Drone Tenders

Drone Tenders

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)

DEPT OF THE AIR FORCE USA Tender

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

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 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 11 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 9 description combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 11 Of 11 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 10 page 1 Of this Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0159. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation. this Is A Solicitation For A Smart Mattress, Base Frame, Mattress Cover, Remote And Set-up. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-02 January 3, 2025. this Solicitation Is An Unrestricted Open Market Solicitation. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 337910, With A Small Business Size Standard Of 1000 Or Fewer Employees, And The Psc Is 6530. all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Sleep Number As Follows: quantity manufacturer Part description 6 i2p5 sleep Number New P5 360 Queen Smart Mattress 60 X80 6 sleep Number New Flexfit 2 Queen Bed Base 6 424201 sleep Number Total Encasement Mattress Cover For Smart Beds Queen 6 126016 sleep Number New Smart Remote Compatible With Mattress And Frame 1 sleep Number Half Day Delivery Install Set Up standard Warranty Shall Apply To All Parts Listed. A 15 Year Warranty Is Desired. must Meet All Required Federal Mandates For Medical Use. salient Characteristics queen Smart Mattress: 60 X 80 weight Capacity: Supports Up To 550 Lb. adjustable Firmness includes Air Hoses And A Power Supply To In/deflate Mattress power Supply Compatible With A 100 240 Vac Grounded Wall Socket must Be Compatible With Adjustable Base breathable queen Bed Base: weight Capacity: Can Support A Working Load Of Mattress, Mattress Cover, System Hardware And An Additional 550 Lb adjustable To Multiple Positions, Including Supine To Upright Head Position And Varied Levels Of Foot Positions. designed For And Supports Queen Mattress includes An Electric Control System, Power Cord Connections And Cables total Encasement Mattress Cover: washable, Zippered Cover Fully Encases Mattress And Hose Openings. waterproof And Will Block Bed Bugs, Dust Mites And Allergens smart Remote: hand Control That Adjusts Firmness Of Mattress And The Position Of The Base (hardwired To The Bed Is Desired, But Not Required) compatible With Smart Frame And Mattress delivery/install Set-up: deliver And Assemble Complete Bed Packages To Va Medical Center American Lake Sleep Lab, Set Up Beds In Designated Rooms And Haul Away Packaging, Old Mattresses And Frames coordinate With Poc At Sleep Lab For Delivery Times 52.211-6â brand Name Or Equal. as Prescribed Inâ 11.107(a), Insert The Following Provision: brand Name Or Equalâ (aug 1999) (a)â if An Item In Thisâ solicitationâ 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"â productsâ mustâ meet Are Specified In Theâ solicitation. (b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must- (1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation; (2)â clearly Identify The Item By- (i)â brand Name, If Any; And (ii)â make Or Model Number; (3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And (4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer. (d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation. (end Of Provision) delivery Fob Destination Is Preferred, 30-60 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The Puget Sound Va Medical Center Point Of Contact. place Of Delivery: department Of Veterans Affairs va Puget Sound american Lake Medical Center 9600 Veterans Dr. tacoma, Wa 98493 . the 6 Rooms Within The Sleep Lab Located At The American Lake Campus: Room Numbers Are 301,303,304,305,306,307. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products addendum To Far 52.212-1 Instructions To Offerors Commercial 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (aug 2020) 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.211-6 brand Name Or Equal (aug 1999) 52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) 52.225-2 buy American Certificate (oct 2022) 52.252-1 provisions Incorporated By Reference (feb 1998) vaar Provisions: 852.239-75 information And Communication Technology Accessibility Notice (feb 2023) (a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable. (b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. (c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. (d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. (e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations. (f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. (g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. (end Of Addendum To 52.212-1) far 52.212-2, Evaluation-commercial Items : The Government May 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. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers: special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement: sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation. price (a) 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 Offeror'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. far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov). the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018) addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum: http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) 52.203-17 contractor Employee Whistleblower Rights (nov 2023) 52.204-13 system For Award Management Maintenance (oct 2018) 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) 52.219-6 notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644) 52.225-1 (buy American Supplies) 52.232-40 providing Accelerated Payments To Small Business Subcontractors (dec 2013) 52.233-3 protest After Award (aug 1996) (31 U.s.c. 3553). 52.252-2 clauses Incorporated By Reference (feb 1998) vaar Clauses: 852.203-70 commercial Advertising (may 2018) 852.212-71 gray Market Items (nov 2018) 852.232-72 electronic Submission Of Payment Requests (nov 2018) 852.239-76 information And Communication Technology Accessibility (feb 2023) 852.242-71 administrative Contracting Officer (oct 2020) 852.246-71 rejected Goods (oct 2018) 852.247-73 packing For Domestic Shipment (oct 2018) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (mar 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference: 52.204-10 52.204-27 reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note) prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328) 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) 52.219-6 notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). 52.219-28 52.219-27 post Award Small Business Program Representation (mar 2023) (15 U.s.c 632(a)(2)) notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) 52.222-3 52.222-19 convict Labor (jun 2003) (e.o. 11755) child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) 52.222-21 prohibition Of Segregated Facilities (apr 2015) 52.222-26 equal Opportunity (sep 2016) (e.o. 11246) 52.222-36 equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793) 52.222-50 combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627) 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513) 52.225-1 buy American-supplies (oct 2022) (41 U.s.c. Chapter 83) 52.225-13 restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury) 52.226-8 encouraging Contractor Policies To Ban Text Messaging While Drivingâ (mayâ 2024)â  52.232-33 payment By Electronic Funds Transfer System For Award Management (jul 2018) (31 U.s.c. 3332) 52.240-1 prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.) all Quoters Shall Submit According To The Following: quotes Must Be Emailed To Rachel.richardson@va.gov And Received No Later Than 3:00 Pm Pst On 01/08/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include, If Not The Manufacturer, An Authorized Distributor Letter, And A Completed Buy American Certificate. Any Offer That Does Not Provide The Supporting Documentation May Be Considered Non-responsive. Required Supporting Documentation And Information: authorized Distributor Letter If Not The Manufacturer completed Buy American Certificate certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above delivery Date warranty Details the Government Intends To Make Award Without Discussions. for Information Regarding The Solicitation, Please Contact Rachel Richardson At Rachel.richardson@va.gov. (end Of Provision) mandatory Electronic Invoicing va Published The Final Rule Requiring Vendors To Submit Invoices Electronically To The Financial Services Center (fsc) In The November 27, 2012 Federal Register. The Rule Became Effective December27,2012.the Rule Includes A New Contract Clause To Be Inserted In All Solicitations And Contracts By The Contracting Officer (vaar 852.232-72). Vendors Can Comply With The Rule By Using Either Of The Two Methods Below: facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below: va S Electronic Invoice Presentment And Payment System The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website:http://www.tungsten-network.com/us/en/veterans-affairs/to Begin Submitting Electronic Invoices, Free Of Charge. a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established Bythe Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org). vendor E-invoice Set-up Information: please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below: tungstene-invoicesetupinformation:1-877-489-6135 tungstene-invoiceemail:va.registration@tungsten-network.com fsce-invoicecontactinformation:1-877-353-9791 fsce-invoiceemail:vafsccshd@va.gov
Closing Date8 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Solid Waste Management
United States
Details: Combined Synopsis/solicitation Ihs1509234-bio Hazard Waste Removal page 1 Of 4 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes are Being Requested In Response To This Notice And A Written Solicitation Will Not Be Issued. This solicitation Is Being Issued As A Request For Quote (rfq). Submit Only Written Quotes For This Rfq. this Solicitation Is Full And Open. This Solicitation Document And Incorporated Provisions And clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. The Associated Naics Code is 562211. this Rfq Contains Five (5) Line Items: clin 01 02 03 04 05 description base Year – Bio-hazard Waste Removal Option Year 1 - Bio-hazard Waste Removal Option Year 2 - bio-hazard Waste Removal Option Year 3 - Bio-hazard Waste Removal Option Year 4 - Bio-hazard Waste removal cost Per Pickup period Of Performance: 04/10/2025 – 04/09/2026 vendor Requirements: See Attached Statement Of Work submit Quotes No Later Than: 02/26/2025 02:00p.m. Cdt To The Following Point Of Contact: Mary Ann yocham, Contract Specialist, Via Email: Maryann.yocham@ihs.gov. evaluation: Far 52.212-2 Evaluation -- Commercial Items (completed As Follows): (a) The Government Will Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To the Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The government, With The Technical Requirements And Past History Performance Being More Important Than pricing. The Following Factors Shall Be Used To Evaluate Offers: best Value (see Criteria Below) pricing - Pricing Will Be Evaluated By Adding The Base Year And The Out Years Together For A Comprehensive price. technical - Vendor Shall Have 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 Ihs1509234-bio Hazard Waste Removal 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/. page 2 Of 4 combined Synopsis/solicitation Ihs1509234-bio Hazard Waste Removal (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 (jan 2025)(deviation Feb 2025); 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 52.222-36, 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 352.223-70, 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); hhsar 352239-78, Information And Communication Technology Accessibility Notice (deviation)(feb 2024) Hhsar 352.239-79, Information And Communication Technology Accessibility (feb 2024) page 3 Of 4 combined Synopsis/solicitation Ihs1509234-bio Hazard Waste Removal “system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To require Entities To Complete Representations Based On Provisions That Are Not Included In Agency solicitations. Examples Include 52.222- 25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services. contracting Officers Will Not Consider These Representations When Making Award Decisions Or Enforce requirements. Entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration to Remove These Representations In Sam.” miscellaneous: no Fax Quotations electronic Submissions – Submission Via Email Is The Only Acceptable electronic Submission. (maryann.yocham@ihs.gov) all Contractors Must Be Registered In The System For Award Management Database Located At https://www.sam.gov/sam/ Prior To Any Contract Award. Please Submit The Following Information With each Quote: Vendor Name, Cage Code, Uei, Tax Identification Number, Prompt Payment Terms, Delivery time, Gsa Contract Number (if Applicable), Date Quote Expires, Warranty, Total Price For Each Line item, Total Quote Price, And Technical Documentation In Sufficient Detail To Determine Technical acceptability. Failure To Provide Sufficient Technical Detail May Result In Rejection Of Your quote. page 4 Of 4 department Of Health And Human Services Indian Health Service wewoka Indian Health Center 36640 Hwy 270 wewoka, Ok 74884 statement Of Work (sow) 1. Purpose Of The Project the Oklahoma City Area Office (oca), Indian Health Services (ihs) Has A Requirement For Wewoka indian Health Center For The Removal Of Bio-hazard Waste. Permits, Licenses, Manifests, And Safety data Sheets Required By Law And Regulation. 2. Detailed Description Of The Technical Requirements the Contractor Shall Provide Labor, Transportation, Equipment, Supplies, Needed To Perform bio-hazard Waste At The Wewoka Indian Health Center, Wewoka, Oklahoma. 3. Period Of Performance the Base Year Period Of Performance Will Be 12 Months From Date Of Award With Four (4) Twelve (12) month Option Years. 4. Level Of Effort 4.1. The Contractor Shall Provide A Solid And Sharps-noncontrolled Bio-hazard Waste Removal For wewoka Indian Health Center Every Two Weeks For A Total Of 26 Times Per Year. 4.2. The Contractor Shall Provide Dot Compliant Disposable Containers For Hazardous Waste. 4.3 The Contractor Shall Arrange For Proper Disposal Of All Bio-hazard Waste, Along With Manifest, labels, And Certificate Of Incineration For Removal Bio-medical Waste At Wewoka Indian Health center. 4.4 The Contractor Shall Be Responsible For All Travel Costs And Associated Expenses To And From the Wewoka Indian Health Center. 4.5 The Contractor Shall Be Responsible For The Delivery Of All Materials, And Supplies Necessary for The Completion Of The Service’s Agreement To The Wewoka Indian Health Center. 4.6 The Contractor Shall Provide 20 - 2ftx2ft Cardboard Boxes Every Time That Come Pick Up Waste to Store Bags In. 4.7 The Contractor Shall Provide 20 - 35x37x .002 31gallon Red Bio-hazard Bags At Each Pick-up. 4.8 The Contractor Shall Pick-up Before 10 A.m. On Mondays Every Two-weeks Excluding Federal holidays. If Pick-up Falls On A Federal Holiday, Then Pick-up Shall Happen Following Day. 4.9 The Contractor Shall Provide D.o.t Manifest Training For Evs Staff And Manifest Records On An online Site. 4.10 The Contractor Shall Be Responsible For Sending A Certificate Of Incineration Within 24hrs Of pick- Up 1 department Of Health And Human Services Indian Health Service wewoka Indian Health Center 36640 Hwy 270 wewoka, Ok 74884 5. Special Requirements 5.1. In Accordance With Hhsar 304.1301, (a) Hhs Follows National Institute Of Standards And technology (nist) Federal Information Processing Standards (fips) Publication (pub) Number 201-2, personal Identity Verification (piv) Of Federal Employees And Contractors, And Omb Implementation guidance For Personal Identity Verification, For All Affected Contractor And Subcontractor personnel When Contract Performance Requires Contractors To Have Routine Physical Access To A federally-controlled Facility And/or Routine Physical And Logical Access To A Federally- Controlled information System. 5.2.the Usphs Wewoka Indian Health Center Is A Tobacco/smoke Free Environment (buildings And grounds). No Tobacco/smoking Use Will Be Tolerated During Service. 5.3.security Requirements: Contractor Personnel Will Be Required To Contact The Government designated Point Of Contact Upon Arrival When Reporting For Service Calls Or Delivery Supplies. The contractor Shall Be Responsible For The Security Of All Organizational Information. Current Rules and Regulations Applicable To The Premises, Where The Work Shall Be Performed Shall Apply To The contractor And Its Employees While Working On The Premises. These Regulations Include But Are Not limited To, Escort By Wewoka Indian Health Center Official, Presenting Valid Identification, smoking Restriction And Any Safety Procedures. 5.4.the Contractor Shall Not Disclose Or Cause To Disseminate Any Information Concerning Operations of Wewoka Indian Health Center. Such Action(s) Could Result In Violation Of The Contract And possible Legal Actions. 5.4.1.all Inquiries, Comments, Or Complaints Arising From Any Matter Observed, Experienced Or learned Of As A Result Of Or In Connection With The Performance Of The Contract, The Resolution Of which May Require The Dissemination Of Official Information, Shall Be Directed To The Government’s designated Representative. 6. Deliverables And Reporting Requirements 6.1. Delivery: The Contractor Will Coordinate The Delivery, Installation And Training Date With the Designated Government Employee. The Government Will Provide The Contractor With Dock Access And building Access For This Sole Purpose. The Designated Government Employee Will Work With The pertinent Government Agency(ies) To Secure The Needed Dock Access. No Deliveries Can Be Made After 4:15pm. Driver Needs A Valid Id. 6.2. Contractor Point Of Contact: The Contractor Shall Furnish One Designated Point Of Contact (poc) To The Government’s Designated Representative For Coordination Of Supplies, Delivery, And/or maintenance. The Poc Will Be Empowered To Make Daily Decisions To Ensure That The Contract implementation And Day-to-day Maintenance Meets The Terms And Conditions Of This Contract. 6.3. Contractor’s Phone Numbers: The Contractor Shall Provide A Toll-free Telephone Number For service Calls, Which Must Be Answered During At Least Eight Working Hours, Between 8:00 Am And 4:30 pm, Monday Through Friday. 2 department Of Health And Human Services indian Health Service Wewoka Indian Health Center 36640 Hwy 270 wewoka, Ok 74884 3 6.4. Personnel Qualifications: Contractor Shall Be Competent And Have Experience In Bio-hazard removal Of Medical Facilities. 7. Government Furnished Property, Facilities And Services the Government Shall Supply Electric And Water 8. Contractor Furnished Property, Facilities And Services required Personnel, Materials, Supplies And Equipment: The Contractor Shall Furnish All Personnel, materials, Supplies And Equipment Required To Perform Work Under The Contract. 9. Changes To The Statement Of Work (sow) any Changes To This Sow Shall Be Authorized And Approved Only Through Written Correspondence From the Contracting Officer. Costs Incurred By The Contractor Through The Actions Of Parties Other Than the Contracting Officer Shall Be Borne By The Contractor.
Closing Date26 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

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

FOOD AND DRUG ADMINISTRATION USA Tender

Chemical Products
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Award An Order Without Discussions If The Contracting Officer Determines That The Initial Offer Is Providing The Best Value And Discussions Are Not Necessary. solicitation Number 75f40125q00028 Is Issued As A Request For Quotation (rfq) Using Far Part 13 Procedures. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02, Dated 01/03/2025. the Associated Naics Code Is 333914 And The Small Business Size Standard Is 1000 Employees. ******************************************************************** statement Of Work (sow): 1.0 Description Of Work 1.1 Background Information: the U.s. Food And Drug Administration’s Los Angeles District Office And Pacific Southwest Food And Feed Laboratory, Herein Referred To As Fda Irvine, Is An Fda Owned Facility Located In Irvine, Ca. Replacement Of End-of-life, Obsolete Vacuum Pump System. The Existing System Is Nearly 23 Years Old, Does Not Have Replacement Parts Available On The Market For Repair, And Represents A Single-point Failure Risk To The Facility's Vacuum System. Therefore, This Critical System Requires Replacement. 1.2 Purpose And Scope Of Work the Purpose Is To Provide A New Vacuum System Replacement And Installation At Fda Irvine. tasks: The Following Tasks Will Need To Be Provided But Are Not Limit To: Demo And Removal Of Existing Laboratory Vacuum System, Provide And Install Laboratory Vacuum System To Match Existing Technology. (current Model: Dekker Vmx0152ma2-00-ds, Minimum Salient Characteristics: Laboratory Vacuum System Model Aes-vmx0153ma2-45-ds. Piping Into And Out Are In Good Condition Without Any Visible Issues, Size Varies From 2” To 3”. Two Single Stage 10 Hp Liquid Ring Vacuum Pump Skids. Capacity Each Vacuum Pump (2 Pumps) 23.3 Scfm @ 25”hgvac. The Existing Voltage Going To The Vacuum Pump Is 460v, At A Minimum Upgrade The Disconnect Due To Its Age) coordinate And Schedule Delivery, Logistics, Preparation Of Site, And Installation Of Laboratory Vacuum System provide Energy, Water And Emissions (if Any) Cost Savings furnish And Install Bms Controls update Engineering And O&m Documentation startup And Testing 1.3 Period Of Performance: Tbd provide A Schedule With Timelines To Include Ordering Of All Parts, Shipping Timeframe, Preparation Of Site, And Install, And Inspection. the Work Shall Proceed Promptly Upon Execution Of The Resultant Contract And Only After The Issuance Of The Notice To Proceed (ntp) By The Government For The Activities Indicated. the Actual Performance Of The Work And Delivery Of The Required Documents Shall Be In Accordance With The Approved Project Schedule And Shall Be Completed Within 222 Calendar Days Of The Ntp Unless Otherwise Agreed Upon By The Project Officer (po) And Contracting Officer (co). 1.4 Place Of Performance u.s Food And Drug Administration Los Angeles District Office, Pacific Southwest Food And Feed Laboratory., Address: 19701 Fairchild Basement Level, Room B301, Irvine, Ca 92612. 2.0 Specific Requirements: the Contractor Shall Perform All Services Described In This Scope Of Services In Accordance With Applicable Requirements And Provisions Set Forth In This Statement Of Work. The Contractor Will Be Responsible For Relocating Any Electrical, Mechanical, Or Structural Building System Components Necessary To Perform This Work. If So, This Will Be Noted In This Scope Of Work And Such Work May Only Be Performed After Approval From Fda. The Contractor Shall Provide All Necessary Supervision, Labor, Material, Insurance, Training, And Equipment To: contractor Shall Provide Any Necessary Survey, Study, Or Technical Expert Services To Understand The Existing Conditions Of The Vacuum System At Fda Irvine. Contractor Shall Provide New Equipment With Matching Capacity, Or Better. The Necessary Constraints Shall Include, But Not Limited To, Vacuum Pump Hp And Tank Capacity. Contractor Shall Provide Equipment Cutsheet Submittals To Fda For Review And Approval Before Procurement Of Material. Contractor Shall Ensure N+1 Redundancy Integrated Into New System For Resilient Facility Operation. contractor Shall Assess And Provide Repairs Or Additions To Any Housekeeping Pad Intended To Support New Equipment, As Needed. Contractor Shall Provide New Control Panel, Field Located In An Accessible Area Near The Vacuum System. Control Panel Shall Be Integrated With Existing Building Automation System (bas) And Include Alarms Both To Bas And Readout Local To The Panel. Contractor Shall Utilize Power Feed To Existing Vacuum System. Contractor Shall Provide Independent Isolations Valves And Disconnect Means To Permit Service Of Each Vacuum Pump While Maintaining The System’s Operation. Contractor Shall Keep Equipment Shutdowns To A Minimum And Schedule/coordinate All Shutdowns With Fda While Providing Adequate Notice. Contractor Shall Provide Temporary Utilities For Any Shutdown Lasting Longer Than Three (3) Calendar Days. Weekend Shutdowns Are Preferred. Contractor Shall Provide All Inspection And Testing, Except Where Required By Code, Specification, Or Detailed Elsewhere In The Requirements Of This Document. familiarization Training On New System. 3.0 General Requirements: the Contractor Shall: adhere To Project Management Responsibilities As Defined Herein. appoint A Project Manager Who Shall Be The Government’s Primary Point Of Contact And Provide All Necessary Project Representation For The Successful Accomplishment Of The Said Work. the Project Manager Shall Be Thoroughly Familiar With All Requirements And Schedules. The Project Manager Shall Be Identified In The Firm’s Proposal Prior To Contract Award. coordinate All Project Related Activities Including Documentation Through The Project Officer (po) For Approval Unless Otherwise Denoted. bring Any Questions And/or Industry Specification Additions To The Attention Of The Po For Direction. perform All Work In A Skillful And Workmanlike Manner As Deemed Applicable To This Project. provide Appropriate Communication And Coordination Efforts With The Facility Department And The Po To Avoid Disruption Of Facility Operations While Performing Contract Work Such As Meetings, Proposed Phasing Plans, Outage Notifications, Etc. (where Applicable). obtain Necessary Badges Per Fda Policies And Guidelines (if Applicable). Fda Binding Process Is To Be Anticipated Of 1 Month. All Badging Must Be Completed Prior To Start Of On-site Construction. (for This Requirement The Contractor Shall Be Escorted) provide (to The Po) A List Of Possible Employees And Sub-contractors Who May Require Access To The Fda Premises Per The Project Being Administered. provide Utility Outage Notifications Per Facility Department Requirements (if Applicable). perform All Necessary Measurements And Sizing Associated With The Work Assigned. confirm Existing Conditions Of Work Assigned. perform All Associated Project Work In Accordance With Fda; Executive Orders, Energy Policy Act (epact), Energy Independence And Security Act (eisa), Sustainable Design And Federal Regulations; Local City, County, And State Building Codes And Regulations; National Electrical Code (nec), American Society Of Mechanical Engineers (asme), National Fire Protection Association (nfpa), Occupational Safety And Health Administration (osha), Underwriters Laboratories (ul), American National Standards Institute (ansi), And Institute Of Electrical And Electronics Engineers (ieee) Rules And Regulations And Standards; And All Other Applicable Industry Standards. restore All Affected Areas Back To Pre-project Conditions Or Better By The Completion Of The Specified Project Including Necessary Patching, Repairing And/or Replacing. provide All Necessary Drawings, Documentation, And Literature For All Recommended Items Where Applicable. provide All Labor And Equipment Necessary To Accomplish The Above Specified Tasks. assume All Risk And Shall Be Liable For Any Damages To Persons Or Property Caused By The Contractor. be Solely Responsible For The Quality Of His/her Work. Deficiencies And Omissions Shall Be Corrected Prior To Government Acceptance Of Work. be Responsible For Removing Construction And Demolition Debris Daily From Site. The Contractor Shall Provide The Dumpster For The Debris. 5.0 Government Furnished Material And Resources: 5.1 The Government Shall Provide, But Are Not Limited To, The Following Items: site Utility Drawings (upon Request-pdf) point(s) Of Contact At The Fda Site (kickoff Meeting) photographs Of Work-site Conditions And Others As Needed irvine Lab Specification Report Volume 2 (section 15486) (upon Request-pdf) 6.0 Submittals: 6.1 General: Under The Resultant Contract, Unless Otherwise Denoted, The Contractor Shall Provide All Services Necessary To Perform The Following Activities As Related To Completing The Fda Irvine Vacuum Replacement Mentioned Above: project Kick-off Meeting project Schedule (with Earned Value And Loaded Dollar Values) plan Of Action (plan Shall Include Names Of Team Members And Pm – And Phone/email) point-of-contact, Project Manager, Safety And Hazardous Material Plan progress Meetings, Meeting Minutes For Review And Approval By Po (within Five Business Days), 6.2 Deliverables: The Contractor Shall Provide All Deliverables In Accordance With The Project Schedule And Fda Policy Guidelines, And Compliant With Section 508 Requirements. 6.2.1 Physical Deliverables (format): The Documentation Process Shall Be Compiled And Provided Per The Following Submission Requirements Unless Otherwise Denoted: two (2) Copies Of The Operations And Maintenance (o&m) Manuals Shall Be Provided Physically In Binders And Electronically Per Compact Disc And Digital Versatile Disc (cd/dvds) (if Applicable). non-stick, Locking Slant D-style, Three Ring View Binders, 8 1/2x 11 Inches. title, Fda Logo, Contract And Project Number, Submission % (if Applicable), Etc. Shall Be Located On The Front Cover And Spine Of Binder(s). cd/dvds Shall Contain Electronic Copies Of Any Reports, Calculations, Modeling(s), Drawings, Videos, Photos And O&m Manuals Per Final Submission. Cd/dvds Shall Have Printed Labels. cd/dvds Shall Be Placed In Cd/dvd Page Holders With Slaps (like Avery 75263 Or Avery 73721) When Associated With A Binder. Avery 75263 For Multiple Discs And Avery 73721 For A Single Disc. three (3) Signed Copies Of All Warranties Shall Be Provided In Binders And Electronically Per Cd/dvds. Warranty Start Date Shall Begin No Earlier Than The Date Of Installation Acceptance. one (1) Equipment Submission. four (4) Physical Copies Of As-built Marked-up Drawings, Documentation, Etc. For Review And Discussion. Also, Provide Electronic Copies Of The Drawings, Etc. All Electronic Drawings Shall Be Provided In Portable Document Format (pdf) And Computer-aided Design (cad). Deliverables Are To Be Submitted To The Cor And/or Po, Unless Otherwise Stated. four (4) Copies Of Final Drawings Shall Be Provided In Pdf And Cad. *************************************************************************** government Holidays a. The Government Hereby Provides Notification That Government Personnel Observe The Listed Days As Holidays: (1) New Year's Day (7) Labor Day (2) Martin Luther King's Birthday (8) Columbus Day (3) President’s Day (9) Veterans' Day (4) Memorial Day (5) Juneteenth Day (10) Thanksgiving Day (6) Independence Day (11) Christmas Day b. In Addition To The Days Designated As Holidays, The Government Observes The Following Days: (1) Any Other Day Designated By Federal Statute (2) Any Other Day Designated By Executive Order (3) Any Other Day Designated By The President’s Proclamation c. When Any Such Day Falls On A Saturday, The Following Monday Is Observed. Except For Designated Around-the-clock Or Emergency Operations, Contractor Personnel Will Not Be Able To Perform On-site Under This Contract With Fda On Holidays Set Forth Above. The Contractor Will Not Charge Any Holiday As Direct Charge To The Award. d. It Is Understood And Agreed Between The Government And The Contractor That Observance Of Such Days By Government Personnel Shall Not Otherwise Be A Reason For An Additional Period Of Performance, Or Entitlement Of Compensation Except As Set Forth Within The Award. e. Nothing In This Abrogates The Rights And Responsibilities Of The Parties Relating To Stop Work. applicable Provisions And Clauses: far 52.252‐2 Solicitation Provisions Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/far And .https://www.acquisition.gov/hhsar far Provisions: far 52.212-1, Instructions To Offerors—commercial Products And Commercial Services (sept 2023) far 52.212-2, Evaluation—commercial Products And Commercial Services (fill In Evaluation Criteria) (nov 2021) far 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services(may 2024) hhsar Provisions: hhsar 352.239-73, Electronic And Information Technology Accessibility Notice.(dec 2015) far Clauses: by Reference far 52.212-4, Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) by Full Text far 52.212-5contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.(jan 2025) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 ( 19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: _x_(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704 And10 U.s.c. 4655). _x_(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) _x_(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). _x_(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. _x_(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). _x_(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). __(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of52.204-30. _x_(12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] _x_(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. _x_(20)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2) And (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. _x_(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.657s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f). _x_(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 20x20)(15u.s.c.644(r)). _x_(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15 U.s.c. 637(a)(17)). _x_(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). __(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(feb 2024). _x_(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). _x_(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. _x_(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. _x_(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. _x_(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). _x_(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). _x_(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78 And E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) ( 42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons(may2024)(42 U.s.c. 7671,et Seq.). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may2024)(42 U.s.c. 7671,et Seq.). _x_(44)52.223-20, Aerosols(may2024)(42 U.s.c. 7671,et Seq.). _x_(45)52.223-21, Foams(may2024)(42 U.s.c. 7671,et Seq.). _x_(46)52.223-23,sustainable Products And Services(may2024)(e.o. 14057,7 U.s.c. 8102,42 U.s.c. 6962,42 U.s.c. 8259b, And42 U.s.c. 7671l). __(47)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552a). __(ii)alternatei(jan 2017)of52.224-3. _x_(48)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. __(49)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note,19 U.s.c. Chapter 29(sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(jan 2025)of52.225-3. __(iv)alternateiii(feb 2024)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(50)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x__(51)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(52)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(53)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(54)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea(nov 2007)(42u.s.c.5150). _x_(55)52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving(may2024)(e.o. 13513). __(56)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(57)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(58)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). _x_(59)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(60)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(61)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(62)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(63)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). __(64)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(65)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: _x_(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). __(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206 And 41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206 And 41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and 41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). __(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). (xxvii)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) hhsar Clauses: hhsar 352.203-70, Anti-lobbying (dec 2015) hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015) hhsar 352.239-74, Electronic And Information Technology Accessibility additional Clauses: far 52.204-7, System For Award Management far 52.204-13, System For Award Management Maintenance far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment instructions To Offerors: addendum To Far 52.212-1 Instructions To Offeror-commercial Items: proposal Submission Format: ***quotes Shall Be In 2 Volumes: 1 Technical And 2 Price. The Volumes Shall Be Separate And Complete. The Volumes Shall Be Separate And Complete, So That Evaluation Of One May Be Accomplished Independently Of, And Concurrently With, The Evaluation Of The Other. No Pricing Information Shall Be Provided In Volume 1.*** the Total Number Of Pages For The Technical Quote Shall Not Exceed Ten (10) Pages, Using 1” Margins, Single Spaced, Font Type Time New Roman, And A Font Size Of 12. ***the Solicitation Does Not Commit The Government To Pay Any Cost For The Preparation And Submission Of A Quote Or Proposal. It Is Also Advised That The Contracting Officer (co) Is The Only Individual Who Can Legally Commit And Obligate The Government To The Expenditure Of Public Funds In Connection With The Proposed Acquisition.*** the Contractor Shall Indicate At A Minimum Salient Characteristics Have Been Met To Be Considered Responsive For This Requirement. The Contractor Shall Demonstrate How The Requested Items Or Services, “meet” Or “do No Meet” The Salient/functional Characteristics And Specifications Listed Here-below. The Contractor Shall Annotate Each Salient/functional Characteristics And Specifications With The Following: Meets (if It Meets The Specification) Or Does Not Meet (if It Fails To Meet The Specification). 1.grey Market Or Refurbished Products Will Not Be Accepted. 2. The Vendor Shall Indicate If Non-domestic Items Are Included In The Quote. 3. The Vendor Shall Provide All, Of The Items/services Listed Or None. 4. The Vendor Shall Meet All Technical/salient/functional, Operational Characteristics And Specifications Listed, And If Not The Manufacturer, Shall Be Able To Provide The Required Service With Oem Certified Technicians And Parts Or Show Proof That They Are An Authorized Third Party Reseller/provider. 5. Be Advised That Fda Does Not Accept Documents Which Contain The Use Of Macros. When Submitting Documents Via Email, Do Not Include .exe, Mso, Or Any Other Executable File Types That Could Potentially Trigger Email Security Protections (i.e. Email Blocks, Quarantine). Document Submissions Required Throughout The Award Period(s) Shall Not Have Macro Enabled Functionality And Any Document Delivered Having That Functionality Will Be Deemed Delinquent, If Not Corrected Prior To The Due Date. addendum Paragraph (b): the Quoter Shall Submit A Written Accessibility Conformance Report (acr) For Each Item Not In Compliance With 508 Standards Identified In Clause 352.239-74, Describing How The Item(s) Will Fully Address The Accessibility Requirements Outlined In The Solicitation; And A Description Of The Evaluation Methods The Offeror Will Use To Validate For Conformance To The Revised 508 Standards. The Acr Should Be Based On The Voluntary Product Accessibility Template Version 2.0 (ms Word) Provided By The Industry Technology Industry Council (itic). the Offeror Or Applicant Shall Submit All Electronic Documents For Microsoft Office Suite Products Without The Use Of “macros”. When Submitting Proposals Via Email, Do Not Include .exe, .mso, Or Any Other Executable File Types That Could Potentially Trigger Email Security Protections (i.e. Email Blocks, Quarantine). If The Offeror Or Applicant Submits Documents That Contain Macros, Macro Referenced Files, And/or Executable Files, The Government Will Not Be Able To View Or Open Such Documents And The Submission Will Be Considered Non-responsive To The Solicitation. No Additional Time Will Be Given To An Offeror Or Applicant To Correct The Document Submission And The Government Will Not Inform The Offeror Or Applicant That Their Submission Is Non-responsive Prior To Award. It Is The Offeror’s Or Applicant’s Responsibility To Ensure All Electronic Documents Are Submitted Without The Use Of Macros. technical Acceptability: Will Be Determined By Review Of Information Submitted By The Offeror Which Must Provide Sufficient Technical Information Necessary For The Government To Determine That The Offered Items, Components, And Services Meet Or Exceed The Technical Requirements Identified Above. Offerors Shall Specifically Address The Performance Specifications And Support Same With Submitted Technical Specifications, Descriptive Material, Literature, Brochures, Scientific Publications Where Proposed Solution Has Been Used For Same Or Similar Purposes, And Other Information Which Demonstrates The Capability Of The Offered Solution At Meeting Or Exceeding The Stated Needs Of The Fda. the Contractor Shall Provide Place Of Product Manufacture Or Service Performance And Any Other Applicable Information To Enable Review And Analysis Pertaining To The Buy American Statute And Requirements Relating To Made In America In The Event Of Nonavailability Waiver Request Through The Miao Digital Waiver Portal Is Needed. price: Provide Detailed Price Quote For Each Item/component Proposed To Meet The Schedule Of Items. Include The Firm’s Unique Entity Id (sam) Number With Quote. the Government Is Not Responsible For Locating Or Securing Any Information Which Is Not Identified In The Proposal However The Government Reserves The Right To Obtain Information For Use In The Evaluation From Any And All Sources Including Sources Outside Of The Government. quotes Must Include: Pricing For Each Line Item, Delivery Schedule, Technical Specifications Of The Offered Product. ************************************************************************************* mandatory Site Visit: Offerors Are Required To Attend At No Cost To The Government. a Mandatory Site Visit Is To Inspect The Current Site Where The Vacuum Pump And Preexisting Conditions Are Located. The Site Visit Is Located At: u.s Food And Drug Administration Los Angeles District Office pacific Southwest Food And Feed Laboratory 19701 Fairchild Road irvine, Ca 92612 date: January 29, 2025, start Time: 9:15 Am Pacific Time offeror Must Electronically Provide No Later Than Friday, January 23, 2025, At 10:00am Eastern Time (et), The Company Name And Attendees Names To The Contracting Officer. Each Attendee Must Possess And Present A Valid Government Issued Identification To Enter The Site. Allow 2 Hours For The Site Visit. Failure To Attend The Site Visit Will Result In The Offeror Considered Nonresponsive To The Combined Synopsis Solicitation. during The Site Visit, Offerors Shall Have An Opportunity To Inspect The Site And Ask Questions. All Questions And Answers Will Be Documented And Provided To All Offerors As An Amendment To The Combined Synopsis Solicitation. The Government Will Maintain A Record Of All Attendees, Including Names, And Affiliations. please See The Attached Combined Synopsis Solicitation Document In Full Text.
Closing Date12 Feb 2025
Tender AmountRefer Documents 
661-670 of 674 archived Tenders