On Parts And Service 3 1 Speakerphone Audio Php 14,000 Number Of Microphones 4 Microphone Type Digital Mems Microphone Frequency Range 150 Hz – 7000hz Microphone Pick Up Range Up To 2.3m | 7.55ft Full Duplex Yes Battery Talk-time Up To 12 Hours Battery Capacity 2 X 900 Ma Connectivity Usb C Or Usb A, Bluetooth (for Smartphone/tablet Only) Paired Devices Up To 8 Bluetooth Devices * At Least 2 Years Warranty On Parts And Service 4 1 Projector Php 48,800 Projection System 3lcd, 3-chip Technology Native Resolution 1920 X 1080 (full Hd) Color Brightness 4,000 Lumens White Brightness 4,000 Lumens Connectivity: Usb Interface Usb Type A:1 (for Wireless Lan, Firmware Update, Copy Osd Settings) Usb Type B:1 (for Firmware Update, Copy Osd Settings) Network Wireless: Built-in Digital Input Hdmi:2 * At Least 2 Years Warranty On Parts And Service 5 3 Drone Php 132,000 Aircraft Take Off Weight Under 249g Dimensions Folded (without Propellers) 148x94x64 Mm (lxwxh) Unfolded (with Propellers) 298x373x101 Mm (lxwxh) Internal Storage 2gb Camera Image Sensor 1/1.3-inch Cmos, Effective Pixels: 48 Mp Lens: Fov: 82.1 Format Equivalent 24 Mm Aperture: F/1.7 Focus: 1m To ∞ Iso Range: Video Normal And Slow Motion: 100-6400 (normal) 100-1600 (d-log M) 100-1600 (hlg) Night: 100-12800 (normal) Photo: 12 Mp: 100-6400 48 Mp: 100-3200 Max Image Size 8064x6048 Photo Format Jpeg/dng (raw) Video Format Mp4 (mpeg-4 Avc/h.264, Hevc/h.265) Supported File System Exfat Resolution 4k/60fps Hdr Video Others Active 360 * At Least 2 Years Warranty On Parts And Service 6 1 Wireless Mobile Printer With Removable Battery And Usb Charging Php 26,000 Printer Type Mobile With Removable Battery And Usb Charging Number Of Nozzles Total 1,856 Or Higher Ink Cartridges Pgi-35, Cli-36 Maximum Printing Resolution 4800 (horizontal)*1x1200 (vertical) Dpi Support Media Rear Tray Plain Paper High Resolution Paper (hr-101n) Matte Photo Paper (mp-101) Double-sided Matte Paper (mp-101d) Photo Paper Plus Glossy Ii (pp-201, Pp-208) Photo Stickers (ps-208, Ps-808) Envelope Paper Size Rear Tray A4, A5, B5, Ltr, Lgl, Envelopes (dl, Com10), Square (5x5”, 3.5 X 3.5”), Card Size (91x55mm), 4x6”, 5x7”, 7x10”, 8x10” (custom Size) Width 55-215.9mm, Length 89 – 276mm, *f4 Is Possible Via Custom Size Settings Network Protocol Snmp, Http, Tcp/ip (ipv4/ipv6) Wireless Lan Network Tye: Ieee802.11 A/b/g/n System Requirements: Window 10 / 8.1 Os X 10.11.6, Macos 10.12 – 10.15 Chrome Os Usb Type C: Usb 2.0 * At Least 2 Years Warranty On Parts And Service 7 3 Computer Headset Php 3,000 Cord Length: At Least 1.8 M (5.90 Ft) Noise-canceling Microphone * At Least 2 Years Warranty On Parts And Service Terms And Conditions: 1. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable; 2. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected; 3. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Bid, The Department Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005; 4. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications; 5. The Department Shall Have The Right To Inspect The Item/s To Check Its Conformity With The Required Minimum Technical Specifications; 6. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dhsud-ncr May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It; 7. Payment Shall Be Processed Within 15 To 30 Working Days After Inspection And Acceptance Of Goods And Services, And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Bidder’s Account; 8. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development-ncr (dhsud - Ncr) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Or Or Si. Supporting Documents: 1. Philgeps Registration Number / Certificate Of Philgeps Membership; 2. Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) 3. Bir 2303 Certificate Of Registration. 4. Tax Clearance 5. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable 6. Signed Omnibus Sworn Statement (oss) Note: Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. 7. Income Tax Return Instructions: 1. Accomplish This Reply Slip Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements, On Or Before 10:00am, 14 February 2025 Through Personal Delivery, And In A Sealed Envelope, To Administrative And Finance Division – Procurement Unit Located At The 5th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Jay.cariaga@dhsud.gov.ph The Dhsud - Ncr Bids And Awards Committee (bac), Through The Concerned End Unit And The Bac Secretariat Will Recommend The Award Of The Contract To The Dhsud - Ncr Head Of The Procuring Entity (hope) Of A Bidder With The Single/lowest Calculated Responsive Bid (scrb/lcrb) Pursuant To Section 37.1.1 Of The 2016 Revised Irr Of Ra 9184. The Dhsud - Ncr Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s, And To Accept Only The Offer That Is Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184. For More Details, Please Email Us Or Contact Mr. Jay Michael R. Cariaga At Cellphone Number +639771041795. (original Signed) Maria Remelyn Sanchez Officer-in-charge, Administrative And Finance Division
Closing Date14 Feb 2025
Tender AmountPHP 283.7 K (USD 4.8 K)

Department Of Agriculture Tender

Software and IT Solutions
Philippines
Details: Description Invitation To Bid For The Supply, Delivery, Subscription, Installation, And Configuration Of Various Ict Equipment And Network Softwares 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Sixteen Million Four Hundred Thirty-two Thousand Pesos (php16,432,000.00) With Project Identification Number Da-rfo 1-2025-goods-032 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot, To Wit: Project Title Abc (php) Lot 1: Supply And Delivery Of Various Ict Equipment 7,912,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 2,900,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 4,620,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000,000.00 Total 16,432,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Lot No. Particulars/descriptions Quantity Unit Cost Total Cost 1 Supply And Delivery Of Ict Equipment For Office Productivity Of Da-rfo 1 Employees 1 Lot 7,912,000.00 7,912,000.00 1) Laptop (high End, Branded) Processor: 13th Gen, 10 Cores, 16 Threads, 24mb Smart Cache, Up To 4.90 Ghz Max Turbo Frequency, 45w Base Power, Maximum Turbopower 105w Display: 15.6inch Fhd (1920x1080), 144hz, Ips-level Memory: 16gb Ddr5-5200 Max 64gb 2 Slots Storage: 1tb M.2 Ssd Slot (nvme Pcie Gen4) Graphics: 4608 Cuda Cores With Boost Clock 1230 - 2175 Mhz, 8gb Gddr6 Webcam: Hd Type (30fps@720p) Communication: Gb Lan 802.11 Ax Wi-fi 6 + Bluetooth V5.2 1x Type-c (usb3.2 Gen1 / Dp) 2x Type-a Usb3.2 Gen1 1x Type-a Usb2.0 Battery: 3-cell 53.5 Battery (whr) Ac Adapter: 200w Adapter Operating System: Licensed Windows 11 4 Units 2) Desktop Computer (high End, Branded) Lga1700 14th Generation Processor Family 20 Mb L3 Cache, 10 Cores, 16 Threads 16gb Ddr4 3200 512gb Nvme Gen 4 Ssd + 1tb Hdd 7200rpm Dedicated 6gb Ddr6 Graphics Card With Wi-fi And Bluetooth With Wireless Keyboard And Mouse Combo With 23.8 Inches Monitor Native 1920 X 1080 With Licensed Windows 11 Os Installed 10 Units 3) Laptop (regular, Branded) 13th Generation Mobile Processor 16gb 4800mhz Ddr5 512 Gb Nvme Ssd 15.6" Full Hd Wireless Ieee 802.11 A/b/g/n+ac+ax Capable 2x Usb Gen 3.2 Ports 1x Usb 3.2 Type C Port Built-in Webcam And Microphone Rechargeable Built-in Li-ion Battery With Licensed Windows 11 Os Installed 19 Units 4) Desktop Computer (regular, Branded) Lga1700 14th Generation Processor Family 8 Gb Memory Ddr5 Memory 512 Gb Nvme Ssd Gen. 4 23.8 Inch Full Hd Native 1920 X 1080 With Mouse And Keyboard With Licensed Windows 11 Os Installed With Lan, Wifi And Bluetooth Vga/dvi-d, Hdmi Or Display Port 14 Units 5) Printer 3-in-1 W/ Adf, A3 Color Printer 800 Nozzles Black, 256 Nozzles Per Color (cmy) Can Print Up To A3+ Size Paper Wifi, Wifi Direct And Ethernet Connection 4800 X 2400 Dpi Hi-speed Usb 2.0 Connectivity Duplex Printing Capable, Up To A3 Scan And Copy Thru Adf Scan And Copy Thru Glass Bed Bi-directional Printing Up To 25 Ipm Printing Speed With Consumables 100-240v Voltage, 50-60hz Frequency 10 Units 6) Portable Printer Print Speed Up To 14ppm With Built-in Battery Colour Lcd Panel Wifi And Wifi Direct Connectivity Bi-directional/uni-directional Printing Hi-speed Usb 2.0 Connectivity 14 Units 7) Multi-function Printer (for Pvc Id Card) Friction Feed Pvc Id Card Printing Enabled Micropiezo Printhead Bi-directional Printing 1.5pl Minimum Ink Droplet Size Maximum Print Resolution Of 5760 X 1440 Dpi With Variable-sized Droplet Technology Usb 2.0 Connection Wireless Capable Esc/p-r, Esc/p Raster Language With Bundled Consumables With Additional 1 Set Extra Consumables 3 Units 8) Multi-function Printer Printer Type: Print, Scan, Copy And Fax Maximum Resolution: 4800 X 1200 Dpi Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour Auto-duplex Printing Adf Capability Ethernet & Wi-fi Direct Colour Touch Lcd Screen Usb 2.0 Connectivity 15 Units 9) 3-in-1 Network Printer/ Scanner/ Photocopier Printer Type: Print/copy/scan/fax Precisioncore Printhead Bi-directional Printing 4800 X 1200 Dpi Maximum Resolution 2-sided Printing Capable 600 X 600dpi Copy Resolution Friction Paper Feed Front And Rear Tray With Lcd Screen Network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Usb 2.0 Connection Ac 220-240v 50-60hz Up To A3 And A3+ Paper Size Cassette Capacity Of 250 Sheets For A4 (80gsm) Rear Capacity Of 20 Sheets For A3+ (80gsm) Up To 5.0 Ipm Scan Speed @200dpi With Bundled Consumables With Additional 1 Extra Set Of Consumables With 1 Piece Maintenance Box 10 Units 10) Dot Matrix Printer Impact Dot Matrix 9-pin Wide Carriage Up To 496cpi Prints Up To 6-part Forms 15,000 Power On Hours Mtbf Usb 2.0, Bi-directional Parallel Supported Bi-direction With Logic Seeking 200 Million Strokes/wire Printhead Life 2 Units 11) Flatbed Scanner Minimum Technical Specifications: Colour Scanner A4 Sheet-fed, 3-pass Duplex Scanner Led Light Source 1,200 X1,200 Dpi Output Resolution 215.9 X 3,048 Mm Maximum Document Size Supports 50 Gsm – 120 Gsm Paper Thickness 50 Sheets Adf Capacity Scan Speed Up To 25ppm/10ipm (300 Dpi) 24 Units 12) Portable Document Scanner A4 Sheet-fed, Simplex Colour Scanner Optical Resolution: 600 X 600 Dpi Output Resolution: 50 – 1,200 Dpi 216 X 1,828.8 Mm Maximum Document Size Contact Image Sensors (cis) Compact Size And Footprint Powered Via Usb, Ac Adapter Or Built-in Battery Scan Speed Up To 4.0sec Per Sheet (on Battery) Usb 2.0, Wi-fi And Wi-fi A/p Mode Connectivity 20 Units 13) Projector (indoor) Native Resolution Full Hd (1080p) Large Screen Projection Up To 391" 3000 Lumens Of Colour And White Brightness Comes With Android Tv™2 Dongle And Chromecast Built-in™ 5w Speaker (with Enclosure) Life (normal / Eco): 6,000 / 12,000 Hours (normal / Eco) F-number: 1.44 Focal Length: 16.4mm Zoom Ratio: 1.0 – 1.35 (digital Zoom) Throw Ratio: 1.19 – 1.61 Usb Type A: 1 (for 2a Power Supply, Firmware Update And Copy Osd Settings) Usb Type B: 1 (for Firmware Update And Copy Osd Settings) Hdmi: 1 (hdcp 1.4) 10 Units 14) Dslr Camera 24.2mp Aps-c Cmos Sensor Dual Pixel Cmos Af Ii 4k30 Video, 4k60 With Crop; Hdr-pq 23 Fps E. Shutter, 15 Fps Mech. Shutter 2.36m-dot Oled Evf 1.04m-dot Vari-angle Touchscreen Lcd Multi-function Shoe, Wi-fi And Bluetooth 18-45mm F/4.5-6.3 Is Stm Lens Lithium-ion Battery Pack Charger For Battery Pack 8 Units 15) Portable Audio System (branded) Digital Wireless Microphone Included Output Power: At Least 1100 Watts 30hz-20khz (-6db) Dynamic Frequency Range With 3.5mm Audio Cable Input Bluetooth Connection Usb Playback Guitar And Microphone Input True Wireless Stereo Using Bluetooth Connection With Rca Output Microphone Specifications: Frequency: 2404 - 2478mhz Encryption: Aes - 128 Working Range: 30m (100ft) Latency: < 12ms Frequency / Channel Selection: Adaptive Channel Selection Frequency Response: 50hz - 15khz Dynamic Range: 100db@ 1k Hz Signal -to -noise: 59dba Thd: < 1% @ 94db Spl, 200 - 10khz Microphone Rechargeable Battery: 600mah, 3.7v Li-ion Battery Dongle Battery: 700mah 3.7v Li-ion Battery Playtime Of Microphone: Up To 20 Hours Playtime Of Dongle: Up To 12 Hours Microphone Battery Charge Time: < 2.5h In Off Mode Dongle Battery Charge Time: < 2.5h In Off Mode Microphone Head: 16mm Ecm Transmitting Power: < 10dbm Receiver Maximum Output Level: < 1v Rms 6 Units 16) Handheld Gps Receiver 2.2" Transflective, 65k Color Tft Display Type 240 X 320 Pixels Display Resolution 25 Hrs Battery Life Ipx7 Water Rating High-sensitivity Receiver 2 Aa Nimh Or Lithium Rechargeable Batteries And Charger Included 30 Units 2 Supply, Delivery And Subscription To Various Ict Software 1 Lot 2,900,000.00 2,900,000.00 1) Graphic Design Platform 1tb Of Cloud Storage 1000 Brand Kits 100m+ Photos, Videos, Graphics, Audio Ai-generated Writing And Designs Unlimited Premium Templates Ai Admin Controls Edit, Comment, And Collaborate In Real-time With Online Customer Support 3-year Subscription *1 Account = 3 Users 5 Units 2) Cad Modeling Software Civil-infrastructure/engineering Design And Documentation Software Supports Computer-aided Design And Building Information Modeling Site And Survey Workflows Drainage Design And Analysis Plan Production And Documentation Intersection Design Corridor, Geotechnical And Terrain Modeling Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 3) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 3 Year Subscription 2 Units 4) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 5) Office Productivity Software On Premise - Open License Graphical User Interface/keyboard Driven Menu System Support In Inserting And Editing 3d Models Support To Scalable Vector Graphics (svg) With Filters Live Preview While Formatting With Built-in Language Translator Support For Touch-enabled Devices, Digital Pens And Mouse For Drawing Shapes, Writing Out Complex Math Problems And Highlighting Text. With Accessibility Checker With Support For International Standards 45 Units 3 Supply, Delivery, Installation And Configuration Of Ict Network Equipment Of Da-rfo 1 1 Lot 4,620,000.00 4,620,000.00 1) Network Firewall Subscription At Least 3yrs Throughput Ngfw, Ips & Threat Protection: 1.6, 2.6 & 1 Gbps Concurrent Ssl-vpn Users: 500 2.2 Gbps Application Control Throughput Capwap Throughput (http 64k): 15gbps Heat Dissipation: At Least 100.6 Btu/h 80plus Compliant Power Supply Efficiency Rating Ports: 2 Ge Rj45 Wan, 4 Ge Rj45 Or Sfp Shared Ports, 1 Console And Usb Port Concurrent Tcp Sessions: 1.5million 10,000 Firewall Policies Throughput Ipsec Vpn: 11.5 Gbps Compliance Fcc Part 15b, Class A, Ce, Rcm, Vcci,ul/cul, Cb, Bsmi Ac Power Supply 100–240v Ac, 50/60 Hz Form Factor (supports Eia/non-eia Standards) Rack Mount, 1 Ru With Complete Accessories & Compatible With Existing Network Setup. 1 Unit 2) Network Switch (access) 10/1g Uplink Ports Forwarding And Switching Rate: 261.9 Mbps & 176 Gbps Per Hour Mean Time Between Failures: At Least 503,400 Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Entries Of Flexible Netflow: 16,000 Flows On 24 Or 48 Port Gigabit Ethernet Models Bandwidth Stacking: At Least 80 Gbps Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Qos Scale & Acl Entries: 1000 With Complete Accessories & Compatible With Existing Devices. 1 Unit 3) Wireless Lan Controller (bundled With 6-ap & Licenses) Fixed Service Port: Auto-negotiation 10/100/1000base-t, Auto Mdi/mdix Crossover Standard Rj45 & Usb Port Management Port 40w Max. Power Consumption 200,000 Hours Mean Time Between Failure (mtbf) At The Standard Temperature 2048 Maximum Number Of Configurable Access Points Default Number Of Manageable Access Point Of 32 448 Maximum Number Of Manageable Access Point Wlan Service: 2048 Maximum Wlan Id At Least 32,768 Mac Address Entries 4096 Of Virtual Lans Ipv4 Address Pools: 2,000 Ipv4 Addresses: 24,576 Ipv6 Address Pools: 256 Ipv6 Addresses: 2,048 Ieee 802.11 Protocols: 802.11, 802.11b, 802.11a, 802.11g, 802.11d, 802.11h, 802.11w, 802.11k, 802.11v, 802.11r, 802.11i, 802.11e, 802.11n, 802.11ac, And 802.11ax Ieee 802.11 Security And Encryption: Multi-ssid Mode,ssid Hiding Ieee 802.11i-compliant Psk Authentication, Wpa And Wpa2,wpa3: Wpa3-personal (sae), Wpa3-enterprise (ccmp, 128-bit), And Wpa3-enterprise (gcmp, 192-bit),wep (wep/wep128), Tkip, Ccmp, Anti-arp Spoofing User Access Management: Console Port Login, Telnet Login, Ssh Login, And Ftp Upload Maximum Number Of Stas Supported By The Built-in Portal Server:1,500 Number Of Acl Entries:65,536 Entries With Six (6) Compatible Wireless Access Point With Six (6) Licenses Included Bundled With Training And Certification With Complete Accessories. 1 Unit 4) Network Attached Storage (nas) 64 Bit Cpu Architecture Cpu Frequency: 2.6 / 3.1 Ghz System Memory 2gb Ddr4 Ecc Drive Bays: At Least 4 Compatible Drive Type: 3.5" Sata Hdd & 2.5 Sata Ssd External Ports: 2 Rj-45 1 Gbe Lan Ports, 1 Usb 3.2 Gen 1 Port Pcie Expansion: 1 X Gen3 X 2 Network Upgrade Slot System Fan: 40mm X 40mm X 3pcs 28.5 Db(a) Noise Level Power Supply Unit : 100 Watts Power Consumption: 37.93 Watts (access), 13.43 Watts (hdd Hibernation) Rohs Compliant Bundled With At Least 4 Hdd (16tb) With Complete Required Accessories 2 Units 5) Ups 10kva (rack-mounted) Capacity: 10kva Rackmounted With Battery Input: Voltage: 200-240v +/- 10% Voltage Range: 176-3000v +/- 10% (full Load) Frequency: 56hz - 64hz Battery: 16 X 12v/9ah Output Voltage: 220-240v +/- 10% Frequency: 50hz-60hz +/- 5% Transfer Time: 0 (ac To Battery), 0ms (inverse To Bypass) True Double Conversion Microprocessor Control Technology Ensures High Reliability Input Power Factor Correction Output Power Factor 0.8 Waveform (batt Mode): Pure Sine Wave With Complete Accessories And Warranty. 4 Units 6) Wireless Access Point Max Throughput Up To 400mbps At 2.4g, Up To 867 Mbps At 5g 1.267 Gbps Ofdm: Bpsk@6/9mbps, Qpsk@12/18mbps, 16-qam@24mbps, 64-qam@48/54mbps Protocol: Concurrent 802.11ac Wave2, Wave1, 802.11a/b/g/n Spatial Streams: 2.4g 2x2mimo 5g 2x2mimo Antenna: Internal Antennas(2.4g: 2dbi,5g: 2dbi) Operating Bands: 802.11b/g/n: 2.4g ~ 2.4835ghz, 802.11a/n/ac: 5g:5.150~5.250ghz,5.725~5.850ghz 11b: -91dbm (1mbps), -88dbm (5mbps), -85dbm (11mbps) 11a/g: -89dbm (6mbps), -80dbm (24mbps), -76dbm (36mbps), -71dbm (54mbps) 11n: -83dbm@mcs0, -65dbm@mcs7, -83dbm@mcs8, -65dbm@mcs15 11ac Ht20: -83dbm (mcs0), -57dbm (mcs9) 11ac Ht40: -79dbm (mcs0), -57dbm (mcs9) 20 Units 7) Unmanaged Switch Ports:16 X 10/100base-x Poe+ Ports, 2 X 10/100/1000base-t Ports With 2-port Gigabit Rackmount Poe Switch Layer Type: Unmanaged Switching Capacity:7.2 Gbps Forwarding Rate:5.36 Mpps Mac Address Table:8000 Fan: Fanless Port Surge:6kv 4 Units 8) Ups 1kva Available Capacity : 1kva / 600w Line Interactive Switching Ups 2 X 12v7ah Battery Input Power : 190~240va (50~60hz) Output Power : 220~230va (50~60hz) 24 Units 9) Drone (quadcopter) Gimbal:3-axis Flight Control System: Gnss Support Gps, Beidou, Galileo Maximum Operating Distance:9.3 Miles / 15 Km Battery Capacity:5000 Mah / 77 Wh Charging Temperature 41 To 104°f / 5 To 40°c Maximum Ascent Speed 17.9 Mph / 8 M/s Maximum Descent Speed 13.4 Mph / 6 M/s Maximum Wind Resistance 26.8 Mph / 12 M/s Flight Ceiling 3.7 Miles / 6000 M Image Sensor:4/3″-type Cmos Sensor Resolution Effective: 20 Megapixel (5280 X 3956) Focal Length: 24mm (35mm Equivalent) Field Of View: 84° Maximum Aperture: F/2.8 Minimum Aperture: F/11 Minimum Focus Distance:3.3′/1 M Rotor Configuration: 4 Operating Temperature:14 To 104°f/-10 To 40°c With Complete Accessories, Controller Device, Bag And Extra Batteries And Propeller. Bundled With Formal Drone Pilot And Safety Training, Drone Pilot License & Rpas Certifications Acquisition. 1 Unit 4 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1 Lot 1,000,000.00 1,000,000.00 Managed Switch Bandwidth Stacking: At Least 80 Gbps Entries Of Flexible Netflow: 32,000 On 24 Or 48 Port Multigigabit Models Stacking Switch Capacity & Forwarding Rate: 256 Gbps & 190 Mbps Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Forwarding And Switching: At Least 130.95 Mbps And 176 Gbps Per Hour Mean Time Between Failures: At Least 346,270 Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Sfp Transceiver Module Hot Pluggable Sfp Msa Compliant To Maximize Uptime And Simplify Maintenance Modal Bandwidth Min :400 At Least 1804 Ft. Operating Distance Stackwise Cables Support 16 Gbps Speeds In Both Directions, Yielding A Traffic Total Of 32 Gbps Bandwidth Bidirectionally Cable Length:1.6 Ft Conductor: Copper Network Server Rack Cabinet Minimum Technical Specifications: Capacity: 22u With Exhaust Fans And Power Distribution Cables, I/o Ports And Accessories 1 Lot Roughing-in Materials For Horizontal And Backbone Distribution 1 Lot Roughing-in Materials For Fiber Backbone Distribution 1 Lot Mobilization / Demobilization 1 Lot Testing And Commissioning 1 Lot Preparation, Documentation Of As-built Plan Drawings And Turn-over Of Network Design And Diagram 1 Lot Cables, I/o Ports And Accessories 1 Lot Grand Total 16,432,000.00 All Equipment With 1 Year Warranty On Parts & Services. Drop Off Point: Da Rfo I, City Of San Fernando, La Union Delivery Schedule: 90 Calendar Days From Receipt Of Notice To Proceed (ntp). Delivery Of The Goods Is Required Within 90 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Project Title Bid Docs Fee Lot 1: Supply And Delivery Of Various Ict Equipment 10,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 5,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 5,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 27 January 2025, 1:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 27 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-032
Closing Date27 Jan 2025
Tender AmountPHP 16.4 Million (USD 280.1 K)

INDIAN HEALTH SERVICE USA Tender

Solid Waste Management
Corrigendum : Closing Date Modified
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With the Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With additional Information Included In This Notice. This Announcement Constitutes The Only solicitation; Quotes Are Being Requested In Response To This Notice And A Written Solicitation will Not Be Issued. This Solicitation Is Being Issued As A Request For Quote (rfq). Submit only Written Quotes For This Rfq. This Solicitation Is Full And Open. This Solicitation document And Incorporated Provisions And Clauses Are Those In Effect Through Federal acquisition Circular 2025-02. The Associated Naics Code Is 562211. this Rfq Contains Five (5) Line Items: clin Description Cost Per Pickup 01 Base Year – Bio-hazard Waste Removal 02 Option Year 1 - Bio-hazard Waste Removal 03 Option Year 2 - Bio-hazard Waste Removal 04 Option Year 3 - Bio-hazard Waste Removal 05 Option Year 4 - Bio-hazard Waste Removal period Of Performance: 04/10/2025 – 04/09/2026 vendor Requirements: See Attached Statement Of Work submit Quotes No Later Than: 01/22/2025 02:00p.m. Cdt To The Following Point Of Contact: mary Ann Yocham, Contract Specialist, Via Email: Maryann.yocham@ihs.gov. evaluation: Far 52.212-2 Evaluation -- Commercial Items (completed As Follows): (a) The Government Will Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To the Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The government, With The Technical Requirements Being More Important Than Pricing And Past History performance. The Following Factors Shall Be Used To Evaluate Offers: best Value (see Criteria Below) pricing - Pricing Will Be Evaluated By Adding The Base Year And The Out Years Together For A comprehensive Price. technical - Vendor Shall Have The Ability To Pick Up Bio Hazardous Waste From The Wewoka indian Health Center Every Two Weeks For A Total Of 26 Times Per Year. Providing 20 – 2’x2’ Boxes Per Pickup. - Vendor Shall Provide 20 Red Bio-hazard Bags Per Pickup. - Vendor Shall Have An Online Site That Provides Dot Manifest Training For Evs Staff and Manifest Records. - Shall Have Ability To Provide Certificate Of Incineration Within 24 Hours Of Pick-up past History Performance - Vendor Shall Submit At Minimum 3 Past History Performance Records. combined Synopsis/solicitation Ihs1504056-bio Hazard Waste Removal page 2 Of 4 vendors Shall Submit The Following: completed Price Schedule (to Include Out Years) past History Performance Contract Information site Where Dot Manifest Trainings Are Accessible vendors Submitting Or Equal Items Must Submit Descriptitve Literature showing How Their Product Meets Or Exceeds The Requirements Being solicited this Solicitation Will Result In A Firm Fixed Price Purchase Order Pursuant To The Terms And Conditions below. Terms And Conditions Other Than Those Stated Will Not Be Accepted. The Above Pricing Is all Inclusive. provisions: The Following Far Provisions Apply To This Solicitation: far 52.252-1, Solicitation Provisions Incorporated By Reference. (feb 1998). This Solicitation Incorporates One Or more Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, the Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information with Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these address(es): Https://www.acquisition.gov/browse/index/far And Https://www.acquisition.gov/hhsar far 52.204-7, System For Award Management (nov 2024); far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020); far 52.204-22, Alternative Line-item Proposal (jan 2017); far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021); far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023); far 52.252-3, Alterations In Solicitation (apr 1984) hhsar 352.239-78, Information And Communication Technology Accessibility Notice. (deviation) (feb 2024) (a) Any Offeror Responding To This Solicitation Must Comply With Established Hhs Information And Communication technology (ict) Accessibility Standards. Information About Section 508 Is Available At https://www.hhs.gov/web/section-508/index.html. (b) The Section 508 Accessibility Standards Applicable To This Solicitation Are Stated In The Clause At 352.239-79 information And Communication Technology Accessibility. In Order To Facilitate The Government’s Determination Whether proposed Ict Supplies, Products, Platforms, Information, And Documentation Meet Applicable Section 508 Accessibility standards, Offerors Must Submit An Appropriate Hhs Section 508 Accessibility Conformance Checklist (see https://www.hhs.gov/web/section-508/accessibilitychecklists/index.html) Or An Accessibility Conformance Report (acr) (based On The Voluntary Product Accessibility Template (vpat) See Https://www.itic.org/policy/accessibility/vpat), In accordance With The Completion Instructions. The Purpose Of The Checklists And Conformance Reports Are To Assist Hhs acquisition And Program Officials In Determining Whether Proposed Ict Supplies, Products, Platforms, Information, And documentation Conform To Applicable Section 508 Accessibility Standards. Checklists And Acrs Evaluate—in Detail— whether The Ict Conforms To Specific Section 508 Accessibility Standards And Identifies Remediation Efforts Needed To address Conformance Issues. (c) If An Offeror Claims Its Supplies Or Services Meet Applicable Section 508 Accessibility Standards, And It Is Later determined By The Government, I.e., After Award Of A Contract Or Order, That Supplies, Products, Platforms, Information, documentation, Or Services Support Delivered Do Not Conform To The Described Accessibility Standards, Remediation Of the Supplies, Products, Platforms, Information, Documentation, Or Services Support To The Level Of Conformance Specified in The Contract Will Be The Responsibility Of The Contractor At Its Expense. (d) In Order To Facilitate The Government's Determination Whether Proposed Ict Supplies Meet Applicable Section 508 accessibility Standards, Offerors Must Submit An Accessibility Conformance Report, In Accordance With Its Completion instructions And Tailored To The Requirements In The Solicitation. The Purpose Of The Report Is To Assist Hhs Acquisition and Program Officials In Determining Whether Proposed Ict Supplies Conform To Applicable Section 508 Accessibility standards. The Template Allows Offerors Or Developers To Self-evaluate Their Supplies And Document, In Detail, Whether they Conform To A Specific Section 508 Accessibility Standard, And Any Underway Remediation Efforts Addressing conformance Issues. Instructions For Preparing The Hhs Section 508 Evaluation Template Are Available At https://section508.gov/. combined Synopsis/solicitation Ihs1504056-bio Hazard Waste Removal page 3 Of 4 (e) In Order To Facilitate The Government's Determination Whether Proposed Ict Services Meet Applicable Section 508 accessibility Standards, Offerors Must Provide Enough Information To Assist The Government In Determining That The Ict services Conform To Section 508 Accessibility Standards, Including Any Underway Remediation Efforts Addressing conformance Issues. (f) Respondents To This Solicitation Must Identify Any Inability To Conform To Section 508 Requirements. If An Offeror Claims its Supplies Or Services Meet Applicable Section 508 Accessibility Standards, And It Is Later Determined By The government, I.e., After Award Of A Contract Or Order, That Supplies Or Services Delivered Do Not Conform To The Described accessibility Standards, Remediation Of The Supplies Or Services To The Level Of Conformance Specified In The Contract Will be The Responsibility Of The Contractor At Its Expense. (g) Items Delivered As Electronic Content Must Be Accessible To Hhs Acceptance Criteria. Checklist For Various Formats are Available At Http://508.hhs.gov/. Materials, Other Than Items Incidental To Contract Management, That Are Final Items for Delivery Should Be Accompanied By The Appropriate Checklist, Except Upon Approval Of The Contracting Officer Or contracting Officer’s Representative. (the Offeror Should Include A Completed Copy Of These Provisions With Their Quote). clauses: The Following Far Clauses Apply To This Solicitation: far 52.252-2, Clauses Incorporated By Reference (feb 1998). This Contract Incorporates One Or More Clauses By reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/browse/index/far And Https://www.acquisition.gov/hhsar far 52.203-17, Contractor Employee Whistleblower Rights (nov 2023); far 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020); far 52.204-13, System For Award Management Maintenance (oct 2018); far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020); far 52.204-19, Incorporation By Reference Of Representations And Certifications (dec 2014); far 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023); far 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or proposed For Debarment. (nov 2021); far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023); far 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial products And Commercial Services (feb 2024); far 52.217-2, Cancellation Under Multi-year Contracts (oct 1997); far 52.217-8, Option To Extend Services (nov 1999); far 52.217-9, Option To Extend The Term Of The Contract (mar 2000); far 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022); far 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024); far 52.222-3, Convict Labor (jun 2003); far 52.222-21, Prohibition Of Segregated Facilities (apr 2015); far 52.222-26, Equal Opportunity (sep 2016); far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020); far 52.222-50, Combating Trafficking In Persons (nov 2021); far 52.223-23, Sustainable Products And Services (may 2024); far 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023); far 52.225-13, Restrictions Of Certain Foreign Purchases (feb 2021); far 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024); far 52.232-33, Payment By Electronic Funds Transfer- System For Award Management (oct 2018); far 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act- covered Entities (nov 2024); far 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contract For Maintenance, calibration, Or Repair Of Certain Equipment-requirements (may 2014) far 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services- requirements (may 2014); far 52.252-4, Alterations In Contracts (apr 1984): far 52.252-6, Authorized Deviations In Clauses (nov 2020); hhsar Clauses: hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015), hhsar 352.223-70, Safety And Health (dec 2015); hhsar 352.223-71, Instructions To Offerors – Sustainable Acquisition (dec 2015); hhsar 352.226-1, Indian Preference (dec 2015) hhsar 352.232-71, Electronic Submission Of Payment Requests (feb 2022); combined Synopsis/solicitation Ihs1504056-bio Hazard Waste Removal page 4 Of 4 hhsar 352.239-79, Information And Communication Technology Accessibility (feb 2024) miscellaneous: no Fax Quotations electronic Submissions – Submission Via Email Is The Only Acceptable electronic Submission. (maryann.yocham@ihs.gov) all Contractors Must Be Registered In The System For Award Management Database Located at Https://www.sam.gov/sam/ Prior To Any Contract Award. Please Submit The Following information With Each Quote: Vendor Name, Cage Code, Uei, Tax Identification Number, prompt Payment Terms, Delivery Time, Gsa Contract Number (if Applicable), Date Quote expires, Warranty, Total Price For Each Line Item, Total Quote Price, And Technical documentation In Sufficient Detail To Determine Technical Acceptability. Failure To Provide sufficient Technical Detail May Result In Rejection Of Your Quote.
Closing Date22 Jan 2025
Tender AmountRefer Documents 

Local Government Unit Of Daet Tender

Others
Philippines
Details: Description Purchase Of Ict & Office Equipment 1 Unit Aircraft Drone For Mapping Weight (with Propellers, Without Accessories) - 915 G Max Takeoff Weight - 1,050 G "dimensions Folded (without Propellers): 221×96.3×90.3 Mm (l×w×h) Unfolded (without Propellers): 347.5×283×107.7 Mm (l×w×h)" Diagonal Distance - 380.1 Mm "max Ascent Speed - 6 M/s (normal Mode) 8 M/s (sport Mode)" "max Descent Speed - 6 M/s (normal Mode) 6 M/s (sport Mode)" "max Flight Speed (at Sea Level, No Wind) - 15 M/s (normal Mode) Forward: 21 M/s, Side: 20 M/s, Backward: 19 M/s (sport Mode)" Max Wind Speed Resistance -12 M/s Max Take-off Altitude Above Sea Level - 6000 M (without Payload) Max Flight Time (no Wind) - 45 Mins Max Hover Time (no Wind) -38 Mins Max Flight Distance - 32 Km "max Pitch Angle - 30° (normal Mode) 35° (sport Mode)" Max Angular Velocity - 200°/s Gnss - Gps+galileo+beidou+glonass (glonass Is Supported Only When The Rtk Module Is Enabled) "hovering Accuracy -vertical: ±0.1 M (with Vision System); ±0.5 M (with Gnss); ±0.1 M (with Rtk) Horizontal: ±0.3 M (with Vision System); ±0.5 M (with High-precision Positioning System); ±0.1 M (with Rtk)" Operating Temperature Range -10° To 40° C (14° To 104° F) Internal Storage - N/a Motor Model - 2008 Propeller Model - 9453f Propellers Beacon - Built Into The Aircraft Class - C2 (eu) Wide Camera Sensor-dji Mavic 3e: 4/3 Cmos, Effective Pixels: 20 Mp "lens - Fov: 84° Format Equivalent: 24 Mm Aperture: F/2.8-f/11 Focus: 1 M To ∞" Iso Range - 100-6400 "shutter Speed - Electronic Shutter: 8-1/8000 S Mechanical Shutter: 8-1/2000 S" Max Image Size - 5280×3956 "still Photography Modes- Single: 20 Mp Timed: 20 Mp Jpeg: 0.7/1/2/3/5/7/10/15/20/30/60 S Jpeg+raw: 3/5/7/10/15/20/30/60 S Smart Low-light Shooting: 20 Mp Panorama: 20 Mp (raw Image)" "video Resolution - H.264 4k: 3840×2160@30fps Fhd: 1920×1080@30fps" "bitrate - 4k: 130 Mbps Fhd: 70 Mbps" Supported File Formats - Exfat Photo Format - Jpeg/dng (raw) Video Format - Mp4 (mpeg-4 Avc/h.264) Tele Camera Sensor 1/2-inch Cmos, Effective Pixels: 12 Mp Lens Fov: 15° Format Equivalent: 162 Mm Aperture: F/4.4 Focus: 3 M To ∞ Iso Range Dji Mavic 3e: 100-6400 Shutter Speed Electronic Shutter: 8-1/8000 S Max Image Size 4000×3000 Photo Format Jpeg Video Format Mp4 (mpeg-4 Avc/h.264) Still Photography Modes Dji Mavic 3e: Single: 12 Mp Timed: 12 Mp Jpeg: 0.7/1/2/3/5/7/10/15/20/30/60 S Smart Low-light Shooting: 12 Mp Video Resolution H.264 4k: 3840×2160@30fps Fhd: 1920×1080@30fps Bitrate 4k: 130 Mbps Fhd: 70 Mbps Digital Zoom 8x (56x Hybrid Zoom) Gimbal Stabilization 3-axis (tilt, Roll, Pan) Mechanical Range Tilt: -135° To 100° Roll: -45° To 45° Pan: -27° To 27° 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, Lateral, And Upward: Surface With A Clear Pattern And Adequate Lighting (lux >15) Downward: Diffuse Reflective Surface With Diffuse Reflectivity>20% (e.g. Walls, Trees, People) And Adequate Lighting (lux >15) Video Transmission Video Transmission System Live View Quality Remote Controller: 1080p/30fps Operating Frequency [6] 2.400-2.4835 Ghz 5.725-5.850 Ghz Max Transmission Distance (unobstructed, Free Of Interference) [7] Fcc: 15 Km Ce: 8 Km Srrc: 8 Km Mic: 8 Km Battery Capacity 5000 Mah Standard Voltage 15.4 V Max Charging Voltage 17.6 V Type Lipo 4s Chemical System Licoo2 Energy 77 Wh Weight 335.5 G Charging Temperature 5° To 40° C (41° To 104° F) Charger Input 100-240 V (ac Power), 50-60 Hz, 2.5 A Output Power 100 W Output Max. 100 W (total) Charging Hub Input Usb-c: 5-20 V, 5.0 A Output Battery Port: 12-17.6 V, 8.0 A Rated Power 100 W Rtk Module Dimensions 50.2×40.2×66.2 Mm (l×w×h) Weight 24±2 G Interface Usb-c Power Approx. 1.2 W Rtk Positioning Accuracy Rtk Fix: Horizontal: 1 Cm + 1 Ppm; Vertical: 1.5 Cm + 1 Ppm Speaker Dimensions 114.1×82.0×54.7 Mm (l×w×h) Weight 85±2 G Interface Usb-c Rated Power 3 W Max Volume [11] 110 Db @ 1 M Effective Broadcast Distance [11] 100 M @ 70 Db Bit Rate 16 Kbps/32 Kbps Operating Temperature Range -10° To 40° C (14° To 104° F) 2 Units "high End Laptop 15.6"" Fhd Ag 300n, 165hz Monitor Processor - 16c (8p + 8e) / 24t, P-core 2.2 / 5.2ghz, E-core 1.6 / 3.7ghz, 30mb Memory - 16gb Ddr5 5600 Storage - 1000tb 2 M.2 2242 Ssd Graphics - 8gb Camera - 720p White Backlit Keyboard Wifi 6 60wh Batter Windows 11 Home" 1 Units "camera - Af Modes - One-shot Af, Ai Focus Af (stills), Servo Af / Movie Servo Af" Af Point Selection - Spot Af, 1-point Af, Expand Af Area (above/below/left/right Or Around), Flexible Zone Af 1/2/3, Whole Area Af Af System Points - Up To 651 Af Frame Zones Built-in Flash - Available Closest Focusing Distance (cm) - 20 (af, F=18mm) - 15 (mf, F=18mm) Continuous Shooting Speed (shots Per Sec) (up To) - Electronic 1st Curtain: 12 - Electronic Shutter: 15electronic 1st Curtain: 12 - Electronic Shutter: 15* - *if Flicker Is Detected, Continuous Shooting Will Slow Down Even When Anti-flicker Shooting Is Turned Off. Digital Zoom - Digital Tele-converter X2.0 & X4.0 Dimensions (excl. Protrusions) (mm) (approx.) - 116.3 × 85.5 × 113.1 Drive System - Leadscrew-type Stm Effective Iso - Stills: 100–32,000 (h:51,200) - Movie: 100–12,800 (h:25,600) - Hdr Pq Movies: Iso 100–12,800 Effective Pixels (megapixels) - 24.2 Exposure Compensation - ±3 Stops In 1/3-stop Increments - Aeb: ±3 Stops In 1/3-stop Increments Eye Detection Af - Yes (auto) Flash Modes - E-ttl Ii Flash Metering / Manual Flash Focal Length (35mm Equivalent) - 29-72mm Guide Number Iso 100 Metres - 6 Image Resolution - 6000×4000 (jpeg L/raw/c-raw/heif) - 3984×2656 (heif, Jpeg M) - 2976×1984 (heif, Jpeg S1) - 2400×1600 (heif, Jpeg S2) In-body Image Stabilizer (sensor Shift Is) - No Lcd Monitor (size) (inch) - 3 Lcd Monitor Resolutions (dots) - 1.62 Million Manual Focus - Yes Memory Card Type - Single Card Slot (sd, Sdhc*, Sdxc*) - *uhs-i Cards Compatible Metering Mode - Stills: Evaluative, Partial, Spot, Center-weighted Average - Movie: Evaluative Movie Digital Is - Yes Movie Format - Mp4 Optical Image Stabilizer - Yes Optical Zoom - 2.5x Optional Power - Ac Power (ac Adapter Ac-e6n And Dc Coupler Dr-e18) - Usb Power (pd-e1) Peripheral Connections - Usb Type-c (hi-speed Usb (usb 2.0) Equivalent - External Microphone In - Hdmi Micro (type D) - Multi-function Shoe Processor Type - Digic X Sensor Size - Aps-c Cmos Shooting Modes - Stills : A+/hybrid Auto/special Scene/creative Filters/p/tv/av/m - Movies : Movie For Close-up Demos/movie Is Mode/hdr Movies/movie Auto Exposure/movie Manual Exposure/custom Shooting Mode (c Mode) Shutter Speed Range (sec.) - Stills: - Electronic 1st-curtain: 30 - 1/4000 - Electronic Shutter: 30 - 1/8000 Movie Recording: - Auto Exposure: 1/25* - 1/4000 - Manual Exposure: 1/8* - 1/4000 - *varies By Shooting Mode And Frame Rate Silent Shutter - Yes Standard Power Supply - Lp-e17 Still Image Format - Jpeg, Heif, Raw, C-raw Viewfinder Coverage (approx.) - 1 Viewfinder Type - 0.39-inch Oled, Approx. 2.36million Dots - 59.94/119.88 Fps Refresh Rate Weight (g) (including The Battery And Memory Card) (approx.) - 505 (black) | 506 (white) *for Camera Kits, Weight Includes Kit Lens(es). - White Balance - Auto (ambience Priority / White Priority), Daylight, Shade, Cloudy (effective In Twilight And Sunset), Tungsten Light, White Fluorescent Light, Flash*, Custom, Colour Temperature Setting (approx. 2500–10000 K) - - White Balance Shift And White Balance Bracketing Features Available - - *flash Colour Temperature Information Transmission Possible (ex / El Series Speedlite) X-sync (sec.) - Electronic 1st Curtain: 1/250 2 Pcs External Hard Drive 2tb
Closing Date10 Feb 2025
Tender AmountPHP 925 K (USD 15.9 K)

ANIMAL AND PLANT HEALTH INSPECTION SERVICE USA Tender

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

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine...+1Furnitures and Fixtures
United States
Details: 1. This Is A Combined Synopsis/solicitation For The Acquisition Of Commercial Products And 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. 2. The Solicitation Number Is 285-25-rfq-0027 The Solicitation Is Issued As, Request For Quotation (rfq). 3. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2024-07, Dated 29 August 2024. 4. This Combined Synopsis/solicitation Is 100% Set-aside For Indian Owned Small Business In Accordance To Hhsar Subpart 326.6—acquisitions Under The Buy Indian Act. This Solicitation And The Associated Naics Code Is 339113 Surgical Appliance And Supplies Manufacturing, And The Small Business Size Standard Is 800 Employees. 5. Schedule the Contactor Should Submit Their Pricing In The Format Of The Bid Schedule Attached To This Solicitation. All Items Are Brand Name Or Equal. The Contractor Should Include In Their Proposal Detailed Information Demonstrating The Functional Or Performance Standards As The Brand Name Product, But Not Necessarily Be Identical In Every Detail. 6. Description Of Requirement this Scope Of Work Is For New Equipment Only. Vendor Shall Deliver The Equipment And Install As Needed For The Furniture. The Vendor Shall Remove All Package Materials. the Contactor Shall Be Responsible For Shipment, Assembly, Installation And Debris Removal. the Contractor Will Deliver, Unpack, And Place Each Dental Furniture And Equipment Item Into The Appropriate Location Within The Clinic In Accordance To The Schematic Outlined In The Statement Of Work. the Examination Chairs Should Include A Clean Assist Roller System, Receptacles, Drawer Heater, Pelvis Lift, Wired Control, Soothing Blue Upholstery, And Patient Support Rails. the Powered Procedure Chair Should Include Soothing Blue Upholstery the Procedural Chair Will Be Installed In Room 1100 the Remaining Equipment And Furniture Will Be Installed In Rooms 1092, 1090, 1083, 1077 the Contractor Will Remove Packing Material And Any Debris Associated With The Delivery, Unpacking Or Placement Of The Furniture And Equipment, From The Premises At The Time Of Unpacking And Properly Dispose Of All Boxes Off The Ihs Property. 7. Delivery/performance mid-atlantic Tribal Health Center Located At: 2401 Roxbury Road, Charles City, Va 23030 8. Provisions At Far 52.212-1, Instructions To Offerors -commercial Products And Commercial Services (sep 2023) Applies To This Acquisition With The Following Addenda To The Provision. in Order For Consideration Contractors Proposal Must Include; i. Completed Indian Health Service Buy Indian Act Indian Economic Enterprise Representative Form. ii. Company Name, Sam Uei #, iii. Pricing In The Format Of Section 5. Schedule iv. Technical Capabilities Statement, Description Of Equipment And The Contractor’s Brand Name Or Equal v. 2 Years Of Past Performance With Federal, State, Or Local Government. far 52.211-6 Brand Name Or Equal. (aug 1999) (a) If An Item In This Solicitation Is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government’s Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal" Products Must Meet Are Specified In The Solicitation. (b) To Be Considered For Award, Offers Of "equal" Products, Including "equal" Products Of The Brand Name Manufacturer, Must- (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By- (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modifications The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c) The Contracting Officer Will Evaluate "equal" Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An "equal" Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation. (end Of Provision) 9. Far 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: (i) Price; (ii) Technical Capability To Meet The Government Requirement (iii) Past Performance (see Far 15.304) the Evaluation Factors Are In In Descending Order Of Importance. technical And Past Performance, When Combined, Are Equal When Compared To Price. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. 10. Far 52.217-5 - Evaluation Of Options (july 1990) Provisions Are Incorporated Into This Solicitation. 11. Offerors To Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) With Its Offer. 12. Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023), Applies To This Acquisition With The Following Addenda Incorporated Into This Clause. 352.232-71, Electronic Submission Of Payment Requests (a) Definitions. As Used In This Clause – payment Request Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. (b) Except As Provided In Paragraph (c) Of This Clause, The Contractor Shall Submit Payment Requests Electronically Using The Department Of Treasury Invoice Processing Platform (ipp) Or Successor System. Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (c) The Contractor May Submit Payment Requests Using Other Than Ipp Only When The Contracting Officer Authorizes Alternate Procedures In Writing In Accordance With Hhs Procedures. (d) If Alternate Payment Procedures Are Authorized, The Contractor Shall Include A Copy Of The Contracting Officer's Written Authorization With Each Payment Request. (end Of Clause) far 52.217-8 Option To Extend Services. (nov 1999) the Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 60 Days. (end Of Clause) far 52.217-9 Option To Extend The Term Of The Contract. (mar 2000) (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 15 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 5 Years And 6 Months. (end Of Clause) 13. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (jan 2025) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) ( 31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 ( 19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: _x_(1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). _x_(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). __(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] _x_(18) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). __(ii) Alternate I (mar 2020) Of 52.219-6. __(19) (i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). __(ii) Alternate I (mar 2020) Of 52.219-7. __(20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). __(21) (i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). __(ii) Alternate I (nov 2016) Of 52.219-9. __(iii) Alternate Ii (nov 2016) Of 52.219-9. __(iv) Alternate Iii (jun 2020) Of 52.219-9. __(v) Alternate Iv (sep 2023) Of 52.219-9. __(22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). __(ii) Alternate I (mar 2020) Of 52.219-13. __(23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s). __(24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). __(25) 52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15 U.s.c. 657f). __(26) (i) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15 U.s.c. 632(a)(2)). __(ii) Alternate I (mar 2020) Of 52.219-28. __(27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). __(28) 52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). __(29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) ( 15 U.s.c. 644(r)). __(30) 52.219-33, Nonmanufacturer Rule (sep 2021) ( 15 U.s.c. 637(a)(17)). _x_(31) 52.222-3, Convict Labor (jun 2003) (e.o.11755). _x_(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) Alternate I (feb 1999) Of 52.222-26. _x_(35) (i) 52.222-35, Equal Opportunity For Veterans (jun 2020) ( 38 U.s.c. 4212). __(ii) Alternate I (jul 2014) Of 52.222-35. _x_(36) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) ( 29 U.s.c. 793). __(ii) Alternate I (jul 2014) Of 52.222-36. _x_(37) 52.222-37, Employment Reports On Veterans (jun 2020) ( 38 U.s.c. 4212). __(38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). _x_(39) (i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). __(ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). __(40) 52.222-54, Employment Eligibility Verification (may 2022) (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) __(41) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) ( 42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) __(ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) __(42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(44) 52.223-20, Aerosols (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(45) 52.223-21, Foams (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(46) 52.223-23, Sustainable Products And Services (may 2024) ( E.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l). __(47) (i) 52.224-3 Privacy Training (jan 2017) ( 5 U.s.c. 552 A). __(ii) Alternate I (jan 2017) Of 52.224-3. __(48) (i) 52.225-1, Buy American-supplies (oct 2022) (41 U.s.c. Chapter 83). __(ii) Alternate I (oct 2022) Of 52.225-1. _x_(49) (i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) ( 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii) Alternate I [reserved]. __(iii) Alternate Ii (jan 2025) Of 52.225-3. __(iv) Alternate Iii (feb 2024) Of 52.225-3. __(v) Alternate Iv (oct 2022) Of 52.225-3. __(50) 52.225-5, Trade Agreements (nov 2023) ( 19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). _x_(51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(52) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). __(54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). __(55) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) ( E.o. 13513). __(56) 52.229-12, Tax On Certain Foreign Procurements (feb 2021). __(57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). __(58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). _x_(59) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct2018) ( 31 U.s.c. 3332). __(60) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c. 3332). __(61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). __(62) 52.239-1, Privacy Or Security Safeguards (aug 1996) ( 5 U.s.c. 552a). __(63) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.). __(64) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15 U.s.c. 637(d)(13)). __(65) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) ( 46 U.s.c. 55305 And 10 U.s.c. 2631). __(ii) Alternate I (apr 2003) Of 52.247-64. __(iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: __(1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter67). __(2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). __(3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). __(4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) ( 29u.s.c.206 And 41 U.s.c. Chapter 67). __(5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). __(6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). __(7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). __(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). __(9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). __(10) 52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking (jan 2025) ( 49 U.s.c. 40118(g)). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause- (i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) ( 41 U.s.c. 4712). (iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (v) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (vi) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). (vii) (a) 52.204–30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) ( Pub. L. 115–390, Title Ii). (b) Alternate I (dec 2023) Of 52.204–30. (viii) 52.219-8, Utilization Of Small Business Concerns (feb 2024) ( 15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222-26, Equal Opportunity (sep 2016) (e.o.11246). (xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) ( 41 U.s.c. Chapter 67). (xvi) (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (may 2022) (e.o. 12989). (xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xxii) (a) 52.224-3, Privacy Training (jan 2017) ( 5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) ( 31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40. (xxvi) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.). (xxvii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) ( 46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) 14. Additional Contract Requirement(s) Or Terms And Conditions terms And Conditions Incorporated By Reference. These Are Available In Their Full Text At Https://www.hhs.gov/grants-contracts/contracts/contract-policies-regulations/hhsar/index.html: 352.203-70 Anti-lobbying. 352.208-70 Printing And Duplication. 352.211-3 Paperwork Reduction Act. 352.215-70 Late Proposals And Revisions. 352.222-70 Contractor Cooperation In Equal Employment Opportunity Investigations. 352.223-70 Safety And Health. 352.223-71 Instructions To Offerors–sustainable Acquisition. 352.224-70 Privacy Act. 352.226-1 Indian Preference. 352.226-2 Indian Preference Program. 352.227-11 Patent Rights—exceptional Circumstances. 352.227-14 Rights In Data—exceptional Circumstances. 352.227-70 Publications And Publicity. 352.231-70 Salary Rate Limitation. 352.232-70 Incremental Funding. 352.233-71 Litigation And Claims. 352.237-70 Pro-children Act. 352.237-71 Crime Control Act—reporting Of Child Abuse. 352.237-72 Crime Control Act—requirement For Background Checks. 352.237-73 Indian Child Protection And Family Violence Act. 352.237-74 Non-discrimination In Service Delivery. 352.237-75 Key Personnel. 352.239-73 Electronic Information And Technology Accessibility Notice. 352.239-74 Electronic Information And Technology Accessibility. 352.270-9 Non-discrimination For Conscience. 15. Not Applicable 16. All Due Dates Are Due According To The Solicitation Dates Indicated On This Sam.gov Posting. 17. All Questions Must Be Submitted In Writing Within 7 Days Of The Date Of The Solicitation To Paul.carr@ihs.gov With The Solicitation # In The Subject Line Of The Email. No Questions Will Be Answered By Phone.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Software and IT Solutions
United States
Details: 1. This Is A Combined Synopsis/solicitation For The Acquisition Of Commercial Products And 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. 2. The Solicitation Number Is 285-25-rfq-0026 The Solicitation Is Issued As, Request For Quotation (rfq). 3. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2024-07, Dated 29 August 2024. 4. This Combined Synopsis/solicitation Is 100% Set-aside For Indian Owned Small Business In Accordance To Hhsar Subpart 326.6—acquisitions Under The Buy Indian Act. This Solicitation And The Associated Naics Code Is 334111 Electronic Computer Manufacturing, And The Small Business Size Standard Is 1,250 Employees. 5. Schedule the Contactor Should Submit Their Pricing In The Format Of The Bid Schedule Attached To This Solicitation. All Items Are Brand Name Or Equal. The Contractor Should Include In Their Proposal Detailed Information Demonstrating The Functional Or Performance Standards As The Brand Name Product, But Not Necessarily Be Identical In Every Detail. 6. Description Of Requiremets the Contractor Shall Provide One Poweredge R350 Server, One Poweredge R450 Server And Two Poweredge R360 Servers. "equal" Product Specifications Must Meet The Server Specifications Attached To This Requirement Posting. the Contractor Shall Provide New Original Equipment Manufacturer (oem) Parts And Should Include All Accessories To Operate The Equipment Including Cables And Adapters. equipment Shall Be Shipped Directly From The Manufacturer. Vendor Shall Be An Original Equipment Manufacturer, Oem Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. all Equipment Must Be Covered By The Manufacturer's Warranty. The Quote Must Include A Copy Of The Authorized Distributor Letter From The Manufacturer To Verify That The Vendor Is An Authorized Distributor Of The Products Being Quoted. 7. Delivery/performance monacan Health Center, 108 Dixie Airport Rd, Madison Heights, Va 24572 delivery Shall Take Place Within 15 Days Of Award. 8. Provisions At Far 52.212-1, Instructions To Offerors -commercial Products And Commercial Services (sep 2023) Applies To This Acquisition With The Following Addenda To The Provision. in Order For Consideration Contractors’ Proposal Must Include; i. Completed Indian Health Service Buy Indian Act Indian Economic Enterprise Representative Form. ii. Company Name, Sam Uei #, iii. Pricing In The Format Of Section 5. Schedule iv. Technical Capabilities Statement, Description/specifications Of Proposed Brand Name Or Equal Solution v. 2 Years Of Past Performance With Federal, State, Or Local Government. far 52.211-6 Brand Name Or Equal. (aug 1999) (a) If An Item In This Solicitation Is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government’s Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal" Products Must Meet Are Specified In The Solicitation. (b) To Be Considered For Award, Offers Of "equal" Products, Including "equal" Products Of The Brand Name Manufacturer, Must- (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By- (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modifications The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c) The Contracting Officer Will Evaluate "equal" Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An "equal" Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation. (end Of Provision) 9. Far 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: (i) Price. (ii) Technical Capability And Adequate Specifications Needed To Meet The Government Requirement. (iii) Past Performance (see Far 15.304) the Evaluation Factors Are In In Descending Order Of Importance. technical And Past Performance, When Combined, Are Equal When Compared To Price. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. 10. Far 52.217-5 - Evaluation Of Options (july 1990) Provisions Are Incorporated Into This Solicitation. 11. Offerors To Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) With Its Offer. 12. Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023), Applies To This Acquisition With The Following Addenda Incorporated Into This Clause. 352.232-71, Electronic Submission Of Payment Requests (a) Definitions. As Used In This Clause – payment Request Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. (b) Except As Provided In Paragraph (c) Of This Clause, The Contractor Shall Submit Payment Requests Electronically Using The Department Of Treasury Invoice Processing Platform (ipp) Or Successor System. Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (c) The Contractor May Submit Payment Requests Using Other Than Ipp Only When The Contracting Officer Authorizes Alternate Procedures In Writing In Accordance With Hhs Procedures. (d) If Alternate Payment Procedures Are Authorized, The Contractor Shall Include A Copy Of The Contracting Officer's Written Authorization With Each Payment Request. (end Of Clause) far 52.217-8 Option To Extend Services. (nov 1999) the Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 60 Days. (end Of Clause) far 52.217-9 Option To Extend The Term Of The Contract. (mar 2000) (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 15 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 5 Years And 6 Months. (end Of Clause) 13. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (jan 2025) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) ( 31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 ( 19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: _x_(1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). _x_(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). __(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] _x_(18) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). __(ii) Alternate I (mar 2020) Of 52.219-6. __(19) (i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). __(ii) Alternate I (mar 2020) Of 52.219-7. __(20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). __(21) (i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). __(ii) Alternate I (nov 2016) Of 52.219-9. __(iii) Alternate Ii (nov 2016) Of 52.219-9. __(iv) Alternate Iii (jun 2020) Of 52.219-9. __(v) Alternate Iv (sep 2023) Of 52.219-9. __(22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). __(ii) Alternate I (mar 2020) Of 52.219-13. __(23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s). __(24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). __(25) 52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15 U.s.c. 657f). __(26) (i) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15 U.s.c. 632(a)(2)). __(ii) Alternate I (mar 2020) Of 52.219-28. __(27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). __(28) 52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). __(29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) ( 15 U.s.c. 644(r)). __(30) 52.219-33, Nonmanufacturer Rule (sep 2021) ( 15 U.s.c. 637(a)(17)). _x_(31) 52.222-3, Convict Labor (jun 2003) (e.o.11755). _x_(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) Alternate I (feb 1999) Of 52.222-26. _x_(35) (i) 52.222-35, Equal Opportunity For Veterans (jun 2020) ( 38 U.s.c. 4212). __(ii) Alternate I (jul 2014) Of 52.222-35. _x_(36) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) ( 29 U.s.c. 793). __(ii) Alternate I (jul 2014) Of 52.222-36. _x_(37) 52.222-37, Employment Reports On Veterans (jun 2020) ( 38 U.s.c. 4212). __(38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). _x_(39) (i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). __(ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). __(40) 52.222-54, Employment Eligibility Verification (may 2022) (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) __(41) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) ( 42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) __(ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) __(42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(44) 52.223-20, Aerosols (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(45) 52.223-21, Foams (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(46) 52.223-23, Sustainable Products And Services (may 2024) ( E.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l). __(47) (i) 52.224-3 Privacy Training (jan 2017) ( 5 U.s.c. 552 A). __(ii) Alternate I (jan 2017) Of 52.224-3. __(48) (i) 52.225-1, Buy American-supplies (oct 2022) (41 U.s.c. Chapter 83). __(ii) Alternate I (oct 2022) Of 52.225-1. _x_(49) (i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) ( 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii) Alternate I [reserved]. __(iii) Alternate Ii (jan 2025) Of 52.225-3. __(iv) Alternate Iii (feb 2024) Of 52.225-3. __(v) Alternate Iv (oct 2022) Of 52.225-3. __(50) 52.225-5, Trade Agreements (nov 2023) ( 19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). _x_(51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(52) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). __(54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). __(55) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) ( E.o. 13513). __(56) 52.229-12, Tax On Certain Foreign Procurements (feb 2021). __(57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). __(58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). _x_(59) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct2018) ( 31 U.s.c. 3332). __(60) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c. 3332). __(61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). __(62) 52.239-1, Privacy Or Security Safeguards (aug 1996) ( 5 U.s.c. 552a). __(63) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.). __(64) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15 U.s.c. 637(d)(13)). __(65) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) ( 46 U.s.c. 55305 And 10 U.s.c. 2631). __(ii) Alternate I (apr 2003) Of 52.247-64. __(iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: __(1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter67). __(2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). __(3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). __(4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) ( 29u.s.c.206 And 41 U.s.c. Chapter 67). __(5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). __(6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). __(7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). __(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). __(9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). __(10) 52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking (jan 2025) ( 49 U.s.c. 40118(g)). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause- (i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) ( 41 U.s.c. 4712). (iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (v) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (vi) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). (vii) (a) 52.204–30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) ( Pub. L. 115–390, Title Ii). (b) Alternate I (dec 2023) Of 52.204–30. (viii) 52.219-8, Utilization Of Small Business Concerns (feb 2024) ( 15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222-26, Equal Opportunity (sep 2016) (e.o.11246). (xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) ( 41 U.s.c. Chapter 67). (xvi) (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (may 2022) (e.o. 12989). (xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xxii) (a) 52.224-3, Privacy Training (jan 2017) ( 5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) ( 31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40. (xxvi) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.). (xxvii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) ( 46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) 14. Additional Contract Requirement(s) Or Terms And Conditions terms And Conditions Incorporated By Reference. These Are Available In Their Full Text At Https://www.hhs.gov/grants-contracts/contracts/contract-policies-regulations/hhsar/index.html: 352.203-70 Anti-lobbying. 352.208-70 Printing And Duplication. 352.211-3 Paperwork Reduction Act. 352.215-70 Late Proposals And Revisions. 352.222-70 Contractor Cooperation In Equal Employment Opportunity Investigations. 352.223-70 Safety And Health. 352.223-71 Instructions To Offerors–sustainable Acquisition. 352.224-70 Privacy Act. 352.226-1 Indian Preference. 352.226-2 Indian Preference Program. 352.227-11 Patent Rights—exceptional Circumstances. 352.227-14 Rights In Data—exceptional Circumstances. 352.227-70 Publications And Publicity. 352.231-70 Salary Rate Limitation. 352.232-70 Incremental Funding. 352.233-71 Litigation And Claims. 352.237-70 Pro-children Act. 352.237-71 Crime Control Act—reporting Of Child Abuse. 352.237-72 Crime Control Act—requirement For Background Checks. 352.237-73 Indian Child Protection And Family Violence Act. 352.237-74 Non-discrimination In Service Delivery. 352.237-75 Key Personnel. 352.239-73 Electronic Information And Technology Accessibility Notice. 352.239-74 Electronic Information And Technology Accessibility. 352.270-9 Non-discrimination For Conscience. 15. Not Applicable 16. All Due Dates Are Due According To The Solicitation Dates Indicated On This Sam.gov Posting. 17. All Questions Must Be Submitted In Writing Within 7 Days Of The Date Of The Solicitation To Paul.carr@ihs.gov With The Solicitation # In The Subject Line Of The Email. No Questions Will Be Answered By Phone.
Closing Date10 Feb 2025
Tender AmountRefer Documents 
541-550 of 555 archived Tenders