Food Tenders
Food Tenders
BARANGAY BAAN KM 3, BUTUAN CITY Tender
Food Products
Corrigendum : Closing Date Modified
Philippines
Description: Gasa Para Sa Pasko , Food Stuff ,barangay Baan Km.3, Butuan City
Closing Soon3 Feb 2025
Tender AmountPHP 234.9 K (USD 4 K)
Mestys Sp Lov Tender
Others
Corrigendum : Closing Date Modified
Czech Republic
Details: The Subject of the Public Contract is the Construction of the "Reconstruction of the Unused Building No. 61 in the Center of the Municipality of Spálova". The Subject of the Construction Works is the Reconstruction of the Unused Building No. 61, Which Will House a Central Kitchen for Elementary and Kindergarten Schools, Food Delivery in the Municipality and Adjacent Municipalities, a Municipal Office, a Maintenance Workshop and Facilities for Workers, Refreshments with Preparation, Hygienic Facilities for the Public and a Community Room. The Maximum Proposed Capacity of the Kitchen Is 500 Meals Daily. The Kitchen Operation Will Be Located on Two Floors, the 1st Pp and the 1st Np, Which Will Be Connected by an Operating Elevator. The 1st pp Will House Storage, Rough Preparation, Raw Material Reception and Food Export. The 1st floor will house the cooking room, preparation rooms and food dispatch. The facilities for workers will be located on both floors. The kitchen operation will form a closed unit. The 1st floor will also house the maintenance workshop and facilities for workers. This operation will also form a separate part. The 1st floor will also house a refreshment room with preparation, sanitary facilities for the public and a social room with the possibility of using it as a classroom or lecture room with a capacity of up to 30 people. The 2nd floor will house the administrative part (municipal office), a clubhouse for use by leisure organizations and a separate office space. The use of gable roofs without hipped roofs, which will be supplemented by dormers with a flat roof, will be newly proposed. The second floor (attic) will be partially set back. The facades will be made of plaster in light tones. The roof covering will be made of folded sheet metal in dark gray. As part of the reconstruction of the building, external modifications will also be carried out, consisting, among other things, of the construction of paved areas, water connections, rainwater drainage, high-voltage connections and a transformer station. The subject of the construction work is also the construction of a photovoltaic power plant (PVPP) on the roof of the building. The subject of the construction work is also the execution of all other works specified in detail in the project documentation. In addition to the execution of construction work, the subject of the public contract is also the preparation of documentation of the actual construction and geodetic survey of the construction. Further details on the subject of the public contract are provided in Article 1 of the Tender Documentation.
Closing Date17 Feb 2025
Tender AmountCZK 65.3 Million (USD 2.7 Million)
DEPT OF THE ARMY USA Tender
Food Products
Corrigendum : Closing Date Modified
United States
Details: U.s. Army Contracting Division, Natick Contracting Division, Request For Pre-proposal (rfpp) Also Known As A “concept Paper.”
area Of Interest: Soldier Sustainment Directorate, Combat Feeding Division. Development Of Integrated Scalable Technology For Production At The Pon Fornutritionally Tailoredrations In Military Operating Environments.
objective: The U.s. Army Contracting Command, Natick, Invites Preproposals Under Botaa 22-01 Per 10 U.s.c. 4022 To Develop Automated Biomanufacturing Technology For Nutritionally Tailored Rations At The Pon In Operational Environments. This Rfpp Follows The Sources Sought Announcement (w911qy-24-biomfg) On Sam.gov And Outlines Guidelines From The Devcom Sc Botaa 22-01. Submissions Are Non-binding, And The Government Will Not Cover Submission Cost.
the U.s. Army Combat Capabilities Development Command Soldier Center (devcom Sc), Located In Natick, Massachusetts, Is Seeking Proposals On The Capabilities And Willingness Of Non-traditional Defense Contractors, Or Contractors Meeting One Of The Exceptions To A Non-traditional Defense Contractor As Identified In The Aforementioned Botaa. The Intent Of This Project Is To Design, Fabricate And Assemble An Automated Prototype For The Biosynthetic Production Of Foodstuffs At The Pon In Military Operating Environments With Minimum Resources.
background: The Government (devcom Soldier Center) Is Seeking A Biotechnology Integrator To Design, Fabricate And Integrate Pon Food Biomanufacturing Technology Scaled For Mobile Application And Targeted For Use In Contested Military Operating Environments Where Resources, Manpower And Space Are Limited. An Industry Day Is Planned To Be Hosted On Ms Teams And A Meeting Invitation Will Be Sent To Respondents Requesting To Participate, Dates To Be Published In The Subject Announcement On Sam.gov.
project Overview: The Effort Will Be Initiated With Incremental Funding To Support The Design And Review Of The Proposed Base Fermentation Process. The Design Shall Be Configured To Rapidly Produce Nutritional Biomass. It Is Desired That The Proposed Process Be Configured To Support Future Integration And Process Optimization To Ultimately Produce High Quality Protein, Fat, Carbohydrate, Fiber And Other Vitamins And Minerals That Provide Complete Nutrition. It Is Further Desired That The Proposed Design Fosters Technology Advancement Process Optimization To Achieve The Threshold/objective Parameters Outlined In The Biosynthetic Nutrition Performance Metrics Chart. Following Approval And Availability Of Funds, The Base Process Will Be Fabricated And Integrated Within A Target Demonstrational Platform. While The Offeror Is Encouraged To Propose A Suitable Platform Upon Which The Process Will Be Configured, A Military Asset/platform May Be Provided By The Government To Support The Effort. Incremental Advancement Of The Biosynthetic Process Efficiency And Process Automation Is Also Desired. The Scope Of The Effort Will Be Focused On Development Of A Modular, Mobile Demonstrational Capability To Produce Nutritional Products (e.g. Shake, Pudding, Bar And/or Jerky) At The Pon. The Project Will Initiate With Review And Approval Of A Base Design For A Modular, Scalable Fermentation Process That Provides Accelerated Production Of A Nutritional Biomass Product And Allows For Follow-on Development And Technology Insertion Of Pre- And Post-processing Capabilities. The Ultimate Goal Of This Biosynthetic Process Is To Efficiently Utilize In-place Resources (air, Water, Minerals) For Microbial Fermentation, Prioritizing Generally Recognized As Safe (gras) Bacteria, Yeast, Or Microalgae. The System Will Emphasize Food Safety, Flexibility, And Automation Of Nutritional Biomass Production In Military Operating Environments With Limited Supplies.
project Requirements:
1. Pre-processing Technologies: Integrate Feedstocks From Ubiquitous Resources (e.g., Carbon And Nitrogen Compounds From Gaseous Effluents To Include Fuel-fired Generator Effluent, Water And Other In-place Resources) For Microbial Metabolism. Supplemental Processes (e.g., Yeast Lysate Production) Could Enhance Cell Mass And Product Formation. Inputs Must Be Safe, Non-flammable, And Meet Drinking Water Standards.
2. Integrated Biosynthetic Process: Design An Automated, Modular Bioprocessing System For Military Nutrition Production. While A Developmental/commercial Platform May Be Proposed, A Modular, Scalable Platform Capable Of Leveraging Existing Platforms (e.g., Jltv Trailer-mounted Shelter/container, Tricon Or Other Suitable Platform) Is Preferred And Must Have A Footprint Sufficient To Include “fermentors” For Microbial Cultures, Pre-processed Feedstocks, And External Inputs. Future Integration Of Advanced Pre- And Post-processing Technologies Is Required. Process Integration On A Mobile Military Or Commercial-equivalent Platform Represents The Desired Threshold Capability, While Optimized Integration Of A Modular Process Capable Of Alternate/selectable Process Outputs, Scaled For Integration On An Expandable Military Platform Is Desired. The Fermentation Bioprocess Must Yield A Microbial Biomass Product That Can Be Further Developed Through Follow-on Optimization And Ultimately Validated To Meet Food Safety, Acceptability And Military Nutrition Standards (army Regulation Ar40-25) And Could Be Further Processed With Post-processing Technologies Into A Ready-to-eat Shake, Pudding, Bar Or Jerky Product.
3. Process Automation And Safety Control: As The Technology Is Advanced, It Is Desired That Standardized Programmable Intelligent Computer (pic) Or Equivalent Non-proprietary Programmable Logic Controller Be Utilized To Regulate Bioprocess Control With Appropriate Process Feedback From Process Monitoring Equipment (e.g., Ph, Dissolved Oxygen, Temperature Probes, And Mass Flow Controllers, Automated Switches/valves And Pressure Regulators/relief Valves). Automation Will Handle Feed Adjustments, With Manual Overrides For Troubleshooting. Upon Delivery Of Process Equipment, Operating And Safety Procedures, To Include Sops And Maintenance Procedures Required For Safe Operation, And Maintenance Shall Be Included With The Equipment.
4. Sub-assembly, Automation, Integration & Testing: Develop, Integrate, And Test Individual Components, Like Pre-/post-processing Systems, Optimizing Functionality For The Entire Biomanufacturing Process.
5. Food Safety Validation: It Is Intended That The Initial Phase Of The Development And Integration Of The Biosynthetic Processes Be Based On Precision Fermentation Utilizing Gras Microbial Culture(s) And Minimal Media Feedstock. As The Technology Is Advanced, It Is Desired That Compliance With Food Safety/haccp Standards And Undesirable Microbial/biofilm/fungal/mold Activity And Pathogen Detection Techniques Be Considered. Operational And Safety Procedures Shall Be Developed To Maintain Food Safety And Operator Safety With Consideration For Occupational Health & Safety Administration (osha) Compliance As The Technology Is Advanced.
6. Streamlined Production: Optimize Fermentation Processes For Biomass Production Efficiency While Maintaining Operational Flexibility Within A Modular, Scalable Biosynthetic Process.
7. Prototype Delivery: Deliver A Fully Functional, Biosynthetic Processing System Ready For Testing.
8. Size, Weight, And Power (swap) Optimization: Design The Prototype To Meet Size, Weight, And Power (swap) Limitations. Provide Alternatives For Unmet Requirements.
timeline: Development Timeline Is Contingent On Ota Award And Funding Availability. Notional Work Breakdown Structure (wbs) And Milestone Schedule (ms) Shall Be Submitted As Part Of Pre-proposal And Detailed Wbs / Ms With The Full Proposal If Requested. The Length Of The Ota Includes A Base Period Of Six Months And Three 12-month Option Periods. Proposed Options May Be Sequential, Or Overlap, If The Proposed Scope Is Justified And Does Not Pose Increased Risk To Successful Completion Of The Proposed Effort. The Total Period Of Performance For The Proposed Effort Is Not To Exceed 42 Months.
submission Guidelines
timeline:base Period: 6 Months. Options 1–3: 12 Months Each. Detailed Wbs/ims Required In Proposals.
format:preproposals (max 3 Pages) Should Include:
technology Description, High-level Wbs, And Relevant Qualifications.
projected Technology Readiness Level (trl) At The Beginning Of The Proposed Effort And Projected Trl And Associated Manufacturing Readiness Level (mrl) At The End Of The Proposed Effort.
subcontractor / Collaborative Partners
culture And Media Description And Gras Status / Documentation
research Involving Human Subject Or Animals
progress And Data Reporting Schedule
planned Demonstration(s) With Projected Site(s), Including Contractor Site
cost Estimates (base Period And Options 1–3).
deadline:cob 13 January 2025
email:peter.g.lavigne.civ@army.mil; Lyndon.s.jagroop.civ@army.mil
subject:[responding Organization And Rfpp Title]
** Amendment 1 **
q: Isthe Money That Will Be Supporting This Ota Is 6.2 Or 6.3 Funding?
A:the Funding Category Supporting This Ota Is 6.3 Technical Demonstration.
** Amendment 2 **
the Industry Day Event Is Currently On Hold And Will Be Rescheduled At A Future Date.
Closing Date28 Feb 2025
Tender AmountRefer Documents
Army General Staff Tender
Others
Portugal
Description: 4024037106/da/z0030/2024-externparcial - Acquisition, by Lots, of Food Items by Menu and Their Subsequent Preparation in the Units of the Portuguese Army, in the Period from July 1, 2025 to June 30, 2028
Closing Soon3 Feb 2025
Tender AmountEUR 2.9 Million (USD 3 Million)
U S COAST GUARD USA Tender
Machinery and Tools
United States
Details: The Uscg Surface Force Logistics Center Has A Requirement To Open, Inspect, Report And Overhaul/repair The Following:
5998 01-453-4620
operator Interface, Electronic
open, Inspect And Report
mfg Name: Uticor Technology Incorporated
part_nbr: 76737-16
qty: 9
(i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) Solicitation Number 70z04024qmety010 Issued As A Request For Quotation (rfq).
(iii) Solicitation 70z04024mety010 And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac Far Subpart 12.6, 2025-01 11/12/2024.
(iv) Naics 811219
(v)
see Attached Excel Spreadsheet, “clin Structure.”
(vi) Substitute Parts Or Part Numbers Are Not Acceptable.the Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications Or Schematics For These Parts.
(vii)
delivery:
all Items Shall Be Delivered Not Later Than July 12, 2025. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm.
delivery Shall Be F.o.b. Destination To:
united States Coast Guard (sflc)
receiving Room, Bldg. #88a
2401 Hawkins Point Road
baltimore, Md 21226.
inspection And Acceptance:f.o.b. Destination
inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment.
(viii) The Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision:
multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (v) Above.
(ix) Award Will Be Made To The Lowest Price Offeror, That Is Deemed Technically Acceptable.
in Accordance With The Specification, The Contractor Shall Provide Atotal Firm Fixed Pricefor All Necessary Equipment And Labor (to Include Estimated Repair Cost) At A Loaded Composite Hourly Rate, Including Profit, G&a And Overhead, Material, To Arrive At A Total Price To Overhaul, Test, Prepare And Submit A Final Inspection Report, Preserve, Package, Mark And Delivery. The Composite Labor Rate Will Be Multiplied By The Estimated Number Of Labor Hours (xxx) And Will Be Used For Evaluation Purposes. A Material Percentage Will Be Proposed By The Contractor To Be Used For All Shipping, Handling, And Other Costs Associated. This Percentage Will Be Multiplied By The Government’s Anticipated Price To Obtain An Extended Price For Evaluation Purposes.
the Total Evaluated Price Will Be Based On The Total Value Of Clins 0001 And 0002. Clin 0002 Will Be Calculated By Adding The Two Extended Prices For Sub-clins (slins) 0002a,0002b, And 0002c. Optional Item Clin 0002 May Be Exercised At The Time Of Contract Award. After The Open And Inspect Report Is Completed By The Vendor And Reviewed By The Government The Final Repair Cost Will Be Based On The Negotiated Hours And Rates Established At Contract Award And The Proposed Level Of Effort Required For The Repair As Stated In The Open And Inspect Report. The Contracting Officer Will Review And Approve The Repair In Writing. Only Upon The Contracting Officer’s Approval Will The Contractor Begin The Repair In Accordance With The Not To Exceed Amount Indicate By The Contracting Officer Using The Pricing In Accordance With Clin 0002. In Addition To Rates/percentages/prices Requested In The Price Schedule Interested Parties Shall Provide An Estimated Schedule For Repair.
vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal.
each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions.
(x) Offerorsshall Include A Completed Copy Of The Provision At52.212-3,offerorrepresentations And Certifications-commercial Productsandcommercial Services, With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov
(xi) The Clause At 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition.
(xii)far 52.212-5contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (dec 2022)
(a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
(1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(nov 2021)(section 1634 Of Pub. L. 115-91).
(3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015).
(5)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553).
(6)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)).
(b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
__(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655).
__(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)).
__(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
x_ (4)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note).
__(5)[reserved].
__(6)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
__(7)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
x(8)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note).
__(9)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313).
__(10)[reserved].
__(11)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a).
x__(12)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a).
__(13)[reserved]
__(14)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-6.
__(15)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644)
__(ii)alternatei(mar 2020)of52.219-7.
__(16)52.219-8, Utilization Of Small Business Concerns (oct 2022) (15u.s.c.637(d)(2)and (3)).
__(17)(i)52.219-9, Small Business Subcontracting Plan (oct 2022) (15u.s.c.637(d)(4)).
__(ii)alternatei(nov 2016)of52.219-9.
__(iii)alternateii(nov 2016)of52.219-9.
__(iv)alternateiii(jun 2020)of52.219-9.
__(v)alternateiv(sep 2021)of52.219-9.
__(18) (i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)).
__(ii)alternatei(mar 2020)of52.219-13.
__(19)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s).
__(20)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)).
__(21)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f).
__(22) (i)52.219-28, Post Award Small Business Program Representation (oct 2022) (15u.s.c.632(a)(2)).
__(ii)alternatei(mar 2020)of52.219-28.
__(23)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)).
_(24)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)).
__(25)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)).
_x_(26)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)).
x(27)52.222-3, Convict Labor(jun 2003)(e.o.11755).
x(28)52.222-19, Child Labor-cooperation With Authorities And Remedies(dec 2022)(e.o.13126).
x(29)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
_x_(30) (i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246).
__(ii)alternatei(feb 1999)of52.222-26.
__(31) (i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
__(ii)alternatei(jul 2014)of52.222-35.
_x_(32) (i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
__(ii)alternatei(jul 2014)of52.222-36.
__(33)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212).
_(34)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496).
_x_(35) (i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627).
(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627).
__(36)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.)
__(37) (i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(38)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693).
__(39)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693).
__(40) (i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514).
__(ii)alternatei(oct 2015)of52.223-13.
__(41) (i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514).
__(ii)alternatei (jun2014) Of52.223-14.
__(42)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b).
__(43) (i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514).
__(ii)alternatei(jun 2014)of52.223-16.
x(44)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513).
__(45)52.223-20, Aerosols(jun 2016)(e.o. 13693).
__(46)52.223-21, Foams (jun2016) (e.o. 13693).
__(47) (i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A).
__(ii)alternatei(jan 2017)of52.224-3.
__(48) (i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83).
__(ii)alternatei(oct 2022)of52.225-1.
x__(49) (i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(dec 2022)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
__(ii)alternatei [reserved].
__(iii)alternateii(dec2022)of52.225-3.
__(iv)alternateiii(jan2021)of52.225-3.
__(v)alternateiv (oct 2022) Of52.225-3.
__(50)52.225-5, Trade Agreements(dec 2022)(19u.s.c.2501,et Seq.,19u.s.c.3301note).
x(51)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
__(52)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008;10 U.s.c. Subtitle A, Part V, Subpart G Note).
__(53)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150).
__(54)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150).
__(55)52.229-12, Tax On Certain Foreignprocurements(feb 2021).
__(56)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
(57)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
x(58)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332).
(59)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332).
(60)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332).
__(61)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a).
__(62)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)).
__(63) (i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631).
__(ii)alternatei(apr 2003)of52.247-64.
__(iii)alternateii(nov 2021)of52.247-64.
(c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
[contracting Officercheck As Appropriate.]
__(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
__(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67).
__(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67).
__(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67).
__(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
__(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
__(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
__(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
__(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792).
(d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation.
(1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract.
(2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved.
(3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause-
(i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509).
(ii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iii)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(nov 2021)(section 1634 Of Pub. L. 115-91).
(iv)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(v)52.219-8, Utilization Of Small Business Concerns (oct 2022) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities.
(vi)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
(vii)52.222-26, Equal Opportunity(sep 2015)(e.o.11246).
(viii)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
(ix)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
(x)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212).
(xi)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40.
(xii)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
(xiii) (a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627).
(b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627).
(xiv)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
(xv)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
(xvi)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989).
(xvii)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
(xviii)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
(xix) (a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a).
(b)alternatei(jan 2017)of52.224-3.
(xx)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008;10 U.s.c. Subtitle A, Part V, Subpart G Note).
(xxi)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6.
(xxii)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64.
(2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(d)(1) The Comptroller General Of Theunited States, An Appropriate Inspector General Appointed Under Section 3 Or 8 G Of The Inspector General Act Of 1978 (5u.s.c.app.), Or An Authorized Representative Of Either Of The Foregoing Officialsshallhave Access To And Right To—
(i) Examine Any Of The Contractor’s Or Any Subcontractors’ Records That Pertain To, And Involve Transactions Relating To, This Contract; And
(ii) Interview Any Officer Or Employee Regarding Such Transactions.
(e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), And (c), Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause In A Subcontract Forcommercial Productsorcommercial Services, Other Than—
(i)paragraph (d) Of This Clause. This Paragraph Flows Down To All Subcontracts, Except The Authority Of The Inspector General Under Paragraph (d)(1)(ii) Does Not Flow Down; And
(ii)those Clauses Listed In This Paragraph (e)(1). Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause-
(a)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509).
(b)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5).
(c)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(nov 2021)(section 1634 Of Pub. L. 115-91).
(d)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(e)52.219-8, Utilization Of Small Business Concerns (oct 2022) (15u.s.c.637(d)(2)and(3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities.
(f)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
(g)52.222-26, Equal Opportunity(sep 2016)(e.o. 11246).
(h)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
(j)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40.
(k)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
(l) ___(1)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627).
___(2)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627).
(m)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
(n)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
(o)52.222-54, Employment Eligibility Verification(may2022) (executive Order 12989).
(p)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
(q)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
(r)(1)52.224-3, Privacy Training(jan 2017)(5u.s.c.552a).
(2)alternatei(jan 2017)of52.224-3.
(s)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008;10 U.s.c. Subtitle A, Part V, Subpart G Note).
(t)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations.(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6.
(u)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64.
(end Of Clause)
(xiii)
electronic Submission Of Payment Requests
(a) Definitions. As Used In These Instructions -
(1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided.
(b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp.
(c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/.
additional Clauses
hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items.
as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause:
contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012)
the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.]
(a)provisions.
_x__3052.247-72 F.o.b. Destination Only.
(end Of Clause)
(xiv) Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable.
(xv) Quotes Are Due Not Later Than 8/7/24, By 9 Am Eastern Daylight Savings Time (dst).
(xvi) All Questions Regarding This Notice Shall Be Submitted In Writing To Eric Goldstein Not Later Than 10/27/2024 9am/est. Quote Shall Be Emailed To Eric.i.goldstein@uscg.mil.
Closing Date27 Dec 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Date Soliciation Documents Available (approx.): 14 January 2025
this Project Is Advertised On An Unrestricted Basis.
this Solicitation Is A “best Value”, Two-phase Source Selection. In Phase One, Offerors Will Compete For The Opportunity To Submit Proposals For Phase Two. In Phase One, An Offeror Must Submit Certain Specified Information Regarding Its Company’s Past Performance And Technical Approach. Price Is Not A Submission Requirement In Phase One. Based On The Results Of Phase One Evaluations, The Government Will Select Two Or More Of The Most Highly Rated Offerors To Participate In Phase Two. However, The Government Reserves The Right To Reject Any And/all Offers. In Phase Two, Offerors Will Compete To Determine Which Offerors Will Be Awarded An Indefinite Delivery/indefinite Quantity (idiq) Contract And Be Included In The Matoc Pool. Price Proposals Will Be Submitted In Phase Two And Will Consist Of Two Bid Schedules: Bid Schedule No. 1 (rates) And Bid Schedule No.2 (seed Project Price). Following Phase Two Evaluations, The Government Intends To Award Two Or More Matocs And To Award The Seed Project (bid Schedule No. 2) To One Of The Awardees. However, The Government, At Its Discretion, Is Not Obligated To Award Any Matocs Or The Seed Project As A Result Of The Evaluations.
description Of Work (physical Characteristics)
the Government Intends To Award Multiple Contracts Pursuant To This Solicitation. These Contracts Shall Be Indefinite Delivery/ Indefinite Quantity (idiq) Multiple Award Task Order Contracts (matoc) With Design Build Capabilities To Support U.s. Army Corps Of Engineers, Mobile District, Military Construction And Support For Others Program For Construction Requirements In Central America. This Requirement Is Being Handled By The U.s. Army Corps Of Engineers, Mobile District; Mobile, Alabama.
the Term Of The Contract Is Limited To A Five Year Ordering Period. The Guaranteed Minimum For The Contract Is $1,000. The Total Dollar Capacity For The Contract Is $99 Million Over Five Years.
contractors Shall Complete All Work Under Their Contract In Accordance With Schedules That Are Established In Each Task Order. Work Will Vary From Site To Site, Or Location, And Will Require Extensive Knowledge Of Construction And Renovation Projects. Submittal Dates Will Be Included In The Individual Task Orders. These Dates Identify When Information Is Due To The Issuing Government Office And Other Addresses Identified In The Individual Task Orders. The Types And Numbers Of Submittals And Dates And Places For Review Meetings Shall Be Established By Each Task Order Under This Contract. Defense Base Act (dba) Insurance Will Be Required For All The Task Orders.
the Government Anticipates That Task Orders Will Be Awarded On A Firm Fixed-price Basis.
objective. This Contract Will Require Contractors To Provide All Plant, Labor, Equipment And Materials Necessary To Perform Design, Construction, Incidental Demolition, Upgrade And Repair Of Facilities And Structures. Work Will Typically Include Vertical And Horizontal Construction, Site Work, Geotechnical Surveys, Landscaping, Surveying, Mapping, Mechanical And Electrical Work For Blast Resistant, Fortified Structures; Rigid And Flexible Paving For Roads, Airfields And Helipads; Parking Lots; Riverine And Marine Construction Of Floating Docks, Piers, And Barges; Dredging; Construction Of Remote And Temporary Camps, Firing Ranges, Rappel Towers, Shoot Houses, Fuel Systems, Ammunition Storage, Food Storage, Interior And Exterior Utilities To Include Water And Sewage Treatment, Water Wells, Communications, Electrical Power (to Include Generators And Solar And Wind Power), Security (to Include Field Fortifications, Wire Obstacles, Bunkers, Watch Towers And Security Fencing And Hardening Of Existing Facilities) And Safety Of Facilities. Facilities And Structures May Include Administrative Buildings, Barracks, Warehouses, Hangars, Schools, Motor Pools, Etc. The Work May Involve Replacement In Kind, Repairs, Upgrades And Modification Work And/or New Construction. It Also May Include Incidental Design And Testing, And Survey And Abatement For Lead Based Paint (lbp) And Asbestos Containing Materials (acm). Facility Repairs, Upgrades And Construction Shall Conform To The Requirements Of The Technical Criteria Listed In The Task Order. Task Orders May Require The Application Of U.s. Building Codes; International Building Code (ibc); National Electric Code (nec); Structural And Heating, Ventilation And Air Conditioning (hvac) Codes; And U.s. Department Of Defense Criteria That Include, But Are Not Limited To, Unified Facility Criteria (ufc) And Anti-terrorist And Force Protection (aftp) Requirements As Well As Any Host Nation Requirements That May Be Stricter Than Those Listed Above. In Addition, Construction Materials, Including, But Not Limited To Locally Available Aggregates, Cements, Reinforcing Steel, Structural Lumber, Block Masonry Products, Conduit And Electrical Devices, Pipe And Plumbing Fixtures, May Be Purchased Under This Contract. Some Construction May Occur At Remote Locations And Close Coordination Will Be Required With Both The Us Army Corps Of Engineers And Host Nation Military And Civilian Authorities Throughout The Life Of The Projects. Projects On Host Nation Military Installations Will Require That Employees Be Vetted For Security By Host Nation Military Authorities. The Work Described Herein Shall Be Accomplished Through The Implementation Of Task Orders Issued Under The Terms Of This Solicitation.
seed Project: To Be Identified In Phase Two
the North American Industry Classification System (naics) Code For This Project Is 236220.
estimated Cost Range Project: $25,000,000 To $100,000,000
offers Covering The Project Restricted To Small Business Yes_ __ No_ X _
*restricted To 8(a) Competitive For Region Iv Yes___ No_x_
Subcontracting Plan Required Yes_ __ No_ X__
field Office: Central America Resident Office
Poc: Ivan Olivieri, 251-694-4027
project Manager: Julie Walton, 251-694-4633
project Engineer: Steven Mcdavid, 251-690-2621
specification Engineer: Melody Little, 251-690-2916
contract Specialist: Terri Adams, 251-441-6500
note No. 1: All Prospective Contractors And Their Subcontractors And Suppliers Must Be Registered In The System For Award Management (sam.gov) Before They Will Be Allowed To Download Solicitation Information. Contractors Must Be Registered In The System For Award Management (sam) At Https://sam.gov/content/home Prior To Award Of This Contract. Solicitation Documents, Plans And Specifications Will Only Be Available Via The Procurement Integrated Enterprise Environment (piee) Website Https://piee.eb.mil See Attachments Piee Solicitation Module Vendor Access Instructions And Sop Piee Proposal Manager Offeror For Instructions On Getting Access To The Piee Solicitation Module And Submitting Your Proposal. Registration For Plans And Specifications Should Be Made Via The Procurement Integrated Enterprise Environment (piee) Website Https://piee.eb.mil. If You Are Not Registered, The United States Government Is Not Responsible For Providing You With Notifications Of Any Changes To This Solicitation. The Solicitation Will Be Available Only As A Direct Download. This Solicitation Will Not Be Issued On Cd-rom. Neither Telephonic, Mailed, Nor Fax Requests Will Be Accepted. Registration Should Be Completed One (1) Week Prior To The Issue Date. It Is Therefore The Contractor’s Responsibility To Monitor The Website Daily For The Solicitation To Be Posted, And For Any Posted Changes Or Amendments To This Solicitation. The Plans And Specifications And All Notifications Of Changes To This Solicitation Shall Only Be Made Through This Posting And Modifications Hereto. Plans And Specifications Will Not Be Provided In A Printed-paper Format; However, The Government Reserves The Right To Revert To Paper Medium When It Is Determined To Be In The Government's Best Interest. Note: This Solicitation Is In .pdf Format And Requires Adobe Acrobat Reader. Adobe Acrobat Reader May Be Downloaded Free Of Charge At Http://www.adobe.com/products/reader.
note No. 2: All Bid Forms, Bid Bonds, And Other Normal Documents Required For The Bid Submittal, Including Amendments To The Bid Submittal, Shall Be Electronic Format With The Proposal.
note No. 3: All Advertisements Of Mobile District Projects Will Be Through The Procurement Integrated Enterprise Environment (piee) Website Https://piee.eb.mil. Detailed Information On This And Other Mobile District Projects (ordering Solicitations, Points Of Contact, Synopsis Of Work, Etc.) Are Available On The Internet At The Procurement Integrated Enterprise Environment (piee) Website Https://piee.eb.mil.
address Questions Concerning Downloading Of Plans/specifications To The Contract Specialist Indicated Above.
note No. 4: A Contractor Site Visit Will Be Conducted With Those Offerors Advancing To Phase Two. Phase Two Offerors Will Be Notified Via Amendment, As To When And Where The Site Visit Will Be Conducted.
note No. 5: The Request For Information (rfi) Process For Bidder Inquiries During The Advertisement Period Will Be Through The Projnet Internet-based System, And Specifics Will Be Contained In The Rfp Solicitation Package Available Exclusively From The Procurement Integrated Enterprise Environment (piee) Website Https://piee.eb.mil. Other Forms Of Communicating Rfis To The Government Will Not Be Honored. The Government Will Try To Respond To All Questions. However, Responses May Not Be Furnished To All Questions And Particularly Those Received Late In The Advertisement Period (0-10 Days Prior To Bid Opening.)
Closing Date18 Feb 2025
Tender AmountRefer Documents
National Institutes Of Health Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Introduction:
the National Institute Of Allergy And Infectious Diseases (niaid), One Of 27 Institutes Of The National Institutes Of Health, An Agency Within The Department Of Health And Human Services (dhhs), Conducts And Supports Research To Understand, Treat, And Ultimately Prevent The Myriad Infectious, Immunologic, And Allergic Diseases That Threaten Millions Of Human Lives. Through A Variety Of Research Grants And Contracts, Niaid’s Division Of Microbiology And Infectious Diseases (dmid) Specifically Supports Extramural Research To Develop New Medical Countermeasures (mcms) Against Potential Agents Of Bioterrorism, Drug-resistant Pathogens, And Emerging And Re-emerging Infectious Diseases. This Broad Agency Announcement (baa) Is Soliciting Proposals To Advance The Research And Development Of Promising Candidate Therapeutics, Vaccines, And Diagnostics For Biodefense And Emerging Infectious Diseases.
the Research Areas Included In This Niaid Omnibus Broad Agency Announcement No. Hhs-nih-niaid-baa2025-1, As Well As The Projected Amounts Of Available Funding, Are Discussed Below. Dates For Receipt Of Proposals Will Be Identified Separately For Each Research Area Within The Solicitation.
description:
research Area 001 – Development Of Candidate Therapeutics, Vaccines, And In Vitro Diagnostics For Antimicrobial-resistant (amr) Bacterial Or Fungal Pathogens
for Research Area 001, There Are Three (3) Separate Topics – A, B, And C. Offerors May Submit A Proposal In Response To Topics A, B, And/or C. If Proposing To Multiple Topics, Offerors Must Submit Separate Technical And Business Proposals For Each Topic.
topic A: Therapeutics For Amr Bacterial Or Fungal Pathogens
the Objective Of Topic A Is To Develop New Therapeutic Products Against Severe Infections And/or Drug-resistant Strains Of The Following Bacterial And Fungal Pathogens:
a. Pseudomonas Aeruginosa, And/or Acinetobacter Baumannii; Or
b. Candida Auris, Cryptococcus Spp., Aspergillus Fumigatus, And/or Mucorales.
for The Purpose Of This Topic, “therapeutic” Activity Refers To The Cure Of Disease, By Elimination Or Substantial Reduction Of Infective Pathogens, By Administration Of A Pharmaceutical Agent After Symptoms Of Disease Are Clinically Observable. An Antimicrobial Therapeutic Candidate Refers To An Advanced Lead Series, Optimized Leads, Or Product Candidate, That Is A New Chemical Entity And Either A Small Molecule (e.g., Natural Products, Nucleosides, Or Peptides Of </= 40 Amino Acids), Monoclonal Antibody Or A Nanobody Conjugate/fusion Product, Or A Bacteriophage Product. The Following Are Not Included: Proteins, Other Biological Entities, And Conjugates Of Such Entities (except Monoclonal Antibodies, Nanobodies And Bacteriophages).
this Topic Will Support Lead Optimization, Pre-clinical Investigational New Drug (ind) Enabling Studies, And Clinical Phase I Trials Of Lead Candidates With Demonstrated Therapeutic Activities. For Some Pathogens, The Development Of A Therapeutic Product Under The U.s. Food And Drug Administration’s (fda) Animal Rule Will Be Supported.
topic B: Vaccines For Amr Bacterial Pathogens
the Objective Of Topic B Is To Protect Human Health And Well-being By Advancing Vaccine Candidates For The Following Eskape Bacterial Pathogens: Enterococcus Faecium, Staphylococcus Aureus, Klebsiella Pneumoniae, Acinetobacter Baumannii, Pseudomonas Aeruginosa, And Enterobacter Species.
for The Purpose Of This Topic, The Definition Of A Lead Vaccine Candidate Is A Candidate In Which The Antigen(s), Adjuvant (if Applicable), Vaccine Platform (e.g., Mrna, Viral Vector, Subunit, Etc.), And Delivery Route Have Been Selected And Are Clinically Relevant (i.e., Intended For The Final Clinical Product), For Which Proof-of-concept Immunogenicity In Relevant Animal Model(s) Has Already Been Demonstrated.
this Topic Will Support The Advancement Of A Promising Lead Candidate From Pre-clinical Testing Through Ind Submission To The Fda, As Well As Phase I Clinical Trial Conduct.
topic C: In Vitro Diagnostics For Amr Fungal Pathogens
the Objective Of Topic C Is To Develop Innovative Platform Technologies To Speed The Identification Of Infection From Among A Broad Panel Of Fungi And To Profile The Phenotypic Antifungal Susceptibility. This Emphasis Aligns With Niaid’s Goal Of Addressing Persistent Challenges In Adequate Clinical Management Associated With Mycological Infections And Alleviating The Burden Of Antifungal Resistance.
the Diagnostic Test System Must Detect Analytes From At Least One, And Preferably Several, Of The Following Agents And Markers:
• Candida Spp. And Associated Resistance Markers
• Aspergillus Fumigatus And Associated Resistance Markers
• Coccidioides Spp.
• Mucorales
funding For Research Area 001: Niaid Estimates That One To Two Awards May Be Issued For This Research Area For A Total Cost Of Up To $8.5 Million For The Non-severable Base Period Across All Contracts (direct And Indirect Costs Combined). The Total Duration Of A Proposed Contract Should Be Consistent With The Nature And Complexity Of The Offeror’s Proposed Research. The Total Performance Period Comprised Of The Base And Any Options Proposed By An Offeror Should Not Exceed Five (5) Years.
research Area 002 – Development Of Direct Acting Antivirals (daa) For Viral Families Of Pandemic Potential
this Research Area Aims To Develop Safe And Effective Antivirals To Combat Viruses Of Pandemic Potential, As Well As To Build Sustainable Platforms For Targeted Drug Discovery And The Development Of A Robust Pipeline Of Candidates. Proposals Must Focus On Antivirals That:
directly Modify Viral Target Function (not Through The Modulation Of The Host Responses); And
act By Reducing Viral Burden In Early Stages Of Disease; And
act Against Viruses Of Pandemic Potential (i.e., Bunyaviridae, Coronaviridae, Filoviridae, Flaviviridae, Orthopoxviridae, Paramyxoviridae, Picornaviridae, And Togaviridae); And
are New Chemical Entities Limited To Small Molecules (e.g., Natural Products, Nucleosides, Or Peptides Of </= 40 Amino Acids) And Nanobody Conjugates/fusion Products That Are Directly Acting On Viral Targets And Functions (not Through The Modulation Of The Host Responses); And
have Safety Profiles And Suitable Routes Of Administration For Broad Outpatient Use.
for The Purpose Of This Topic, “therapeutic” Activity Refers To The Elimination Or Substantial Reduction Of Infective Pathogens By Administration Of A Pharmaceutical Agent After Viral Challenge. A “therapeutic” Candidate Refers To An Advanced Lead Series, Optimized Leads, Or Product Candidate, That Is A New Chemical Entity And Either A Small Molecule (e.g., Natural Products, Nucleosides, Or Peptides Of </= 40 Amino Acids) Or Nanobody Conjugate/fusion Product. The Following Are Not Included: Proteins, Monoclonal Antibodies, Other Biological Entities, And Conjugates Of Such Entities.
research Area 002 Will Support Lead Optimization, Pre-clinical (ind Enabling) Studies, And/or Phase I Clinical Trials. Proposed Products Are Not Required To Be Narrow-spectrum And May Include Other Pathogens In Their Spectrum Of Activity, Provided One Of The Listed Pathogens Is In The Primary Indication Of The Proposed Target Product Profile (tpp). Product Development Under The Fda’s Animal Rule (21 Cfr 314 Subpart I) Will Be Supported If Appropriate To The Proposed Pathogen Target.
funding For Research Area 002: Niaid Estimates That Three To Four Awards May Be Issued For This Research Area For A Total Cost Of Up To $20 Million For The Non-severable Base Period Across All Contracts (direct And Indirect Costs Combined). The Total Duration Of A Proposed Contract Should Be Consistent With The Nature And Complexity Of The Offeror’s Proposed Research. The Total Performance Period Comprised Of The Base And Any Options Proposed By An Offeror Should Not Exceed Five (5) Years.
the Omnibus Baa Is Governed By Federal Acquisition Regulation (far) 6.102(d)(2) And Far 35.016, As Well As The Nih Policy Manual, Manual Chapter 6035, Broad Agency Announcements. A Baa May Be Used As A Solicitation Mechanism For Basic And Applied Research Directed Toward Advancing The State-of-the-art Or Increasing Knowledge Or Understanding And That Part Of Development Not Related To The Development Of A Specific System Or Hardware Procurement. Baas Are General In Nature, Identifying Areas Of Research Interest, And Shall Only Be Used When Meaningful Proposals With Varying Technical/scientific Approaches Can Be Reasonably Anticipated.
offers Submitted In Response To This Baa Will Be Required To Submit Separate Detailed Technical And Business Proposals Designed To Meet The Technical Objectives Described For Each Research Area And/or Topic Proposed. The Statement Of Work (sow), Including The Specific Technical Requirements And Performance Specifications, Shall Be Developed And Proposed By The Offeror, Not The Government.
proposals Received In Response To This Baa Are Not Evaluated Against Each Other Since They Are Not Submitted In Accordance With A Common Sow Issued By The Government. Instead, Research And Technical Objectives Will Be Provided In The Baa That Describe Individual Research Areas In Which The Government Is Interested. Proposals Received In Response To The Baa Will Be Evaluated In Accordance With The Evaluation Factors For Award Specified In The Announcement. The Government Reserves The Right To Conduct Discussions With All, Some, One, Or None Of The Proposals Received In Response To This Baa. If Discussions Are Conducted, The Government Reserves The Right To Suggest Modifying, Adding Or Deleting Milestones, Decision Points, Research Plans, Processes, Schedules, Budget Or Product. The Government Also Reserves The Right To Make Awards Without Discussions. Additionally, The Government Reserves The Right To Accept Proposals In Their Entirety Or To Select Only Portions Of Proposals For Award. Multiple Awards Are Anticipated. Selection For Award Under This Baa Will Be Based Upon The Evaluation Factors, Importance To The Agency Programs, And The Availability Of Funds.
any Responsible Offeror May Submit A Proposal Which Shall Be Considered By The Agency. This Baa Will Be Available Electronically On Or About November 22, 2024 And May Be Accessed Through Sam.gov: Https://www.sam.gov/. This Notice Does Not Commit The Government To Award A Contract.
for This Solicitation, The Niaid Requires Proposals To Be Submitted Online Via The Niaid Electronic Contract Proposal Submission (ecps) Website. Submission Of Proposals By Facsimile Or E-mail Is Not Acceptable. For Directions On Using Ecps, Go To The Website: Https://ecps.nih.gov And Then Click On "how To Submit."
Closing Date21 Feb 2025
Tender AmountRefer Documents
5721-5730 of 7017 active Tenders