Fire Tenders

Fire Tenders

Presidency of the Consortium for the Fire Prevention, Extinction, Civil Protection and Rescue Service of the Province of Guadalajara Tender

Finance And Insurance Sectors
Spain
Closing Date3 Jul 2025
Tender AmountEUR 49 K (USD 54.3 K)
Multi-risk Vehicle Insurance from Ceis Guadalajara.

Cherkasy Institute Of Fire Safety Named After Heroes Of Chernobyl Of The National University Of Civil Defense Of Ukraine Tender

Ukraine
Closing Soon25 Sep 2024
Tender AmountUAH 42.5 K (USD 1 K)
39220000-0 Кухонне Приладдя, Товари Для Дому Та Господарства І Приладдя Для Закладів Громадського Харчування (бутиль Для Води Без Ручки 18,9 Л (39226210-7 Бутлі), Помпа Механічна Для Бутлів Питної Води (39221000-7 Кухонне Приладдя))

Presidency of the Consortium for the Prevention, Fire Extinction, Civil Protection and Rescue Service of the Province of Guadalajara Tender

Finance And Insurance Sectors
Spain
Closing Date5 Dec 2025
Tender AmountEUR 18.6 K (USD 20.6 K)
Ceis Guadalajara Civil Liability Insurance Policy.

Cherkasy Institute Of Fire Safety Named After Heroes Of Chernobyl Of The National University Of Civil Defense Of Ukraine Tender

Ukraine
Closing Date7 Oct 2024
Tender AmountUAH 966 K (USD 23.3 K)
«капітальний Ремонт Системи Опалення (встановлення Індивідуального Теплового Пункту З Електронним Регулятором Температури) У Навчальному Корпусі Черкаського Інституту Пожежної Безпеки Імені Героїв Чорнобиля Національного Університету Цивільного Захисту України, За Адресою: Черкаська Обл. М. Черкаси, Вул. Онопрієнка, 8 (коригування)» (код Згідно Дк 021:2015 "єдиний Закупівельний Словник" 45450000-6 Інші Завершальні Будівельні Роботи)

DEFENSE LOGISTICS AGENCY USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Soon25 Sep 2024
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6 And 13.5 Of The Federal Acquisition Regulations (far), As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. this Solicitation, Spe60524q0027, Is Issued As A Request For Quotation (rfq) For Commercial Items Using The Simplified Acquisition Procedures (sap) In Accordance With Far Parts 12 And 13. The Contract Resulting From This Procurement Will Be A Firm Fixed Price Contract. This Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-06 Dated 29 August 2024. Dpas Rating For Potential Award Is Do. The Clauses And Provisions Referenced In This Solicitation May Be Reviewed/obtained In Full Text Form At: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ this Solicitation Is 100% Set-aside For Small Business Under Naics 334516 subject: Request For Quotation Spe60524q0027 dla Energy Has A Request For Quote (rfq) For A Requirement For The Items Listed Below. Award Will Be Made To The Lowest Priced, Responsible Offeror. Offerors Must Offer On All Line Items Within Each Pr Grouping To Be Considered For Award. Partial Offers Within Each Pr Grouping Will Not Be Considered. item Description: pr Group 01 clin 0001 location: Pt. Loma, California, Usa unit Price: __________ nomenclature: Emcee Model 1152 Precision Conductivity Meter unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D2624/d4308 accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Emcee, Model 1152 clin 0002 unit Price: _____________ nomenclature: Shipping For Clin 0001 To Pt. Loma, Ca Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 02 clin 0001 location: Pt. Loma, Ca Usa unit Price: _________ nomenclature: Falex Ellipsometric Tube Reader (etr), F430 unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D3241 Thermal Oxidation Stability Of Aviation Turbine Fuels • Electrical Requirements: 120-220v, 50/60 Hz, Type B Plug • Accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. • All Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. • The Equipment Shall Include A One-year Warranty. • Shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Falex Ellipsometric Tube Reder (etr), F430 clin 0002 unit Price:___________ nomenclature: Shipping For Clin 0001 To Pt. Loma, Ca Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 03 clin 0001 location: Pearl Harbor, Hi Usa unit Price: _________ nomenclature: Falex Ellipsometric Tube Reader (etr), F430 unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D3241 Thermal Oxidation Stability Of Aviation Turbine Fuels • Electrical Requirements: 120-220v, 50/60 Hz, Type B Plug • Accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. • All Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. • The Equipment Shall Include A One-year Warranty. • Shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Falex Ellipsometric Tube Reder (etr), F430 clin 0002 unit Price: _________ nomenclature: Shipping To Pearl Harbor, Hi Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Pearl Harbor Fuel Terminals Laboratory 300 Neches Street Building 1685 honolulu, Hawaii 96860 pr Group 04 clin 0001 location: Puget Sound, Wa Usa unit Price: _________ nomenclature: Falex Ellipsometric Tube Reader (etr), F430 unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D3241 Thermal Oxidation Stability Of Aviation Turbine Fuels • Electrical Requirements: 120-220v, 50/60 Hz, Type B Plug • Accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. • All Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. • The Equipment Shall Include A One-year Warranty. • Shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Falex Ellipsometric Tube Reder (etr), F430 clin 0002 unit Price: __________ nomenclature: Shipping For Clin 0001 To Puget Sound, Wa Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional Puget Sound manchester Fuel Department, Bldg. 194 7501 Beach Drive East port Orchard, Wa 98366 pr Group 05 clin 0001 location: Jacksonville, Fl Usa unit Price: ___________ nomenclature: Falex Thermal Oxidation Stability Tester, F400, 120v unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D3241 Thermal Oxidation Stability Of Aviation Turbine Fuels electrical Requirements: 120v, 50/60 Hz, Type B Plug accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Falex Thermal Oxidation Stability Tester, F400 clin 0002 unit Price: __________ nomenclature: Shipping For Clin 0002 To Jacksonville, Fl Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional Jacksonville fuel Department 8808 Somers Road S jacksonville, Fl 32226-2600 pr Group 06 clin 0001 location: Point Loma, Ca, Usa unit Price: __________ nomenclature: Falex Visual Tube Reader (vtr), F420 unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D3241 Thermal Oxidation Stability Of Aviation Turbine Fuels electrical Requirements: N/a accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Falex Visual Tube Reder (vtr), F420 clin 0002 unit Price: __________ nomenclature: Shipping For Clin 0003 To Pt. Loma, Ca Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Adress To: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 07 clin 0001 location: Anchorage, Alaska, Ca unit Price: __________ nomenclature: Emcee Model 1140 Mk X Microseparometer (msep) unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D7224, Determining Water Separation Characteristics electrical Requirements: 120v, 50/60 Hz, Type B Plug accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Emcee, Model: 1140 Micro-separometer. clin 0002 unit Price: __________ nomenclature: Shipping description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Adress To: petroleum Laboratory jber, Ak 99505 pr Group 08 clin 0001 location: Jacksonville, Fl Usa unit Price: __________ nomenclature: Portable Density Meter For Petroleum Products unit Of Issue: Ea quantity: 0002 description: Shall Adhere To Astm D4052 Standard Test Method For Density, Relative Density, And Api Gravity Of Liquids By Digital Density Meter. electrical Requirements: N/a accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Anton Paar Dma 35 Ex Petrol clin 0002 unit Price: ___________ nomenclature: Shipping description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address To: flc Regional Jacksonville fuel Department 8808 Somers Road S jacksonville, Fl 32226-2600 pr Group 09 clin 0001 location: Pt. Loma, Ca Usa unit Price: ____________ nomenclature: Programmable Ashing Furnace unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D874 Standard Test Method For Sulfated Ash From Lubricating Oils And Additives electrical Requirements: 115v, 50/60 Hz, Type B Plug accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Seta Stanhope 99220-2 clin 0002 unit Price: ____________ nomenclature: Shipping description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Adress To: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 10 clin 0001 location: Pt. Loma, Ca Usa unit Price: ___________ nomenclature: Hydrogen Gas Generator unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Requirements Presented In Astm D8144 Standard Test Method For Hydrocarbon Types In Middle Distillates, Including Biodiesel Blends By Gas Chromatography/mass Spectrometry electrical Requirements: 115v, 50/60 Hz, Type B Plug output Of At Least 500 Ml/min At >99.999% accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Perkin Elmer Pg Plus N9308580 Or Equivalent clin 0002 unit Price: ____________ nomenclature: Shipping description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Adress To: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 11 clin 0001 location: Pt. Loma, Ca Usa unit Price: _____________ nomenclature: Laboratory Shaker (vertical & Horizontal) unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D5006 Standard Test Method For Measurement Of Fuel System Icing Inhibitors (ether Type) In Aviation Fuels. electrical Requirements: 120v, 50/60 Hz, Type C Plug accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Yamato Sa300, Or Equivalent clin 0002 unit Price: ___________ nomenclature: Shipping For To Pt. Loma, Ca Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 12 clin 0001 location: Pt. Loma, Ca Usa unit Price: _____________ nomenclature: Refractometer, Digital unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D5006 Standard Test Method For Measurement Of Fuel System Icing Inhibitors (ether Type) In Aviation Fuels. electrical Requirements: N/a accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Gammon Sc-b/2hb clin 0002 unit Price: ___________ nomenclature: Shipping To Pt. Loma, Ca Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 13 clin 0001 location: Pt. Loma, Ca Usa unit Price: ____________ nomenclature: Liquid Bath For Oxidation Stability Of Gasoline Test unit Of Issue: Ea quantity: 01 description: Shall Adhere To Requirements In Astm D525, D873, And D5304. electrical Requirements: 120v, 50/60 Hz capable Of Maintaining 60-120 °c +/- 0.1 °c capable Of Mechanical Agitation Of Liquid To Ensure Heat Uniformity. accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. clin 0002 unit Price: ____________ nomenclature: Shipping To Pt. Loma, Ca Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 14 clin 0001 location: Pearl Harbor, Hi Usa unit Price: _______________ nomenclature: Sulfur And Nitrogen Analyzer, Uvf unit Of Issue: Ea quantity: 01 description: Shall Adhere To Astm D5453/d4629 electrical Requirements: 120v, 50/60 Hz, Type B Plug peripherals Needed To Operate Instrument (data Processor, Monitor, Keyboard, Mouse, Printer) accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. approx. 90 Lbs (41 Kg) physical Dimensions Of Approx. 100 X 55 X 51.5 Cm Or 52.5 X 55.5 X 51.5 Cm autosampler Attachment all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Pac Elements Vertical Combustion Analyzer, Sulfur + Nitrogen (38.00.003) clin 0002 unit Price: ______________ nomenclature: Shipping For Clin 0001 To Pearl Harbor, Hi Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Pearl Harbor Fuel Terminals Laboratory 300 Neches Street Building 1685 honolulu, Hawaii 96860 clin 0003 unit Price: ___________ nomenclature: Installation For Pearl Harbor, Hi Usa description: Initial On-site Installation/calibration After Equipment Arrival And Laboratory Confirming They Are Prepared. pr Group 15 clin 0001 location: Pearl Harbor, Hi Usa unit Price: _____________ nomenclature: Freeze Point, Viscosity, And Density Analyzer (3-in-1) unit Of Issue: Ea quantity: 01 description: Shall Adhere To Astm D5972/d7945/d4052 electrical Requirements: 120v, 50/60 Hz, Type B Plug accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Phase Jfa-70xi clin 0002 unit Price: _________________ nomenclature: Shipping For Clin 0001 To Pearl Harbor, Hi Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Pearl Harbor Fuel Terminals Laboratory 300 Neches Street Building 1685 honolulu, Hawaii 96860 pr Group 16 clin 0001 location: Pt. Loma, Ca Usa unit Price: ____________ nomenclature: Freeze Point, Viscosity, And Density Analyzer (3-in-1) unit Of Issue: Ea quantity: 01 description: Shall Adhere To Astm D5972/d7945/d4052 electrical Requirements: 120v, 50/60 Hz, Type B Plug accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Phase Jfa-70xi clin 0002 unit Price: ____________ nomenclature: Shipping For Clin 0001 To Pt. Loma, Ca Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 17 clin 0001 location: Jacksonville, Fl Usa unit Price: _______________ nomenclature: Freeze Point, Viscosity, Density, Pour Point, Cloud Point Analyzer (5-in-1) unit Of Issue: Ea quantity: 01 description: Shall Adhere To Astm D5972/d7945/d4052/d97/d2500 electrical Requirements: 120v, 50/60 Hz accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Phase Jfa-70xi-pc clin 0002 unit Price: _____________ nomenclature: Shipping For Clin 0001 To Jacksonville, Fl Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional Jacksonville fuel Department 8808 Somers Road S jacksonville, Fl 32226-2600 pr Group 18 clin 0001 location: Puget Sound, Wa Usa unit Price: ____________ nomenclature: Freeze Point, Viscosity, Density, Pour Point, Cloud Point Analyzer (5-in-1) unit Of Issue: Ea quantity: 01 description: Shall Adhere To Astm D5972/d7945/d4052/d97/d2500 electrical Requirements: 120v, 50/60 Hz accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Phase Jfa-70xi-pc clin 0002 unit Price: __________ nomenclature: Shipping For Clin 0001 To Pt. Loma, Ca Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional Puget Sound manchester Fuel Department, Bldg. 194 7501 Beach Drive East port Orchard, Wa 98366 pr Group 19 clin 0001 location: Pearl Harbor, Hi Usa unit Price: _______________ nomenclature: Tribology Instrument, High Frequency Reciprocating Rig (hfrr) unit Of Issue: Ea quantity: 01 description: Shall Adhere To Astm D6079 Standard Test Method For Evaluating Lubricity Of Diesel Fuels By The High-frequency Reciprocating Rig (hfrr) electrical Requirements: 120/220v, 50/60 Hz peripherals Needed To Operate Instrument (data Processor, Monitor, Keyboard, Mouse, Printer) humidity Cabinet microscope With Digital Camera accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Pcs Hfrr clin 0002 unit Price:__________ nomenclature: Shipping For Clin 0001 To Pearl Harbor, Hi Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Pearl Harbor Fuel Terminals Laboratory 300 Neches Street Building 1685 honolulu, Hawaii 96860 pr Group 20 clin 0001 location: Pt. Loma, Ca Usa unit Price: ___________ nomenclature: Tribology Instrument, High Frequency Reciprocating Rig (hfrr) unit Of Issue: Ea quantity: 01 description: Shall Adhere To Astm D6079 Standard Test Method For Evaluating Lubricity Of Diesel Fuels By The High-frequency Reciprocating Rig (hfrr) electrical Requirements: 120/220v, 50/60 Hz peripherals Needed To Operate Instrument (data Processor, Monitor, Keyboard, Mouse, Printer) humidity Cabinet microscope With Digital Camera accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Pcs Hfrr clin 0002 unit Price: _________ nomenclature: Shipping For Clin 0001 To Pt. Loma, Ca Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 21 clin 0001 location: Pearl Harbor, Hi Usa unit Price: __________ nomenclature: Analytical Balance unit Of Issue: Ea quantity: 01 description: Shall Adhere To Astm D5452/d6217 electrical Requirements: 120v, 50/60 Hz 220 G Capability With 0.01 Mg Readability. accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Mettler Toledo Xpr205 clin 0002 unit Price: __________ nomenclature: Shipping For Clin 0001 To Pearl Harbor, Hi Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Pearl Harbor Fuel Terminals Laboratory 300 Neches Street Building 1685 honolulu, Hawaii 96860 pr Group 22 clin 0001 location: Pt. Loma, Ca Usa unit Price: ____________ nomenclature: Titrator, Karl Fischer, Automated, 120v unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D6304 Standard Test Method For Determination Of Water In Petroleum Products, Lubricating Oils, And Additives By Coulometric Karl Fischer Titration electrical Requirements: 120v/220v, 50/60 Hz, Type B Plug accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Mettler Toledo C10s clin 0002 unit Price: __________ nomenclature: Shipping For Clin 0001 To Pt. Loma, Ca Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 23 clin 0001 location: Pt. Loma, Ca Usa unit Price: ____________ nomenclature: Fatty Acid Methyl Ester (fame) Analyzer For Multiple Fuel Types unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D7797 Standard Test Method For Determination Of The Fatty Acid Methyl Esters Content Of Aviation Turbine Fuel Using Flow Analysis By Fourier Transform Infrared Spectroscopy—rapid Screening Method electrical Requirements: 120v, 50/60 Hz accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Fiji Fame Mf clin 0002 unit Price:_________ nomenclature: Shipping For Clin 0001 To Pt. Loma, Ca Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional San Diego Petroleum Laboratory bldg 70a 199 Rosecrans Street san Diego Ca 92106 pr Group 24 clin 0001 location: Anchorage, Ak Usa unit Price: __________ nomenclature: Distillation Analyzer, Automated, 120v unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D86 Standard Test Method For Distillation Of Petroleum Products And Liquid Fuels At Atmospheric Pressure electrical Requirements: 120v, 50/60 Hz built-in Fire Extinguisher With Ir Sensor For Fire Detection. accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Anton Paar Diana 700 clin 0002 unit Price: __________ nomenclature: Shipping For Clin 0001 To Anchorage, Ak Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: petroleum Laboratory jber, Ak 99505 pr Group 25 clin 0001 location: Pearl Harbor, Hi Usa unit Price: _____________ nomenclature: Foam Digital Detection Imaging Test Apparatus unit Of Issue: Ea quantity: 0002 description: Shall Adhere To Astm D892/d6082 electrical Requirements: 110v, 50/60 Hz, 3.2a, Type B Plug digital Image Detection And Capture Of Foam Tendency And Stability. accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Visaya Foam Ddi clin 0002 unit Price:___________ nomenclature: Shipping For Clin 0001 To Pearl Harbor, Hi Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Pearl Harbor Fuel Terminals Laboratory 300 Neches Street Building 1685 honolulu, Hawaii 96860 clin 0003 unit Price: _____________ nomenclature: Installation For Pearl Harbor, Hi Usa description: Initial On-site Installation/calibration After Equipment Arrival And Laboratory Confirming They Are Prepared. pr Group 26 clin 0001 location: Puget Sound, Wa Usa unit Price: _____________ nomenclature: Laboratory Water Purification System unit Of Issue: Ea quantity: 0001 description: electrical Requirements: 120v, 50/60 Hz accessory Kit Including All Items Needed To Utilize Equipment Shall Be Included In The Price And Shipped With The Equipment. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Mfg: Milli-q Iq 7015 clin 0002 unit Price: ___________ nomenclature: Shipping For Clin 0001 To Puget Sound, Wa Usa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional Puget Sound manchester Fuel Department, Bldg. 194 7501 Beach Drive East port Orchard, Wa 98366 clin 0003 unit Price: __________ nomenclature: Installation For Puget Sound, Wa description: Initial On-site Installation/calibration After Equipment Arrival And Laboratory Confirming They Are Prepared. pr Group 27 clin 0001 location: Puget Sound, Wa unit Price: ____________ nomenclature: Dual-bath Kinematic Viscometer unit Of Issue: Ea quantity: 0001 description: Shall Adhere To Astm D445, Standard Test Method For Kinematic Viscosity Of Transparent And Opaque Liquids. electrical Requirements: 120v, 50/60 Hz accessory Kit Including All Items Needed To Utilize And Calibrate Equipment Shall Be Included In The Price And Shipped With The Equipment. capability To Analyze Two Samples At Different Temperatures Simultaneously. all Instrument Documentation (if Provided Electronically) Shall Be Provided Via Either Email Or On A Cd/dvd. the Equipment Shall Include A One-year Warranty. shall Be Able To Provide Technical Support Via Phone, Email Or Video Conference. this Is A Brand Name (reference Far 52.211-6) Reference Mfg: Cannon Cav 4.2 (9725-b35) for Testing Lubricating Oils And Diesel. Expected Viscosity Ranges Would Be 77 – 97 Mm2/s At 40c For Lubes And 1.7 – 4.3 Mm2/s At 40c For Diesel. We Would Also Test The Lube Oils At 100c With A Minimum Limit Of 8.0 Mm2/s. clin 0002 shipping unit Price:____________ nomenclature: Shipping Topuget Sound, Wa description: Request Third Party Priority Shipping With (fedex, Usp, Dhl, Usps, Etc) With Tracking Number. shipping Address Is: flc Regional Puget Sound manchester Fuel Department, Bldg. 194 7501 Beach Drive East port Orchard, Wa 98366 clin 0003 installation unit Price: _____________ nomenclature: Installation And Training At Puget Sound, Wa description: Initial On-site Installation/calibration Of Instrument. required Delivery Date: 09/30/2024 Through 12/31/2024 quotation Due Date: All Quotes Must Be Submitted By Email To Contract Specialist, Hannah Savine At Hannah.r.savine@dla.mil And Dlaenergyfepab@dla.mil No Later Than 10:00 Pm Eastern Standard Time (ft. Belvoir, Va) Time On September 24, 2024. please Direct Questions To The Point Of Contact: hannah Savine Contract Specialist Dla Energy Phone: (570) 837-1653 email: Hannah.r.savine@dla.mil vendors Are Responsible For Ensuring All Applicable Taxes And Fees Are Included In Their Quoted Prices. dla Energy May Require A Vendor To Sign The Sf1449 Prior To Being Awarded This Delivery. This Will Be Sent By Email And May Have A Response Window Of As Little As Two (2) Hours. Upon Request, The Vendor Must Return The Signed Sf1449 By The Deadline Specified. If This Is Not Returned By The Specified Deadline, Dla Energy Reserves The Right To Offer This Delivery To A Different Vendor. electronic Funds Transfer As A Means Of Payment Will Be Made Upon Receipt And Acceptance Of All Products Through Wide Area Work Flow (wawf). dfars 252.232-7006 Wide Area Workflow Payment Instructions (jan 2023) far 52.212-1, Instructions To Offerors Commercial Items Applies To This Acquisition. far 52.212-2 Evaluation Of Commercial Items Applies To This Acquisition. The Evaluation Criteria Stated In Paragraph (a) Of Far 52.212-2 Are As Follows: The Contract Will Be Awarded To The Lowest Price Quotation From A Responsible Vendor. vendors Shall Include A Completed Copy Of Far 52.212-3 Offeror Representations And Certifications Commercial Items With Its Quotation. A Printout From Sam.gov Is Acceptable. far 52.212-4, Contract Terms And Conditions Commercial Items Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items Applies To This Acquisition. In Paragraph (b) Of Far 52.212-5, The Following Apply: Far52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.225-13, 52,232-33, 52.204-10 the Following Additional Clauses Apply To This Acquisition: Far 52.204-7, 52.204-13, 52.204-18, 52.204-21, And 52.247-34. defense Federal Acquisition Regulation Supplement (dfars) 252.203-7002 ,252.203-7005, 252.204-7003, 252.204-7008, 252.204-7012 , 252.204-7015, 252.225-7012, 252.229-7001, 252.225-7000, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.243-7001, 252.244-7000, And 252.247-7023. (see Attached)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

United States
Closing Date2 Oct 2024
Tender AmountRefer Documents 
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project # 673-108 Construct Ems Linen Office Building Minor Design At The James A. Haley Veterans Hospital In Tampa, Florida. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541310 Engineering Services And The Annual Small Business Size Standard Is $12.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By Late January 2025. the Anticipated Period Of Performance For Completion Of Design Is 335 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $5,000,000 And $10,000,000. Please Note That The 335-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. primary Selection Criteria: professional Qualifications: Necessary For Satisfactory Performance Of Required Services. The Architects And Engineers On The Firm S Staff Representing The Project Or Signing/stamping Drawings In Each Discipline Must Possess A Minimum Of Five Years Of Experience And Are Required To Be Licensed, Registered, Or Certified By A Us State, The District Of Columbia, Or A Us Territory. Disciplines Requiring Florida License Include Civil/structural And Hazardous Material Abatement/industrial Hygiene. Provide Professional License Jurisdiction Of Issue And License Numbers And/or Proof Of Licensure. at A Minimum, The Offeror Must Describe The Professional Qualifications And Specific Experience In The Required Disciplines. Disciplines Required For This Project Include, But Are Not Limited To: Architecture, Mechanical, Electrical, Plumbing, Structural, Civil, Fire Protection, Hazardous Material Abatement/industrial Hygiene, Physical Security (must Hold The Certified Protection Professional (cpp) Or Physical Security Professional (psp) Certification Issued By Asis International), Cost Estimation, Project Management, And Commissioning. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, And Longevity With The Firm. offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I, [signatory Authority], Of [company Name], Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database In Compliance With Vaar 852.219-73. the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. specialized Experience And Technical Competence: In The Design And Construction Period Services Is Renovate Existing Linen Room With Support Offices And Build A New Construction 3,200 S.f As A Linen Storage Support Next To The Existing Linen Room. This Will Provide Service Functionality Needed And Required Storage Area To Support Linen Room S Service. the Work Involved In This Project Includes A Comprehensive Site Investigation To Field Verify Existing Conditions, Design, Preparing G Drawings, Specifications, Cost Estimates, And Construction Period Services For All Disciplines Required To It. To Provide An Added Layer Of Security, Exterior Cameras Will Also Be Installed. To Achieve This, The A-e (architectural And Engineering) Will Provide Top-notch Professional Services, Equipment, Labor, Materials, Supervision, Tools, Testing, And Specialty Services To Carry Out Design Services For Minor Project 673-108 Construct Ems-linen Office Building Located At James A. Haley, Tampa, Fl. the Information Provided In Section F And G Of The Sf 330 Will Be Used To This Factor. Do Not Include This Information Provided In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. Each Project Shall Include The Following: project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e. Prime Contract, Teaming Partner Or Subcontractor project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract/task Order period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project ae Cost Estimate Vs. Actual Construction Cost contract Number Associated With The Project. section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. the Offeror Shall Include Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. the Management Approach the Coordination Of Disciplines And Subcontractors quality Control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications And Other Applicable Standards. capacity (section H): The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages, And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. the Information For This Factor Must Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Proposed Team/personnel Provided In The Sf 330. past Performance (section H): Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Reporting System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. for Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Completed Ppq Requested From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. the Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Must Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330. Ppqs Should Not Be Submitted To Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitation For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. knowledge Of Locality: Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc state Or Local Construction Codes, Laws, Or Regulations climate And Seismic Related Conditions Or Features. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. experience In Construction Period Services (section H): Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: solicitation Support Services, professional Field Inspections During The Construction Period coordination With Commissioning Requirements review Of Construction Submittals support In Answering Requests For Information During The Construction Period support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates attendance At Weekly Conference Calls providing Minutes Of Meetings Between The Ae, Va, And Contractors pre-final Inspection Site Visits generation Of Punch-list Reports, And production Of As-built Documentation. the Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. in Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations, And Making Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. the Information For This Factor Must Be Provided In Section H Of The Sf 330. secondary Selection Criterion*: geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd Tampa, Fl 33612. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Devin Russell At Devin.russell@va.gov Email. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). the Sf 330 Submission Is Due By 2:00 Pm Et On October 2, 2024. the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission - 36c77624r0147 Construct Ems Linen Office Building Minor Design - Tampa the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number all Questions Must Be Submitted To Devin.russell@va.gov With The Subject Line Sf 330 Questions Construct Ems Linen Office Building Tampa. The Cutoff For Question Submission Is 2:00 Pm Et On September 11, 2024. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.

DEPARTMENT OF ENVIRONMENT AND NATURAL RES PENRO, ILOILO Tender

Philippines
Closing Date2 Oct 2024
Tender AmountPHP 2.6 Million (USD 47.8 K)
Details: Description Terms Of Reference For The Development Of Climate Change-responsive Integrated River Basin Management And Development Master Plan For The Jalaur River Basin I. Rationale Pursuant To The Executive Order (eo) Nos. 510, 816, And 50, A River Basin Control Office Was Created To Develop, Among Others, A National Master Plan To Address Flooding And To Provide A Sustainable Supply Of Water For The Entire Country. The Importance Of The River Basins Cannot Be Understated As They Are Considered As One Of The Life Blood And Drivers Of The Philippine Economy. Hence, They Must Be Managed Sustainably. An Integrated River Basin Management Approach Will Be Applied In The Preparation Of The Master Plan For Each River Basin In Line With The Philippine Development Plan. It Is Intended To Address Several Concerns Related To Watershed Conservation, River Basin Rehabilitation, Flood Control/mitigation, And Water Security For Domestic, Irrigation And Industrial Use, Livelihood And Economic Opportunities In The Area, Climate Change And Disaster Risk. Pursuant To Executive Order No. 510, An Integrated River Basin Management And Development Master Plan Was Crafted In 2006 Identifying 18 Major River Basins In The Philippines. The 18 Major River Basins Have Been Identified As Priority Areas Of Spatial Focus Of Convergence Under The Climate Change Adaptation And Mitigation (ccam) Cluster’s Program Budget Approach (pba) In Cy 2013 And Cy 2015. Likewise, The Pba Allowed The, Expansion Of The Program Into Other Areas Which Are Outside The Major River Basins. The Irbmdmp Of The Jalaur River Basin Was Formulated In Cy 2014 And Subject To Be Updated This Cy 2024 To Address Climate Change Adaptation And Disaster Risk Reduction And Management Concerns. As A Rule Of Thumb, Enr Plans Should Be Updated Every Five (5) Years Hence, It Is Appropriate That The Plan Be Updated To Include An Assessment Of The Sustainability And Effectiveness Of Past Interventions Introduced Under The Existing Master Plan. Ii. Project Objective The Objective Of This Project Is To Update The Irbmdmp Of Taking Into Consideration Biological Diversity And Their Capacity To Provide Good And Services. The Plan Should Incorporate The Implications Of The New Climate Normal In Addressing The Concerns Of The River Basin On: 1.) Water Resources Management, 2.) Watershed Management, 3.) Flood Control/mitigation, Disaster Risk Reduction And Hazards Management, 4.) Biodiversity And Wetland Management (to Include Rivers, River Deltas, Marshlands And Coastal Areas), 5.) Economic Development, And 6.) Institutional Linkages And Organizational Structure For River Basin Management. Iii. Project Duration The Formulation And Presentation To The Rdc Of The Irbmdmp Should Be Completed In 4 Months. Iv. Service Provider Qualification Requirement The Service Provider Must Have At Least 10 Years Of Experience In River Basin/watershed Management Master Plan Formulation In Addition To The Eligibility Documentary Requirements Provided In Section 24, Rule Viii Of The Revised Implementing Rules And Regulations (irr) Of R.a. 9184 V. Expertise Requirement The Service Provider’s Experts Required For The Study Are The Following: (i) Integrated River Basin Management Specialist Cum Team Leader, (ii) Sociologist, (iii) Watershed/forest Resources Management Specialist, (iv) Economist, (v) Environmental Planner, (vi) Hydrologist/hydro Geologist/hydrologic Engineer, (vii) Hydraulic Structure Specialist, (viii) Climate Change Adaptation-disaster Risk Reduction And Management Specialist, (ix) Database And Geographic Information Systems Specialist And (x) Institutional Development Specialist. Vi. Scope Of Work Of Technical Services The Service Provider Will Perform The Following Tasks: . Data Gathering, Assessment And Stakeholders Consultation (phase I) 1. Review Of Water Policy And Basin Development Plans 1.1. Review Existing Policies Regarding River Basin Management And Development In Relation To Climate Change At National, Regional, Local, And Sectoral Levels. 1.2. Evaluate Management Regimes Of Existing And Abolished/inactive River Basins Organizations Stating Merits And Demerits For The Establishment Of Rbo In The Rb Of Interest. 1.3. Review And Assess The Existing Plans And Projects Within The River Basin Such As Comprehensive Land Use Plan, Forest Land Use Plan, Regional And Provincial Development Plans, Etc. For Integration And Harmonization In The Master Plan. 1.4. Assess The Effectiveness Of Related Policies, Laws, Decrees, Regulations, And Circulars Pertaining To The Management Of Water Resources (water Resources Allocation, Water Rights, Pollution Control, Etc.), Watershed (tenurial Instruments, Protection, And Conservation Efforts, Etc.), Wetlands (ramsar Convention And Other Biodiversity Conservation Efforts, Etc.), Flood Control/mitigation, Disaster Risk Reduction And Hazards Management (easement Management, Zoning Ordinances, Etc.) 2. Ecological Profiling Of The River Basin 2.1. Collect All Information On The Biophysical And Socio-economic Profile Of The River Basin Such As, But Not Limited To, Topography, Existing Land Cover And Land Use, Inventory Of Flora And Fauna, Geology, Demographic Data, Etc. And Translate These Into Tables, Maps And/or Graphs. 2.2. Gather All The Information Up To The Latest Available Data Including (a) The List Of Relevant Completed, Ongoing, And Incoming Programs And Projects In The River Basins, (b) Data On Surface And Groundwater Resources Development And Use In The Basin And Water Rights, (c) Water Balance Study Factoring In Climate Change Projections For The Area. Reflect Relevant Information On The Map. Identify And Map Major Infrastructures Such As Dams, Flood Controls, Irrigation, Hydropower Facilities, Bulk Water Projects, Groundwater Pumping Stations/major Wells, Erosion Control Structures, Hydro-meteorological Stations (sypnotic/agro-meteorological Stations), Stream Flow Gauging Stations, Water Quality Monitoring Stations, Waste Disposal Sites, Etc. And Water Sources Such As Springs, Freshwater Lakes, Etc. 2.3. Gather Data On Climate Projections To Determine Expected Changes In Rainfall, Mean Annual Temperature, Extreme Events, And Other Parameters. Information On These Per Province For 2020 And 2050 Are Available In The Pagasa Publication “climate Change In The Philippines.” More Detailed Projections (per Municipality) Can Be Obtained Upon Request From Pagasa. 2.4. Prepare Basin-wide Multi-hazard Map Based On Official Maps Of The Mines And Geosciences Bureau (mgb), Philippine Institute Of Volcanology And Seismology (phivolcs), National Mapping And Resources Information Administration (namria), Department Of Science And Technology (dost) And Other Relevant Government Offices. Agency Map Scale Mgb 1:10,000 Phivolcs 1:10,000 Namria (base Map) 1:50,000 Namria (ifsar) 1:10,000 Dost (lidar Data)/project Noah High-resolution Image (dem) Ii.5 Review And Map Existing Land Use As One Of The Bases For Proposed Land Use. 3. Situational Analysis 3.1. Adopt The Representative Concentration Pathways (rcps) And Assess And Explain The Implications Of The New Climate Normal, Extremes, And Variability Applicable In The Basin For The Following, And 3.1.1. Water Resources Management (water Allocation For Consumptive And Non- Consumptive Uses; Water Balance: Water Supply And Water Demand With And Without Climate Change, Projected Water Balance Over A Period Of Time); 3.1.2. Watershed Management (vulnerability Assessment To Fire Hazard, Deforestation And Soil Erosion; Vulnerability Of Critical Habitats Of Endemic, Threatened/vulnerable And Critically Endangered Species And Key Biodiversity Areas Within The River Basin); 3.1.3. Flood Control/mitigation, Disaster Risk Reduction And Hazards Management (adaptation Measures, Vulnerability Assessment To Flooding Or Drought, Soil Erosion And Landslide, Sea Level Rise, Storm Surges, Etc. With The Use Of Modeling. Reflect This On The Map); And 3.1.4. Wetland Management (vulnerability Of Rivers, River Deltas, Lakes, Marshlands, And Coastal Areas To Drought, Flooding, And Extreme High Temperature Events) 3.2. Review The Appropriateness Of The Completed, Ongoing, And Incoming Infrastructure And Other Investment Programs/projects In Terms Of Effectiveness In Addressing The Major Issues In The Basins Most Especially, In Relation To Climate Projections In The Area. B. Formulation Of Basin-wide Development Plan (phase Ii) 1. Conduct Consultation With Stakeholders And Relevant Institutions At The National, Regional, Provincial, Municipal, And Community Level. 2. Discuss The Implications Of The New Climate Normal, Extremes, And Variability On Water Resources Management, Watershed Management, Flood Control/mitigation, Disaster Risk Reduction And Hazards Management, And Biodiversity And Wetlands Management. 3. Prepare The Vision, Mission, Goals, And Objectives Of The Master Plan Taking Into Consideration The Impacts Of Climate Change On The River Basin. 4. Recommend Measures (programs And Projects) To Reduce The Vulnerability To Climate Change Impacts And Improve The Adaptive Capacity Of The Natural Ecosystems And Communities Within The Basin With Respect To Water As A Resource And As A Hazard. Estimate The Indicative Cost For Implementing These New Measures. Formulate Prioritization Criteria For Selection And Implementation Of Programs And Projects. 5. Develop A River Basin Database To Ensure That All Data For The River Basin Are Properly Kept And Will Be Available For Future Use (such As For Budget Defense, For Monitoring And Evaluation Of The Plan Implementation, For Preparation Of The Next Cycle Of The Plan, For Knowledge Management And Advocacy, Etc.). This Includes The Digital Files Of Geo-referenced Maps Used In The Study, The Historical Data (in Excel Format) For Each Thematic Areas, The Modelling And Projection Results Including The Systems And The Manuals Used, Etc. 6. Propose/recommend Policy Revisions/amendments To Address The Identified Policy Gaps/conflicts/overlaps And Climate Change Impacts. 7. Develop A Communication Plan To Ensure That Stakeholders, Including Donors And Partner Agencies, Know, Understand, And Support The Master Plan. 8. Formulate A Monitoring And Evaluation System For The Master Plan. Identify Important Indicators To Be Monitored Including Climate-related Indicators, Who Should Monitor And How They Should Be Monitored. In Case Of Data Gaps, Propose Measures To Generate The Lacking Information For Future Use. 9. Develop The Most Feasible And Appropriate Institutional Arrangement To Implement The Integrated River Basin Management And Development Master Plan. 10. Formulate Integrated River Basin Management And Development Master Plan With A Separate Investment Plan (short-term, Mid-term And Long-term) Considering Climate Change Impacts And Threats And Strong Integration Of Adaption And Mitigation Measures, Among Others, In Consultation With Other Government Agencies In The Area. C. Consultative Participatory Approach Consultation Workshops With Stakeholders And Representatives Of Concerned Government Offices Shall Be Conducted By The Service Provider To Get Their Comments And Recommendations, And To Ascertain Their Ownership Of The Plan. Vii. Deliverables A. Phase I 1. Report On The Conduct Of: (i) Review Of Water Policy And Basin Development Plans, (ii) Ecological Profiling Of The River Basin, And (iii) Situational Analysis. 2. A Comprehensive Report On The Climate Vulnerability Assessment Conducted In The River Basin. 3. Proceedings From The Consultation/discussion With The Concerned Stakeholders. B. Phase Ii ● Draft Plan And Final Report. Integrated River Basin Management And Development Master Plan Of The Basin Of Interest Incorporating The Comments And Recommendation Of The Technical Working Group And National Steering Committee On The Draft Plan Containing The Following: ● Volume I – Executive Summary (this Will Contain The Summary Of Key Issues And Challenges Within The Basin And The Interventions Being Introduced By The Plan) ● Volume Ii – Main Report (refer To The Annotated Outline Which Is Attached To This Tor As Annex A) ● Volume Iii – Formulation Process (including Stakeholder Participation) (this Will Contain Detailed Description Of The Methodologies That Were Used In Coming Up With The Profile, Analysis, And Plan As Well As Their Results) ● Volume Iv- Map Atlas And Database (this Will Contain The Raw And Analyzed Data Used In The Plan Formulation Preferably In Excel Format. Digital Copy Of The Excel File Must Also Be Submitted For Future Reference/updating. Map Atlas Should Be In A3 Paper Size. Digital File Of The Maps Should Also Be Submitted As Part Of The Database Management System Of The River Basin). C. Phase Iii Final Report. Integrated River Basin Management And Development Master Plan Of The Jalaur River Basin Endorsed By The Regional Development Council. Viii. Reporting Requirements The Service Provider Must Submit To Rbco And Denr Region The Following Reports In Hard And Electronic Form: Inception Report (5 Copies)- 15% ● The Report Shall Contain A More Detailed Work Plan For The Study/master Planning Based On The Actual Assessment And Initial Review Of Available Data And Information Gathered By The Service Provider. It Should Comprise Specific Recommendations On How The Study Will Be Conducted And An Updated Work Plan Detailing The Methodologies And Schedule On How The Consultant Will The Master Plan Formulation. Mid–term Report (5 Copies)- 20% ● It Must Contain All The Components Prescribed Under Phase I Of The Terms Of Reference. Draft Master Plan (5 Copies)- 20% ● It Must Contain All The Components Prescribed Under Phase Ii Of The Terms Of Reference. Draft Revised Master Plan (5 Copies) -20% ● The Revised Integrated River Basin Management And Development Master Plan Incorporating The Comments Of The Technical Working Group And National Steering Committee On The Draft Plan. Final Plan (20 Copies And 1 Copy In External Drive)- 25% ● The Revised Integrated River Basin Management And Development Master Plan Incorporating The Comments Of The Regional Development Council. In Addition To The Reporting Assignments Specified Above, The Service Provider Shall Submit Brief Monthly Status Report To The Rbco And Denr Region To Keep The Office Regularly Informed Of The Progress Achieved And Constraints Impeding Smooth Implementation. Deliverables Under Phase I And Phase Ii Shall Be Subjected For Review By The Inter-regional Technical Working Group And The National Steering Committee. The Final Plan (phase Iii) Shall Be Subjected For Approval/ Adoption By The Concerned Regional Development Councils. Annex B. Inception Report Content ● Rationale ● Project Objective ● Project Duration ● The River Basin Profile ● Methodology ● Coverage Of The Engagement ● Planning Methods ● Phase I ● Coordination With Concerned Agencies ● Updating Of River Basin Profile ● Updating Of Physical And Hydrological Profiles ● Updating Of Bio-ecological Profile ● Updating Of Demographic And Socio-economic Profiles ● Institutional Arrangements ● Review Of Water Policy And Basin Development Plans ● Risk And Vulnerability Assessment ● Situational Analysis ● Setting Of Vision, Mission, Goals, And Targets ● Review Of The Development Goals, Policies, Plans And Programs ● Consultative Workshop ● Identification Of Strategies, Programs And Projects ● Phase Ii ● Evaluation Of Strategies, Programs And Projects ● Phase Iii ● Reporting Requirements ● Project Team ● Standards Of Services ● Timeframe ● Issues And Concerns Denr River Basin Control Office Irbmdmp Guidelines For Updating Page 50 Of 63 Annex C. Main Report Contents Assessment From The Existing Master Plan ● Monitoring And Evaluation Of The Implemented Project, Activities And Programs Geographic And Physical Profile ● Geographic Location ● Administration ● Sub-watershed ● National Tax Allotment Natural And Geophysical Profile ● Climate Trends And Projections ● Climate Normals ● Climate Extremes ● Tropical Cyclone ● Precipitation Prediction ● Temperature Prediction ●topography And Geomorphology ● Bifurcation Ratio ● Elongation Ratio ● Circulatory Ratio ● Basin Length ● Elevation ● Area And Perimeter ● Elevation ● Slope ● Watershed Relief ● Stream Order ● Channel Morphology ● Drainage Features O Stream Frequency And Drainage Density O Drainage Texture O Length Of Overland Flow O Constant Channel Maintenance ● Soil ● Geology ● Geologic Origin ● Faults ● Seismicity ● Volcanoes ● Mineral Resources ● Metallic ● Non-metallic ● Mining Tenements ● Water Resources ● Stream Flow ● Surface Water ● Water Quality ● Levels Of Service Of Water ● Groundwater ● Water Abstraction ● Water Balance ● Land Classification ● Land Cover ● Natural Hazards ● Flood ● Landslides ● Soil Erosion ● Drought Bio-ecological Profile ● Biogeography ● Floral Diversity ● Faunal Diversity ● Avifauna ● Arthropoda ● Benthic Macro-invertebrate ● Conservation Area And Other Special Interest Areas ● Protected Areas ● Key Biodiversity Area ● Nature-based Solutions ● Ecosystem-based Adaptations ● National Greening Program ● Forest Tenurial Instruments ● Wetland ● Caves Demographic Profile ● Population ● Population Projection ● Population Density ● Indigenous People ● Vital Demographic Statistics ● Birth And Death Rate ● Fertility Rate ● Life Expectancy ● Marriage ● Age Structure And Sex Composition ● Dependency Ratio ● Household Population ● Migration Socio-economic Profile ● Settlement Patterns ● Language And Ethnicity ● Access To Land And Land Rights ● Land Grants ● Housing Tenure ● Energy Consumption ● Health ● Highest Educational Attainment ● Literacy And Education ● Employment ● Labor Force Participation ● Unemployment Rate ● Main Sources Of Income ● Poverty Incidence ● Magnitude Of Poor Families ● Magnitude Of Subsistence Poor Families ● Human Development Index ● Household Income And Expenditure ● Natural Resource Dependent Livelihood ● Agriculture ● Rice Production ● Corn Production ● Other Crops ● Fisheries ● Forestry ● Livestock And Poultry Production ● Tourism Infrastructure ● Educational Facilities ● Health Facilities ● Major Commercial And Industrial Establishments ● Communication ● Roads And Bridges ● Dams ● Water Supply ● Access To Safe Water ● Sanitation Facilities ● Waste Disposal ● Communications ● Financial Institutions ● Energy ● Transportation ● Irrigation ● Educational Facilities ● Evacuation Centers ● Green And Gray Infrastructure ● River Basin Monitoring Instrumentations ▪ Hydrological Instrumentations ▪ Meteorological Instrumentations Land Capability Zoning ●land Capability Assessment ● Soil Erosion Potential ● Observed Soil Erosion Potential ● 2050 Soil Erosion Potential ● 2085 Soil Erosion Potential ● Soil Erosion Index ● Observed Soil Erosion Index ● 2050 Soil Erosion Index ● 2085 Soil Erosion Index ● Land Capability Analysis ● Observed Land Capability ● 2050 Land Capability ● 2085 Land Capability Areas Of Concern ● Areas With Steep Slopes ● Areas With High Elevation ● Areas With Forestland ● Areas With Kbas ● Areas With Nipas Hazard Vulnerability Assessment ● Areas Of Concern ● Areas With Flood ● Areas With Landslides ● Areas With Soil Erosion ● Va Methodology ● Areas Of Concern In High Elevations ● Areas Of Concern In Steep Slopes ● Areas Of Concern In Flood-prone Areas ● Areas Of Concern In Rainfall-induced Landslide-prone Areas ● Areas Of Concern Soil Erosion-prone Areas ● Areas Of Concern In Areas With High To Very High Sep ● Areas Of Concern In Forestlands ● Areas Of Concern In Protected Areas ● Areas Of Concern In Critical Buffer Zones ● Adaptive Capacity ● Va Results And Discussions ● Flood Risk Assessment ● Flood Inundation ● Water Resources Assessment ● Surface Water Supply Projections ● Water Demand Projections ● Water Availability ● Domestic And Industrial Water Demand ● Agricultural Water Demand ● Water Balance ● Stream Flow ● Hydrologic Frequency Analysis ● Flow Duration Curves ● Dependable Flow Hazard Vulnerability Assessment ● Methodology ● Va Results And Discussion Participatory Risk And Vulnerability Assessment ● Introduction ● Methodology ● Results And Discussion ● Problem Analysis ● Visioning Exercise ● Participatory Risk And Vulnerability Assessment ● Gender Analysis. ● Formulation And Evaluation Of Adaptation Strategies ● Summary And Conclusion Groundwater Storage ● Rationale ● Methodology ● Results And Discussion River Styles Approach ● Rationale ● Methodology ● Results And Discussion Carbon Stock Estimation ● Rationale ● Methodology ● Results Sedimentation Yield Estimation ● Methodology ● Results References Annex Maps Schedule Of Activities Eligibility Check And Shortlisting - September 13, 2024 At 2:00pm Pre-bid Conference - September 20, 2024 At 2:00pm Deadline Of Submission And Receipt Of Bids/bid Opening - October 2, 2024 At 2:00pm Cost Of Bidding Documents - P5,000.00

Pamantasan Ng Lungsod Ng Maynila Tender

Philippines
Closing Soon26 Sep 2024
Tender AmountPHP 7.7 Million (USD 138.3 K)
Details: Description The Pamantasan Ng Lungsod Ng Maynila, Through Its Resource Generation Office Is Now Inviting All Interested Concessionaires Who Are Willing To Operate As Food Hub Operator/canteen Concessionaire And Offer Their Services For Three (3) Years, To Submit Their Proposal Subject To The Required Terms And Conditions Stated In The Terms Of Reference (tor). All Interested Concessionaires Must Submit The Proposal And Other Documentary Requirements Stated In The Tor Until 26 September 2024, Monday. For More Details And Other Concerns, Please Coordinate With Rgo: Resource Generation Office Telephone No.: 84040377 Email : Rgo@plm.edu.ph Terms Of Reference For Food Hub/canteen Concessionaires Rationale The Pamantasan Ng Lungsod Ng Maynila (plm) Needs The Services Of A Food Hub Operator With At Least 10 Concessionaires That Would Operate As The Main Canteen And Provide Meal Selections Inside The University Campus In Intramuros, Manila. The Food Hub Shall Cater To The Food Requirements Of The Officials, Employees, Students, And Guests Of The Plm And Shall Charge Rates Within The Agreed Ceiling To Be Determined After The Conduct Of The Selection Process. The Food Hub Will Have A Manager/operator Who Will Act As The Administrator In Charge Of And In Control Of The Operations Of The Concessionaires, That Is In Compliance With The Rules And Regulations Set Forth By Plm, And Solely Responsible To Plm. Scope 1. The Canteen Facilities Shall Be Intended For Canteen Operations Only. The Food Hub Will Have A Manager/operator, Who Will Be Responsible To Plm With Reference To Payment Of Rental For The Whole Space And With All The Requirements Of Plm And Obligations Appurtenant Thereto. 2. The Selection Of The Food Hub Operator Shall Be Undertaken By The Plm Resource Generation Office (rgo) While Sourcing And Screening Of The Concessionaires Shall Be Undertaken By The Food Hub Operator In Concurrence With Plm. 3. The Selection Of The Food Hub Operator And Concessionaires Is Not Covered By Republic Act No. 9184. Prospective Food Hub Operator Shall Be Invited To Submit Proposals For The Food Concession Through Notices In The Plm Website, Letters, Email And/or Other Means. These Terms Of Reference (tor) Shall Be Attached To The Request For Proposals As Basis And Guidance For The Preparation Of The Proposals By The Prospective Food Hub Operator. 4. The Operation Of The Canteen With The Food Hub Operator Shall Be Subject Of A Concession Agreement Between The Plm, Represented By The University President, And The Food Hub Operator, Represented By Its Proprietor Or President. This Tor Shall Form An Integral Part Of The Concession Agreement. Pre-qualification Interested Food Hub Operator Must Submit The Following Documentary Requirements On Or Before The Deadline For The Submission Of The Proposals To Pre-qualify: 1. Valid Registration Certificate Issued By The Department Of Trade And Industry (dti), Securities And Exchange Commission (sec) Or The Cooperative Development Authority (cda), As The Case May Be 2. Valid And Current Mayor’s Permit 3. Audited Financial Statement Duly Stamped Received By The Bureau Of Internal Revenue (bir) For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Submission Of The Proposal 4. Valid Tax Clearance 5. Duly Notarized Secretary’s Certificate Or Special Power Of Attorney As Proof Of Authority Of The Signatory 6. Proposed List Of Concessionaires And Their Specialty. A Sample Menu For Breakfast, Lunch, And Snacks From Monday To Saturday, For At Least One (1) Month 7. Duly Accomplished Proposal Form (annex C) Post-qualification 1. Proposals That Meet All The Pre-qualification Requirements Above Shall Be Subjected By The Plm Rgo To The Following Post-qualification Processes: 1.1 Prospective Food Hub Operator Shall Bring Samples Of The Meals That Its Concessionaire Intends To Provide In Its Proposal Either Classified As Breakfast, Lunch, Snacks Or Dinner. 1.2 The Meals Shall Be Sufficient For The Representatives Of The Rgo Members To Taste. 1.3 Each Meal Shall Be Evaluated Based On The Following Criteria (annex D): A. Taste And Freshness – 50% A.1 Palatability And Savor Of The Dishes — 25% A.2 Freshness Of The Ingredients And Flavor — 25% B. Quality Of Serving, Including Presentation — 25% B.1 Application Of Right Cooking Time And Temperature, I.e., Neither Overdone Nor Underdone, Texture Of Dishes — 12.5% B.2 Appearance – 12.5% C. Reasonable And Affordable Price – 25% 1.4 A Minimum Total Score Of At Least Ninety Percent (90%) Must Be Obtained To Qualify As Concessionaire. Concession Agreement 1. A Concession Agreement Shall Be Entered Into Between The Plm, Represented By The University President, And The Food Hub Operator, Selected And Recommended By The Plm Rgo. 2. The Concession Agreement Shall Cover A Period Of Three (3) Years Subject To Annual Evaluation. 3. The Plm May Terminate The Concession Agreement Before The Expiration Of The Term If The Food Hub Operator And/or Its Concessionaire Violates Any Term Of The Agreement. 4. Six (6) Months Prior To Expiration Of The Concession Agreement, The Rgo Shall Conduct A Final Performance Appraisal. A Satisfactory Rating Shall Give The Concessionaire The Option To Renew The Agreement, Subject To Escalation Of Rental Rates. 5. An Unsatisfactory Rating Shall Mean The Concession Agreement Shall No Longer Be Renewed. In Such Case, The Plm Shall Open The Selection Process Of A New Food Hub Operator And Composition Of Its Concessionaires. However, Until And Unless A New Food Hub Operator Is Selected And Is Ready To Take Over, The Concession Agreement Shall Be Considered Renewed On A Month-to-month Basis. Responsibilities Of The Food Hub Operator 1) Operations Management – Overseeing The Day-to-day Operations Of The Food Hub, Which Includes Coordinating With Concessionaires, Managing And Ensuring Smooth Operations, I.e., All Vendors/concessionaires Should Be Operating In All Days Where There Are Students, Faculty, Employees And Visitors Present In Plm And Prescribe Operating Hours Of The Concessionaires. 2) Financial Management - Handling Financial Aspects Such Fulfilling Financial Obligations To Plm. It Also Involves Timely Remittance Of Utilities Fees To Plm. Clearly Outline The Financial Arrangements, I.e., Rental Rates And Other Financial Obligations That The Concessionaires Must Adhere To. Pay The Specified Monthly Rental On Time Without Need Of Demand. Any Obligation Of Which Is Unpaid When Due Shall Bear Interest At The Rate Of Twelve Percent (12%) Per Annum And Shall Further Be Subject To A Penalty Charge Of Twenty-five Percent (25%) Per Annum. 3) Vendor Management - Recruiting, Onboarding, And Managing Relationships With Concessionaires, Suppliers, And Other Vendors. This Includes Negotiating Contracts, Setting Quality Standards, And Ensuring Compliance With Plm And Health Regulations. 4) Marketing And Promotion - Developing And Implementing Marketing Strategies To Attract Customers To The Food Hub. This Could Involve Social Media Marketing, Event Planning, And Partnerships With Local Businesses Or Organizations. 5) Customer Service And Quality Standard - Ensuring A High Level Of Customer Service By Addressing Customer Inquiries, Feedback, And Complaints. This May Involve Training Concessionaires’ Staff On Customer Service Best Practices And Proper Food Handling. 6) Compliance And Regulations - Ensuring That The Food Hub Complies With All Relevant Health And Safety Regulations, Licensing Requirements, And Other Legal Obligations. 7) Reporting - Monitoring Performance Of Concessionaires To Track The Success Of The Food Hub And Identify Areas For Improvement And Provide Semestral Report To Plm Administrators. Overall, The Food Hub Administrator Plays A Crucial Role In Managing All Aspects Of The Operation To Ensure Its Success And Sustainability. Obligations Of The Concessionaire The Concessionaire Shall Carry Out The Services Specified In This Tor That Considers The General Welfare And Wellbeing Of The Plm And Of Its Students And Personnel Shall Be The Utmost Consideration In The Performance Of The Said Services. The Concessionaire’s Obligations To The Food Hub Operator And Plm Shall Include, But Need Not Be Limited To, The Following: 1. Securing All Applicable Licenses And Business Permits As May Be Required By Government Agencies And/or The Local Government Unit In The Operation And Management Of The Concession. Said Licenses And Permits Should Be Posted In The Space Occupied. 2. Use The Premises And Facilities Of The Concession Exclusively For The Purposes Provided Under Its Concession Agreement With The Food Hub Operator. Transfer Or Assignment Of The Concession Agreement And/or Any Space/facilities Of The Concession To Other Parties As Well As Use For Catering Services For Outside Clients Are Not Allowed. 3. Post Its Menu For The Day, Including The Price Of Each Food In Conspicuous Places Inside The Canteen. 4. Conduct A General And Thorough Cleaning Of The Premises And Equipment At Least Once A Week. 5. Maintain Utmost Cleanliness And Proper Hygiene In The Preparation, Handling And Serving Of Food, And Ensure That The Quality Of All The Foods Served/sold, Either Raw Or Processed, Complies With Prescribed Sanitation Standards. 6. Maintain The Cleanliness And Sanitation Of The Plm Canteen Facilities And Equipment. 7. Exercise Utmost Diligence In The Stewardship Of The Concession Premises, Equipment, And Facilities By Turning Off/unplugging All Electrical Appliances And Lights At The End Of Each Operation Hours. 8. Provide Canteen Customers With An Adequate And Free Supply Of Potable Water With Dispenser And Ensure That The Water Dispensers Are Regularly Cleaned And Maintained. 9. Defray The Cost Of Water And Electric Utilities, As Billed By Plm And/or Food Hub Operator. 10. Practice Proper Waste Management, Including Segregation Of Biodegradable And Non- Biodegradable Waste And Disposal Of Garbage, Including Observing And Complying With The Plm’s “single-use Plastic-free” Policy (pao No. 9, Series Of 2020). 11. Provide Canteen Manpower Complement And Ensure That Personnel Wear Appropriate Attire With Mouth Guard And Hand Gloves At All Times. Concessionaire’s Staff 1. Concessionaire’s Staff Must Have At Least Six (6) Months Of Relevant Training And/or Work Experience. 2. Valid Health Clearances Must Be Presented. All Concessionaire Staff Must Be Fully Vaccinated From Covid-19 And Other Applicable Health Vaccines. 3. All Concessionaire Staff Are Expected To Be Courteous To All Plm Personnel, Students And Guests At All Times. 4. All Concessionaire Staff Must Wear Identification Cards To Be Issued By Plm. 5. During Operating Hours, All Concessionaire Staff Must Wear Official Uniform To Be Provided By The Concessionaire Or Food Hub Operator, Use Food Mouth Mask Or Spit Guard, Face Mask, Hairnet, Plastic Hand Gloves, Apron And Appropriate Footwear (closed Shoes) While At The Premises Of The Concession. Obligations Of The Plm The Plm, At Its Own Expense, Shall: 1. Provide A Total Of One Hundred Sixty (160) Square Meter Space For The Concession With The Following Amenities: A. Wash Area/water Supply B. Kitchen/preparation Area/pantry C. Electricity Supply 2. Undertake All Needed Major Plumbing, Electrical And Carpentry Repairs. 3. Set Reasonable Price Ceilings For Meals And Drinks To Be Served By The Concessionaire. Upon Request Of The Food Hub Operator/concessionaire, The Rgo Shall Evaluate Requests For Meal Price Adjustments Based On Price Increases Of Commodities And Give Its Recommendation To The Vice-president For Administration (vpa) And The Vice-president For Finance (vpf) For Approval. 4. Have The Right At Any Time To Require Replacement Of Deployed Concessionaire Staff Found To Have Committed Infractions Against, Or May Pose A Danger To, The Plm, Any Plm Property, Or Plm Personnel Or Students. 5. Conduct Regular Monitoring On The Operation And Services Provided By The Concessionaire. The Rgo Shall Have Complete Access To The Concession Facilities And Premises At Any Given Time. 6. Conduct Client Satisfaction Evaluation Once Every Semester. The Concessionaire Must Have A Rating Of At Least Satisfactory. A Rating Lower Than Satisfactory Obtained In Two (2) Survey Periods Shall Be A Ground For The Termination And Replacement Of The Concessionaire By The Food Hub Operator After Giving At Least 30 (30) Days Prior Notice. The Concessionaire Shall Be Evaluated Using The Following Criteria: A. Service (25) Points A.1 Cleanliness And Orderliness (10 Points) – Neatness And Sanitation Of The Concessionaire’s Designated Part Of The Canteen, As Well As The Systematic Arrangement And Organized Services Of Its Staff. A.2 Courtesy Of Staff (5 Points) – Politeness And Respectful Behavior Of The Concessionaire’s Employees A.3 Hygiene (5 Points) – Physical Grooming And Cleanliness Of The Canteen Staff, Especially The Cook And The Food Servers. A.4 Food Handling (5 Points) – Measures Taken By The Canteen Staff To Ensure Safe Handling Of Food And Prevent Food-borne Diseases. B. Food Taste (50 Points) – Palatability And Savor Of The Dishes B.1 Quality (20 Points) – Freshness Of The Ingredients, Appearance, Texture And Flavor Application Of Right Cooking Time And Temperature, I.e., Neither Overdone Nor Underdone. B.2 Quantity (20 Points) – Sufficiency In Serving, Which Should Be Within The Minimum Weight Specified For The Meals. B.3 Variety (10 Points) – Ability To Serve Assorted Meals For The Two-week Menu Cycle C. Price (25 Points) C.1 Price Reasonability (25 Points) – Compliance With Price Ceilings Of Meals Agreed Upon In The Contract Or Price Increase Duly Approved By Plm. C.2 Variety (10 Points) – Ability To Serve Assorted Meals For The Two-week Menu Cycle C.3 Variety (10 Points) – Ability To Serve Assorted Meals For The Two-week Menu Cycle D. Price (25 Points) D.1 Price Reasonability (25 Points) – Compliance With Price Ceilings Of Meals Agreed Upon In The Contract Or Price Increase Duly Approved By Plm. D.2 Adjectival Ratings Based On Points Obtained Shall Be As Follows: Points Adjectival Rating 100 Outstanding 95-99 Very Good 90-94 Good 80-89 Satisfactory Below 80 Unsatisfactory D.3 Variety (10 Points) – Ability To Serve Assorted Meals For The Two-week Menu Cycle E. Price (25 Points) E.1 Price Reasonability (25 Points) – Compliance With Price Ceilings Of Meals Agreed Upon In The Contract Or Price Increase Duly Approved By Plm. Adjectival Ratings Based On Points Obtained Shall Be As Follows: Points Adjectival Rating 100 Outstanding 95-99 Very Good 90-94 Good 80-89 Satisfactory Below 80 Unsatisfactory Cash Deposit Upon The Signing Of The Concession Agreement, The Food Hub Operator Shall Provide Plm A Cash Deposit In The Amount Of Php 360,000.00 To Be Replenished Every Two (2) Months From Notice. Said Cash Deposit Shall Defray Payment Of Any Unpaid Utility Bills, Damages To The Concession Or Surrounding Premises And Equipment And/or Any Other Damages They May Result From The Negligence Or Willful Violation Of The Provisions Of The Concession Agreement, Without Prejudice To Any Other Actions That The Plm May Take Against The Food Hub Operator For Said Damages . Upon Termination Of The Concession Agreement And Issuance Of A Certificate Of Satisfactory Completion By The Plm, The Balance Of The Cash Deposit Shall Be Returned To The Food Hub. Other Conditions The Following Conditions Shall Be Strictly Enforced And Shall Form Part Of The Concession Agreement: 1. The Plm Shall At All Times Retain Complete Control Over The Plm Canteen And May Make Necessary Changes, Alterations And Improvements Therein, With Prior Notice To The Concessionaire Affected, If Necessary. 2. The Food Hub Operator And/or Concessionaire Shall Not Install Any Permanent And/or Wall-mounted Cabinets And Fixtures Within The Plm Canteen Premises, Or Make Alterations On Fixtures, Except Upon Prior Written Permission From The Plm, Through The Physical Facilities Management Office (pfmo). Any Costs Incurred In Connection With Such Authorized Installation And Alterations Shall Be At The Expense Of The Food Hub Operator/concessionaire. 3. The Food Hub Operation Shall Ensure That The Concessionaires Observe The Following: For All Take-out Orders, The Concessionaire Shall Use Recyclable Or Biodegradable Bags And Containers. The Concessionaire Shall Not Sell Or Allow The Consumption Of Alcoholic Drinks And Tobacco Products Within The Plm Canteen. 4. If The Plm Canteen Or Any Equipment, Furniture, Fixture Or Appliance Therein Owned By The Plm, But Provided For The Use Of The Concessionaire, Is Damaged By Fire, Explosion, Flooding Or Other Causes Due To The Fault Of Negligence Of The Concessionaire Or Any Of Its Staff, The Same Shall Be Repaired By The Food Hub Operator And/or Concessionaire At Its Own Cost And Expense. If The Concessionaire Is Not Able To Immediately Repair Said Damage To The Detriment Of The Operations Of The Plm, The Plm May Undertake The Repair, Subject To Reimbursement Of Costs By The Food Hub Operator And/or Concessionaire. 6. Upon Termination Of The Concession Agreement, The Food Hub Operator And/or Concessionaire Shall Turn Over All Plm-owned Equipment, Furniture, Fixtures And Appliances To The Plm In The Same State And Condition They Were Received By The Concessionaire, Allowing For Deterioration Due To Ordinary Wear And Tear. 7. Any Injury Arising From The Consumption Of Food, Condiments Or Drinks Served Or Sold By The Concessionaire At The Concession Or During Any Event Where The Concessionaire Is Called To Cater, Or From The Operation By The Concessionaire Of Its Designated Portion Of The Plm Canteen, Or From Any Act Done By Its Concessionaire Staff Within The Plm Premises, Shall Be The Sole Liability Of The Food Hub Operator/concessionaire Concerned. In No Case Shall The Plm Be Jointly Or Severally Liable In Such Cases. 8. Any Claim Of Employees, Agents, Workers Or Representatives Of The Concessionaire For Wages, Salaries, Employee Benefits Or Other Claims In Accordance With Labor Laws And Regulations Shall Be For The Exclusive Account Of The Food Hub Operator And/or Concessionaire. 9. In Case Of Court Cases Arising From Any Provision Of The Concession Agreement, The Parties Agree That The Venue For The Litigation Shall Be In Manila, To The Exclusion Of All Other Venues. Reservation Clause The Plm Reserves The Right To Review The Food Hub Operator’s Qualifications At Any Stage Should It Have Reasonable Ground To Believe That Any Material Misrepresentation Has Been Made Or If There Has Been A Change In The Food Hub Operator’s Capability To Undertake The Operation Of The Concession. The Plm May Terminate The Concession Agreement If The Plm Finds Any Such Misrepresentation Or That The Food Hub Operator Is Unable To Continue The Operation Of The Concession. Special Conditions The Food Hub Operator Should Take Into Consideration The Following: A. Rice Meal Concessionaires 1. Offer Breakfast Meals From 6:00 Am To 9:00 Am; Lunch Meals From 11:30 Am To 1:00 Pm And Dinner Meals From 5:00 Pm To 7:00 Pm. 2. Offer Meals Within The Affordability Of Employees And Students, With Prices Typically Ranging From Php 60.00 To Php 120.00. 3. Breakfast Meals Shall Consist Of The Following: A. One (1) Cup Of Rice/fried Rice B. One (1) Main Dish 4. Lunch/dinner Meals Shall Consist Of The Following: A. One (1) Cup Of Rice B. One (1) Main Dish C. Free Soup (if Applicable) 5. At Least Three Meal Choices Shall Be Provided And Should Include Options For Vegetarian Consumers. 6. An Option For Ala Carte Order For Main Dishes Should Also Be Available With A Maximum Price Of Php 50.00 For Meat And Fish Based Main Dishes And Php 40.00 For Vegetable-based Meals. 7. Cooking Shall Be Allowed On The Canteen Premises Using Electricity) Only. Food Preparation Must Be Done Beforehand, And Food Must Be Ready Fifteen (15) Minutes Before The Set Time. B. Drinks Concessionaires 1. Offer Drinks, Hot And Cold, For The Duration Of Canteen Operation Hours From 6:00 Am To 7:00 Pm. 2. Offer Drink Within The Affordability Of Employees And Students, With Prices Typically Ranging From Php 20.00 To Php 120.00. 3. Canned Fruit Juices And Canned Soft Drinks Must Also Adhere To The Above-mentioned Price Points. 4. Only Fruit Juices, Coffee, Hot Chocolate, Soft Drinks, Bottled Water And The Likes Shall Be Allowed. Selling Of Alcoholic Drinks Is Strictly Not Allowed. C. Snacks, Sandwiches And Others 1. Offer Meals For The Duration Of Canteen Operation Hours From 6:00 Am To 7:00 Pm. 2. Snacks And Other Food Groups Must Offer A Menu That Can Substitute Breakfast, Lunch And Dinner Meals For Employees And Students Who May Prefer Light Meals. 3. Offer Meals Within The Affordability Of Employees And Students, With Prices Typically Ranging From Php 50.00 To Php 100.00. 4. At Least Three Meal Choices Shall Be Provided And Should Include Options For Vegetarian Consumers.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

United States
Closing Date1 Oct 2024
Tender AmountRefer Documents 
Details: Notice Of Intent To Sole Source: iaw Far 5.101 This Notice Is To Advise The Public That The Department Of Veterans Affairs, Regional Procurement Office East (rpoe), Network Contracting Office 4, Intends To Award A Sole Source, Firm-fixed-price Contract Pursuant To Far 13.106.1(b)(2) To Varian Medical Systems Inc. Located At 3100 Hansen Way, Palo Alto, Ca, 94304, For A Base Year With Four (4) Option Years, Exercisable At The Government S Discretion. The Philadelphia Va Medical Center (vamc) Requires Preventative Maintenance And Service Of Varian Linear Accelerator And Aria And Eclipse Software To Maintain Operability And Safety Of Government Owned Equipment. this Notice Of Intent Is Not A Request For Competitive Proposals Or Quotations. responsible Sources That Believe They Can Meet The Requirements May Give Written Notification By Submitting Capability Information That Clearly Demonstrates The Capability To Perform The Required Work And Applicable Certifications/licenses For The Hardware/software. Capability Information Is Required Prior To The Response Due Date And Time, To Establish The Ability Of The Source To Meet This Requirement. Supporting Evidence Must Be Furnished In Sufficient Detail To Demonstrate The Ability To Perform The Requirements And Must Include Relevant Corporate Experience Along With The Applicable Contract Number, Total Contract Dollar Amount, Contract Period Of Performance, Details Of The Relevant Services And Customer Point Of Contact With Corresponding Telephone Number And Email Address. responses Must Include Following Information: 1. Company Name 2. Sam Number 3. Company S Address 4. Point Of Contact Information (title, Phone Number And Email Address) 5. Business Size. 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. information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. The Government Will Not Be Responsible For Any Costs Associated With The Preparation Of Responses To This Notification. responses Are Due By 12:00pm Et, Tuesday, October 1, 2024. No Submissions Will Be Accepted After This Date And Time. Responses Shall Be Submitted Via Email To Jefferson.mann@va.gov. Telephone Inquiries Will Not Be Accepted. the Naics Code For This Acquisition Is 811210 And The Size Standard Is $34 Million. statement Of Work (sow) a. General Guidance title: Service And Maintenance Contract For Government-owned Varian Linear Accelerator Trilogy Tx (ee#75973, Sn5271) And Varian Aria And Eclipse Treatment Planning Software At Corporal Michael J. Crescenz Va Medical Center (cmcvamc) In Philadelphia, Pa. scope Of Work: The Contractor Shall Provide A Service Package For The Government-owned Varian Linear Accelerator And Varian Aria And Eclipse Software Per The Requirements Stated Herein. The Facility Is Located At: philadelphia Va Medical Center (vamc) 3900 Woodland Ave philadelphia, Pa 19104 background: This Contract Is Issued To Ensure The Continuous Reliability Of The Varian Linear Accelerator And Aria And Eclipse Software In This Statement Of Work (sow). The Equipment Requires Annual Preventive Maintenance And Manufacturer-recommended Operational And Safety Improvements To Uphold Availability And Efficacy Of The System. This Equipment Is Critical For Continuous Operations Of The Laboratory At Va Philadelphia. The Reliable And Accurate Operation Of The System At All Times Is Considered Critical To The Health Of Patients. performance Period: The Period Of Performance (pop) Is The Duration Of The Service Agreement For The Base Year, Plus Four Option Years. type Of Contract: Firm-fixed-price. b. General Requirements this Agreement Includes Software And Equipment Support For The Continuous Reliability Of The Varian Linear Accelerator System And Associated Planning Software. the Following System Is To Be Serviced In Accordance With The Specifications, Terms, And Conditions Of The Manufacturer And Requirements Stated In This Contract. trilogy Tx (ee#75973, Sn5271, Vendor Id H295271) service And Support To Be Provided: varian Maintenance Agreement clinac-trilogy - Essentials For H295271 aria Radiation Oncology Software Essentials tps Eclipse Software Essentials uptime Performance Guarantee 97% all Parts, Labor, Travel, Shipping & Handling Necessary For Support annual Periodic Maintenance Inspection S (pmi) In Accordance With Varian Specifications maintenance Releases/service Packs And Associated Training software Upgrade & Associated Training help Desk Support remote Access For Diagnostics And Support comprehensive Firmware Coverage coverage For Selected Tx Room Components cctv Monitors And Cameras lasers For Patient Positioning intercom System in- Room Monitors mandatory Upgrades Coverage on-site Emergency Labor hours Of Coverage: Standard Hours Are From 8 A.m. To 5 P.m. Monday Friday. Non-standard Hours Are Saturdays, Sundays, Varian Holidays (u.s.) And Weekdays From 5 P.m. To 8 A.m. (following Day). varian Holidays: new Year S Day presidents Day good Friday memorial Day independence Day labor Day thanksgiving Day day After Thanksgiving christmas Holiday 1 christmas Holiday 2 Extended Hours Are From 5 P.m. To 9 P.m. Monday - Friday, Not Including Varian Holidays (u.s.) varian Holidays: new Year S Day presidents Day good Friday memorial Day independence Day labor Day thanksgiving Day day After Thanksgiving christmas Holiday 1 christmas Holiday 2 services Shall Be Performed During Standard And Extended Hours Of Coverage Unless One Of The Following Conditions Exists: the Contractor Wishes To Furnish Services At A Time That Is Outside Of The Normal Hours Of Coverage, At No Additional Cost To The Government, The Contractor Submits A Request To Biomed Engineering Prior To The Proposed Start Of The Work, And The Request Is Approved In Writing Before Work Is Begun. the Technical Point Of Contact In Biomed Engineering Directs That The Services Be Furnished At A Time That Is Outside The Normal Hours Of Coverage And The Additional Cost Is Recommended Authorized By The Co. work Performed Outside The Standard And Extended Hours Of Coverage Must Be Preapproved By The Co. The Contractor Will Provide A Written Estimate Of The Charges Prior To Approval Of The Work. work Performed Outside The Standard And Extended Hours Of Coverage At The Request Of The Field Service Engineer (fse)/contractor Shall Be Considered Service Performed During Normal Hours Of Coverage. there Will Be No Additional Charge For Time Spent Waiting At The Site During Or After The Normal Hours Of Coverage For Delivery Of Parts. federal Holidays Observed By The Va Medical Center: new Year S Day, martin Luther King, Jr. Day, president S Day (washington S Birthday), memorial Day, juneteenth National Independence Day, independence Day, labor Day, columbus Day, veterans Day, thanksgiving Day, christmas Day, and Any Other Day Specifically Designated By The President Of The United States. customer Notification: contractor Shall Notify Biomedical Engineering When They Arrive On Site. Contractor Will Schedule All Services With Biomedical Engineering. when The Service(s) Is/are Completed, The Fse Shall Document The Services Rendered On A Legible Engineering Service Report(s) Per Section E. the Fse Shall Be Required To Check Out With The Biomedical Engineering Department And Submit The Esr(s). All Esrs Shall Be Submitted To The Equipment User For An "acceptance Signature" And To Biomed For An "authorization Signature." If A Biomedical Engineering Signature Is Not Available, A Fse Signed Accepted Copy Of The Esr Will Be Sent To The Point Of Contact In Biomedical Engineering Within Five Business Days Of Work Completion. failure To Comply, Either In Whole Or In Part, With Either The Notification Or Esr Requirements Will Be Deemed Significant Non-compliance With The Contract And May Cause For Negative Contractor Performance In The Contractor Performance Assessment Reporting System (cpars). c. Definitions/acronyms: biomedical Engineering - Supervisor Or Designee. co - Contracting Officer. poc - Program Office Point Of Contact. pm - Preventive Maintenance Inspection. Services Which Are Periodic In Nature And Are Required To Maintain The Equipment In Such Condition That It May Be Operated In Accordance With Its Intended Design And Functional Capacity With Minimal Incidence Of Malfunction Or Operative Conditions. Service Shall Consist Of Calibration And Testing In Accordance With The Manufacturer S Latest Established Service Procedures To Ensure Operation Of Equipment Within Manufacturer S Or Va S Performance Specifications, Whichever Is The Most Rigorous. Pm Includes Cleaning, Inspecting Lubricating And Testing All Equipment. All Equipment Shall Be Operated At Least One Complete Operating Cycle At The End Of Each Pm. fse - Field Service Engineer. A Person Who Is Authorized By The Contractor To Perform Maintenance (corrective And/or Preventive) Services On The Va Medical Center Premises. esr - Engineering Service Report. A Documentation Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract. acceptance Signature - Vaphi Employee Who Indicates Fse Demonstrated Service Conclusion/status And User Has Accepted Work As Complete/pending As Stated In Esr. authorization Signature - Poc's Signature; Indicates Poc Accepts Work Status As Stated In Esr. nfpa - National Fire Protection Association. cdrh - Center For Devices And Radiological Health. vaphi - Department Of Veterans Affairs Philadelphia Medical Center. oem - Original Equipment Manufacturer ceu Continuing Education Credit d. Conformance Standards: contractor Shall Provide Services And Material To Ensure That The Equipment Functions In Conformance With The Latest Requirements Of Nfpa-99, Tjc, Nec, Osha, Hipaa, Federal And Va Security Specifications And Requirements As Applicable. The Equipment Shall Be Maintained Such That It Meets Or Exceeds The Performance Specifications As Established In The Oem S Technical Specifications. Additional Performance Specifications That Exceed The Oem Specifications Shall Be Specified In Writing By The Va. e. Documentation/reports: the Documentation Will Include Equipment Down Time And Detailed Descriptions Of The Scheduled And Unscheduled Maintenance Procedures Performed, Including Replaced Parts And Prices (for Outside Normal Working Hour Services) Required To Maintain The Equipment In Accordance With Conformance Standards. Such Documentation Shall Meet The Guidelines As Set Forth In The Conformance Standards. Esr S Must Also Be Emailed To Vhaphibiomedicalservicereports@va.gov, With The Vendor Name And Contract Obligation Number Listed In The Subject Line. In Addition, Each Esr Must At A Minimum Document The Following Data Legibly And In Complete Detail: name Of Contractor name Of Fse Who Performed Services. contractor Service Esr Number/log Number. date, Time (starting And Ending), Hours-on-site For Service Call. va Purchase Obligation (po) Number Covering The Call, If Outside Normal Working Hours. description Of Problem Reported By Poc/user. identification Of Equipment To Be Serviced To Include The Following: Equipment Id # Or Ee# From The Bar-code, Manufacturer's Name, Device Name, Model#, Serial #, And Any Other Manufacturer's Identification Numbers. itemized Description Of Service(s) Performed (including Costs Associated With After Normal Working Hour Services), Including: Labor And Travel, Parts (with Part Numbers) And Materials And Circuit Location Of Problem/corrective Action. total Price To Be Billed. signatures From The Following: fse Performing Services Described. va Employee Who Witnessed Service Described. equipment Downtime Calculated In Accordance With Conformance Standards. note: Any Additional Charges Claimed Must Be Approved By The Co Before Service Is Started. f. Schedule For Deliverables draft Copies Of Deliverables Shall Be Provided To Biomedical Engineering Staff Before The Contractor Leaves The Facility At Each Visit. If A Final Copy Can Be Provided At That Time, Then A Draft Copy Is Not Necessary. Final Copies Must Be Provided To Biomedical Engineering Within 5 Business Days Of The Time Of Each Deliverable. g. Changes To Statement Of Work any Changes To This Sow Shall Be Authorized And Approved Only Through Written Modification Of The Contract By The Co. A Copy Of Each Change Will Be Kept In A Project Folder Along With All Other Products Of The Project. Costs Incurred By The Contractor Through The Actions Of Parties Other Than The Co Shall Be Borne By The Contractor. h. Condition Of Equipment: the Contractor Accepts Responsibility For The Equipment Described In This Scope Of Work, In "as Is" Condition. Failure To Inspect The Equipment Prior To Contract Award Will Not Relieve The Contractor From Performance Of The Requirements Of This Contract. i. Contractor Experience Requirements each Respondent Must Be An Authorized Provider Of Service And Support From The Original Equipment Manufacturer. contractor Personnel Coming On-site Must Provide A Copy Of: tuberculosis (tb) Vaccination Documentation, flu Vaccination Documentation, And copy Of Hipaa Compliance Training Certificate. j. Compliance With Osha Bloodborne Pathogens Standard: the Contractor Shall Comply With The Federal Osha Bloodborne Pathogens Standard. The Contractor Shall: have Methods By Which All Employees Are Educated As To Risks Associated With Bloodborne Pathogens. have Policies And Procedures That Reduce The Risk Of Employee Exposure To Bloodborne Pathogens. have Mechanisms For Employee Counseling And Treatment Following Exposure To Bloodborne Pathogens. provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, Mouthpieces For The Employee During Performance Of The Contract. k. Influenza Prevention Program: vha Directive 1192 Requires All Health Care Personnel (hcp) To Participate In The Seasonal Influenza Prevention Program And Outlines The Key Implementation Steps. Healthcare Personnel Is Defined In Vha Directive 1192 As All Va Licensed And Unlicensed, Clinical And Administrative, Paid And Unpaid, Full- And Part-time Employees, Intermittent Employees, Fee Basis Employees, Va Contractors, Students, Researchers, Volunteers, And Trainees Who Work In Vha Locations. Hcp Covered By The Policy Are Expected To Receive Annual Influenza Vaccination. Those Hcp Unable Or Unwilling To Be Vaccinated Are Required To Wear A Face Mask Throughout The Influenza Season. Masks Are Available At Entrances Throughout The Medical Center. it Is The Responsibility Of The Contractor To Ensure That All Contract Staff Is Compliant With The Requirements Outlined In Vha Directive 1192. The Contractor Shall Maintain The Following Documentation: documentation Of Vaccination, E.g., Signed Record Of Immunization From A Healthcare Provider Or Pharmacy, Or A Copy Of Medical Records Documenting The Vaccination. completed Healthcare Personnel Influenza Vaccination Form (attachment B Of Vha Directive 1192) If Unwilling Or Unable To Receive The Vaccine. the Contractor Is Required To Submit Annual Certification To The Program Office S Point Of Contact (poc) Or Designee That All Contract Staff Performing Services At Va Facilities Are In Compliance With The Vha Directive 1192. l. Covid-19: upon Entering The Vamc, Per Cdc And Federal Regulations, All Personnel Must Wear The Required Ppe While On-site; At A Minimum This Includes A Cloth Mask. Ppe Will Not Be Provided By The Government. all Individuals Are Required To Enter Through The Main Entrance For Screening. If Contractor Does Not Pass Screening Per Most Recent Guidelines, They Will Be Asked To Leave. In The Event Of An Fse Being Forced To Vacate The Premises, They Shall Notify The Necessary Biomedical Engineering Staff And Provide A Contact For A Replacement. effective August 13, 2021, Recertified Vha Directive 1193 Requires All Contractors To Have Received A Complete Covid-19 Vaccine Series (unless Exempt From Vaccination For Medical Or Religious Reasons) When Entering The Medical Center. m. Confidentiality And Nondisclosure: it Is Agreed That: the Preliminary And Final Deliverables, And All Associated Working Papers, Application Source Code, And Other Material Deemed Relevant By Va Which Have Been Generated By The Contractor In The Performance Of This Task Order, Are The Exclusive Property Of The U.s. Government And Shall Be Submitted To The Co At The Conclusion Of The Task Order. the Co Will Be The Sole Authorized Official To Release, Verbally Or In Writing, Any Data, Draft Deliverables, Final Deliverables, Or Any Other Written Or Printed Materials Pertaining To This Task Order. No Information Shall Be Released By The Contractor. Any Request For Information Relating To This Task Order, Presented To The Contractor, Shall Be Submitted To The Co For Response. press Releases, Marketing Material, Or Any Other Printed Or Electronic Documentation Related To This Project, Shall Not Be Publicized Without The Written Approval Of The Co. n. Identification, Parking, Smoking, Cellular Phone Use And Va Regulations: the Contractor's Fse Shall Wear Visible Identification At All Times While On The Premises Of Vaphi. Identification Shall Include, As A Minimum, The Employee S Name, Position, And The Contractor S Trade Name. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police-security Service. Vaphi Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. smoking Is Prohibited Inside Any Buildings And On Premise At Vaphi. This Covers All Smoking And Tobacco Products, Including But Not Limited To: cigarettes cigars pipes any Other Combustion Of Tobacco electronic Nicotine Delivery Systems (ends), Including But Not Limited To Electronic Or E-cigarettes, Vape Pens, Or E-cigars. chewing Tobacco cellular Phones And Two-way Radios Are Not To Be Used Within Six Feet Of Any Medical Equipment. possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In A Citation Answerable In The United States (federal) District Court, Not A Local District State, Or Municipal Court. o. Contractor Personnel Security Requirements contractor Must Follow National Mou/isa In Place For Access To The Va Network. contractor Owned Computer Equipment Including Laptops Are Not Permitted To Be Connected To The Va Network Without Concurrence From Cmcvamc Biomedical Engineering. all Removable Storage Devices Used In Medical Equipment (usb Drives, Cds, Dvds, Etc.) Must Be Scanned By Biomed Before Use. contractors Shall Not Remove From The Facility Any Equipment Containing Patient Information And Shall Not Disclose Any Patient Information. the Following Language From Va Handbook 6500.6 Is Required In This Contract: appendix B: To Be Provided appendix C: To Be Provided all Contractors Must Receive Privacy Training Annually Using One Of The Following Methods: complete Va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or Use To Va Sensitive Information Training By Using Va S Tms System (https://www.tms.va.gov/). Contractors May Use The Tms Managed Self Enrollment Method To Complete The Training In Tms. The Cor Or Designee Must Ensure That All Contractors Are Validated In The Pih Domain. complete The Hard Copy Version Of Va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or Use To Va Sensitive Information . Signed Training Documents Must Be Submitted To The Cor Or Designee. contractors May Not Leave Tools And Equipment Unattended. biomedical Engineering Staff Must Be Made Aware Of Any Work Performed Within Information Technology Communication Closets. all Contractors And Contractor Representatives Must Follow Any Business Associate Agreement (baa) Their Company Has Established With The Vamc. contractor May Not Remove Any Equipment Containing Patient Data From The Premises. Biomedical Engineering Must Remove And Sanitize Hard Drives Containing Phi/pii.

Pa Stwowe Gospodarstwo Le Ne Lasy Pa Stwowe Nadle Nictwo Ostro Ka Tender

Poland
Closing Date6 Oct 2024
Tender AmountRefer Documents 
Details: The Subject Of The Order Are Forest Management Services As Specified In Art. 6 Section 1 Pt. 1 Of The Act Of 28 September 1991 On Forests (consolidated Text: Journal Of Laws Of 2023, Item 1605, As Amended - "forest Act"), Covering Works In The Field Of Breeding, Forest Protection And Fire Protection , Harvesting And Skidding Of Wood And The Maintenance Of Facilities (tourist Roads, Forest Roads, Vehicle Parking Places) To Be Carried Out In The Ostrołęka Forest District In 2024. The Ordering Party Envisages The Possibility Of Awarding Orders Referred To In Art. 214 Section. 1 Point 7) Of The Public Procurement Law, Within A Period Of 3 Years From The Date Of Awarding The Basic Order. The Material Scope Of The Services Constituting The Subject Of The Orders Referred To In The Previous Sentence Will Not Exceed 50% Of The Value Of This Order. The Procurement Is Related To A Project And/or Program Financed By European Union Funds: No
6091-6100 of 6192 active Tenders