Interior Tenders
Interior Tenders
Offizielle Bezeichnung Tender
Civil And Construction...+2Civil Works Others, Construction Material
Germany
Closing Date24 Mar 2025
Tender AmountRefer Documents
Description: Contract notice - General guideline, standard regulation Open procedure (construction work) Drywall work Drywall work Drywall work Conversion and renovation of the Bad Camberg outdoor swimming pool: Main volumes of drywall work: - Suspended wooden slatted ceiling approx. 500 m² - Fleece 500 m² - Grid ceiling ... More drywall work Drywall work Drywall work Conversion and renovation of the Bad Camberg outdoor swimming pool: Main volumes of drywall work: - Suspended wooden slatted ceiling approx. 500 m² - Fleece 500 m² - Grid ceiling mineral fiber approx. 170 m² - Acoustic plaster ceiling approx. 70 m² - Plasterboard for suspended ceilings approx. 40 m² - approx. 15 inspection hatches - Single stud walls approx. 60 m² - Double stud walls approx. 10 m² - 50 MU/a steel profiles - Facing panels approx. 150 m² - Interior doors approx. 15 pieces
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents
Description: A&e Design Interior/exterior Refresh Bldg 842
National Conservatory of Arts and Crafts (CNAM) Tender
Civil And Construction...+2Others, Building Construction
France
Closing Date7 Apr 2025
Tender AmountNA
Description: Supply and installation of interior blinds for the Conté site of the National Conservatory of Arts and Crafts (CNAM) in Paris. This consultation concerns the supply and installation of st
U S COAST GUARD USA Tender
Plastic and Rubber
United States
Closing Soon10 Mar 2025
Tender AmountRefer Documents
Details: General Requirements scope intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels. references coast Guard Drawings coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-085-024, Rev A, Tank Sounding And Moment Of Inertia Tables (asc085014h) (wmsl 757 Only) coast Guard Drawing 750-wmsl-100-013, Rev L, Unit 1210 Structure - Innerbottom To 1st Platform - Fr 10 To Fr 22 (asc100121) coast Guard Drawing 750-wmsl-167-001, Rev J, Manhole List Installation And Fabrication Details Ship Wide (asc167001) coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References astm International (astm) D1330, 2015, Standard Specification For Rubber Sheet Gaskets 3. Requirements 3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract. 3.2 Materials. The Contractor Must Obtain All Of The Materials Required To Complete This Job With The Exception Of The Government-furnished Property Shown In Paragraph 1.2 Of Work Item. 3.3. Period Of Performance. The Period Of Performance Window For This Work Starts On 09 April 2025 And Ends On 01 July 2025. 3.4. Location. The Contractor Must Perform The Work While The Uscgc Midgett (wmsl 757) Is Alongside The Pier On 400 Sand Island Pkwy Honolulu, Hi 96819-4326. 12316_1124_flt
rec_12136_flt_418’ Wmsl (cgc Midgett) (1124) item 1: Tanks (ballast), Clean And Inspect 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Clean And Inspect The Following Tank(s): table 1 – List Of Tanks type Of Structure location capacity - 95%
(gallons) tank Content Disposal (gallons) ballast Tank 5-16-1-w 14,438 760 1.2 Government-furnished Property. none. 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-085-024, Rev A, Tank Sounding And Moment Of Inertia Tables (asc085014h) (wmsl 757 Only) coast Guard Drawing 750-wmsl-100-013, Rev L, Unit 1210 Structure - Innerbottom To 1st Platform - Fr 10 To Fr 22 (asc100121) coast Guard Drawing 750-wmsl-167-001, Rev J, Manhole List Installation And Fabrication Details Ship Wide (asc167001) coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References astm International (astm) D1330, 2015, Standard Specification For Rubber Sheet Gaskets 3. Requirements 3.1 General. 3.1.1 Cir. none. 3.1.2 Tech Rep. none. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: tlis piping residual Tank Contents/fluids note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr. 3.2.1 Perform An Initial Operational Test Of Each Tank Tlis To Demonstrate That Each Radar Head/sensor Is Functional (i.e., Digital Readout Is Displayed). 3.2.2 Ensure That There Is Interface/communication Between The Tli Sensor And The Machinery Control And Monitoring System (i.e. Digital Readout At The Tli Is Identical To That Displayed). 3.3 Tank Opening. The Contractor Must Remove The Tank Manhole Cover(s) And Ventilate The Confined Spaces In Accordance With Sflc Std Spec 0000, Paragraphs 3.3.1.1 And 3.3.1.2. The Contractor Must Provide Fall Protection To Cover Tank Manhole Cover When Opened For Ventilation/work. 3.4 Tank Content And Waste Disposal. The Contractor Must Dispose Of Residual Tank Contents Listed In Table 1 And Any Cleaning Fluids In Compliance With All Applicable Federal, State, And Local Laws, Ordinances And Regulations. Notify The Cor (in Writing) At Least 48 Hours Prior To Removal Of Wastes And Fluids. Document A Complete Chain Of Custody Record Of The Removed Tank Contents And Generated Wastes, From The Vessel To The Point Of Final Destination Or Delivery. Submit Chain Of Custody Record To The Cor Upon Completion Of Work. 3.5 Temporary Plugs. The Contractor Must Plug All Inlet And Outlet Piping In The Tank To Prevent Contaminants From Entering The Tank Or Piping System. Use Plugs With An Attached Lanyard, Ring Or Other System That Will Ensure Plugs Are Not Lost In The Pipe Openings. 3.5.1 Plug Log. The Contractor Must Keep A Written Record Of All Installed Plugs. Keep A Separate List For Each Tank. Maintain A Plug Accountability Log Posted Immediately Outside The Tank To Prevent Any Of The Installed Temporary Plugs From Being Lost Inside The Tank Or Left Behind Inside At Tank Closure. The Log Must Include The Type And Size Of Each Plug, Installation Date, And Removal Date. Submit This Log To The Cor After Completion Of Work Item Via A Cfr. 3.5.2 The Contractor Must Ensure That All Plugs Are Removed From Each Tank Upon Completion Of Work In The Tank. 3.6 Tank Cleaning. The Contractor Must Clean All Designated Tank Interior Surfaces Free Of All Foreign Materials, Such As Residual Water, Sediment, Sludge, Rust, Or Biological Growth, Taking Care Not To Damage The Coating System (if Applicable). 3.6.1 The Contractor Must Accomplish All Requirements Of Sflc Std Spec 6310, 3.1.6.4 (surface Contaminant Removal) To Achieve The Cleanliness Requirements Of Sspc-sp 1, Including A Low-pressure (maximum 5,000 Psi) Freshwater Wash Down Of The Surfaces. 3.6.2 Remove Cleaning Media And Residues Continuously From The Tank During The Washing Process. Remove Any Residual Wash Media And Wipe Up Residual Moisture With Clean Lint-free Cloths. Wipe The Interior Tank Structure Dry And Free Of All Cleaning Agents. 3.7 Inspection. The Contractor Must Visually Inspect All Tank Interior Surfaces, Including, But Not Limited To Bulkheads, Floor And Overhead Plating, Structural Members, Manhole Cover Surfaces, Fasteners And Gasket Seating Surfaces. Submit A Cir Including The Following, As Applicable: tank Structural Condition. condition Of Tank Coating, Including Dimensions, Percentage, Location, And Type Of Coating Failure. tank Level Indicator (tli) And/or Float Switch Condition. sounding/vent Tube And Striker Plate Condition. suction And Discharge Piping Condition. fastener Material And Condition. zinc Anode Condition (remaining Percentage) pit Measurements ultrasonic Thickness (ut) Measurements 3.8 Pit Measurement. The Contractor Must Measure100pitswithin Each Tank/location Listed In Table 1, In Accordance With Sflc Std Spec 0740, Paragraph 3.13 (evaluation Of Pitting Corrosion). The Results Of These Measurements Must Be Included In The Inspection Report, Showing Where Pit Measurements Were Taken And The Depth Of The Pit. 3.9 Ultrasonic Thickness (ut) Measurement. The Contractor Must Take Ut Measurements In The Surrounding Area Of Any Pit Measuring Greater Than 25% Of Plate Thickness. Ut Measurements Must Be Taken In The Four Quadrants At An Equal-distant Radius From The Pit Center Until Full Plate Thickness Is Measured. For Bidding Purposes, Assume 200 Ut Measurements Per Tank Listed In Table 1. Ut Measurements Must Be Conducted In Accordance With Sflc Std Spec 0740, Appendix C, Using Coast Guard Drawings Listed In Section 2. The Results Of These Measurements (original Thickness, Measured Thickness, And Any Observed Cracks) And The Locations Where They Were Taken Must Be Included In The Inspection Report. 3.10 Substrate Fairing And Repair By Filling Epoxy For Shallow Pits And Small Corrosions (i.e. Pits < 25% Or Corrosions < 25%). The Contractor Must Repair Small Pin Holes, Shallow Pitted Substrates (with Remaining Plate Thicknesses Over 75% Of Required Plate Thicknesses), And Fair Corroded Substrates (with Remaining Cross Sections Over 75% Of Required Cross Section Areas), After Removing Coating, In Accordance With Sflc Std Spec 6310 And Manufacturers’ Instructions. procure 3 Kits Of Epoxy Fairing Compounds (e.g. Belzona 1111, 0.5 Gallon/5 Kg Kit Or Equivalent) To Conduct Repairs. turn Over All Unused Kits To The Cor. note “substrate Fairing And Repair By Filling Epoxy For Shallow Pits And Corrosions (i.e. Pits < 25% Or Corrosions < 25%)” Is A Supplement Barrier Intending To Help Delay Penetration. 3.11 Tank Closing. The Contractor Must Ensure That The Tank(s) Remain Open For Approximately 24 Hours After Completion Of Any Authorized Repair And Preservation Procedures. Notify The Cor At Least 48 Hours Prior To Closing The Tank(s). After Satisfactory Inspection By The Coast Guard Inspector And Completion Of All Authorized Repairs, Remove All Installed Temporary Plugs And Document Removal Via Signature On The Plug Log By The Coast Guard Inspector And Contractor Prior To Tank Closing. Close Tank Manhole Cover(s) Using New Gasket Material, Nuts, And Grommets In Accordance With Coast Guard Drawing 750-wmsl-167-001, In The Presence Of The Coast Guard Inspector. Chase Threads On Studs To Ensure Even Installation Of The Access Covers. Submit A Cfr With The Completed Plug Log. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.12 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr. 3.12.1 Perform A Post-work Operational Test Of Each Tank Tlis To Demonstrate That Each Radar Head/sensor Is Functional (i.e., Digital Readout Is Displayed). 3.12.2 Ensure That There Is Interface/communication Between The Tli Sensor And The Machinery Control And Monitoring System (i.e. Digital Readout At The Tli Is Identical To That Displayed). 3.13 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces, And All Manhole Cover External Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs). Do Not Paint Any Manhole Cover Fasteners. 4. Notes this Section Is Not Applicable To This Work Item rdd/pop: 09apr25-01jul25
Jharkhand Urja Sancharan Nigam Limited - JUSNL Tender
Civil And Construction...+1Civil Works Others
Eprocure
India
Closing Date17 Mar 2025
Tender AmountINR 1.9 Million (USD 21.7 K)
Description: 33 Kv Main And Side Cable Trench Slabs Along With Providing Cable Tray On Support Hangers In Main And Side Cable Trenches With Their Interior Renovation At 132/33 Kv Gss, Jadugoda
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Soon7 Mar 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 01/17/2025). this Solicitation Is For Full And Open Competition. All Responsible Sources Can Compete. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333310 Commercial And Service Industry Machine Manufacturing. The Small Business Size Standard Of 1,000 Employees. The Fsc/psc Is 4610 Water Purification Equipment. the Department Of Veterans Affairs, Network Contracting Office 10 (nco 10), Veterans Integrated Services Network 10 (visn 10), Chillicothe Va Medical Center Located At 17273 State Route 104, Chillicothe, Ohio 45601 Has A Requirement For A Commercial Brand Name Or Equal Axeon Series Clean-in- Place (cip) System. This Procurement Will Also Include Installation, And Training Of The Newly Purchased Brand Name Or Equal Axeon Series Clean-in-place System. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. all Interested Companies Shall Provide Quotes For The Following: item description
qty
price 1
cip 100, 200 Gal Tank, 220v 3ph 60 Hz 1
â
2
installation
1
â
3
training On Use Of Equipment And Maintenance â
4
manuals, Digital And Hard Copy â
â
5
warranty â
â statement Of Work (sow)
as Of January 15, 2025 contract Title: Boiler Plant Cip System For Reverse Osmosis (ro) Membranes background: Building 261, Boiler Plant, Reverse Osmosis Membranes Are Key To Providing Clean, Purified Water To The Boilers For Optimal Operations. From Time To Time, These Membranes Require Regular Cleaning To Avoid Internal Damage, Which Can Lead To Expensive New Membrane Procurements. The Desire Is To Purchase Equipment Which Will Allow Local Staff To Clean The Existing Membranes In-place, Rather Than Send Them Out For Cleaning Or Replacement. scope: Vendor To Deliver And Test Operation Of A Clean-in-place Mobile Unit For The Purpose Of Cleaning Boiler Plant Ro Membranes. All Equipment Moves And Phases Of Operations Will Be Documented And Communicated Amongst Vendor And Va Boiler Plant Staff Prior To Beginning. Vendor Will Provide, Deliver, Un-crate, Inspect, Spot, And Install New Cip System And All Other Accessories And Supplies Under This Contract. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Cip System. Contractor To Conduct Start-up, Performance Verification, And Commissioning. All Components To Be Covered By A 1-year Parts And Labor Warranty. specific Tasks 4.1 Task 1 - Receive And Install New Equipment 4.1.1 Subtask 1 - Delivery contractor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. All Deliveries To Be Made To: chillicothe, Ohio Veterans Affairs Medical Center
warehouse
17273 State Route 104
chillicothe, Ohio 45601 4.1.2 Subtask 2 - Installation installation To Include: placement/installation Of Cip System And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 4.2 Task 2 Provide Staff Training On Equipment 4.2.1 Subtask 1 vendor To Provide Staff Training On Operation Of And Options Included In Cip Skid. Vendor To Furnish Va With Site-specific Operating And Service Manuals, Both Digitally And Hard Copy, For Equipment. task 3 - Enterprise Management Controls subtask 1 - Integration Management Control Planning all Work Will Be Coordinated A Minimum Of 5 Working Days In Advance With The Vamc Cor And Maintenance & Operations Supervisor. All Contractor Personnel Will Report To Building 21, Engineering To Sign Into The Facility And Receive Contractor Identification As Well As Any Special Instructions At The Beginning Of Each Workday. Contractor Must Report To B21, Engineering To Sign Out And Report Out At The End Of Each Workday. All Work Will Be Performed Monday-friday (excluding Federal Holidays) Between The Hours Of 0600-1530. deliverables: 5.1 Task 1 Mobile Clean-in-place Skid, Equivalent To Axeon Cip-100 2 Outlet Connection
tank Size 200 Gallon
flow Rate 100 Gallons Per Minute
motor 7.5 Hp
dimensions (l X W X H) Of 64 X 40 X 73 weight 650 Lbs
on/off Switch
shelco Multi-cartridge Housing
axeon Sdf Series 5 Micron Sediment Filter
axeon 316l Stainless Steel Pressure Gauges
sch 80 Pvc Piping With Unions
mixing Loop With Valve
polyethylene Solution Tank
tank Level Switches
temperature Gauge
axeon Flow Meter
316l Stainless Steel Pump With Tefc Motor
hose Kit
caster Wheels 5.2 One Year Parts And Labor Warranty
all Components To Include One-year Parts And Labor Warranty 5.3 Freight
vendor To Pay Freight To A High Dock Location. Delivery Address: chillicothe, Ohio Veterans Affairs Medical Center
warehouse
17273 State Route 104
chillicothe, Ohio 45601 vendor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. 5.4 Installation installation To Include: placement/installation Of Cip System And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 5.5 Staff Training vendor To Provide Staff Training On Operation Of And All Options Included In Cip Skid. Contractor To Furnish Va With Detailed Site-specific Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. 6. Performance Monitoring
the Request Is For Goods To Be Delivered, Installed And Operation Verified. When/if The Equipment Malfunctions, A Minimum 1-year Warranty Will Cover Service And Labor To Repair Defects Of The Equipment. Vamc Cor Will Be Responsible For Overseeing Project. Final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With Maintenance & Operations Supervisor And Chief, Engineering Service.
7. Security Requirements
contractor Will Not Require Access To Va Sensitive Information To Fulfill The Terms Of The Contract. Contractor Will Require Access To The Building And The Related Building Service Equipment During Normal Business Hours. 8. Government-furnished Equipment (gfe)/government-furnished Information (gfi). vamc Engineering Service To Provide Suitable Electrical Disconnect To Within Five (5) Feet Of Final Electrical Termination Points. Vamc Engineering Service To Provide Suitable Valve For Water Supply Withing Five (5) Feet Of Water Supply Connection Point. Lock Out/tag Out To Be Coordinated With Va Cor Prior To Start Of Project. 9. Other Pertinent Information Or Special Considerations. vendor Responsible For Receiving, Uncrating, And Inspection Of All Equipment Deliveries. final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With The Maintenance & Operations Supervisor And Chief, Engineering Service. Vendor To Provide, At A Minimum, A Warranty Of One (1) Year Parts And One (1) Year Labor On All Components Of The Completed And Assembled Unit. A. Packaging, Packing And Shipping Instructions. no Unique Shipping Requirements. Deliver Equipment Without Damage. B. Inspection And Acceptance Criteria. delivery Will Be Accepted Or Rejected At The Vamc Warehouse. Items Will Be Inspected For Defects By Logistics And Engineering Personnel In Conjunction With Contractor Upon Delivery Prior To Installation. No Work Will Begin Until All Replacement Components Are Onsite And Accepted.
9. Risk Control contractor To Adhere To All Stipulations Determined By The Vamc Infection Control Department, As Included In The Pcra/icra. The Pcra/icra Will Be Furnished By The Vamc Cor Prior To Commencement Of The Work.
10. Place Of Performance. the Place Of Performance Is building 261, Boiler Plant, Chillicothe Vamc 17273 State Route 104 chillicothe, Ohio 45601 8. Period Of Performance
the Period Of Performance Shall Be No More Than 60 Days From The Issuance Of The Notice To Proceed By The Contracting Officer.
9. Delivery Schedule. contractor Responsible For Receiving, Storage, And Uncrating Of All Equipment Deliveries. all Deliveries To Be Coordinated With The Vamc Cor. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sept 2023)
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar)
far 52.204-7, System For Award Management (oct 2018)
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-20, Predecessor Of Offeror, (aug 2020)
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Service Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
far 52.225-2, Buy American Certificate (oct 2022)
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, Theâ contracting Officerâ will Make Their Full Text Available. Also, The Full Text Of A Clauseâ mayâ be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/far/index.html (far) And
http://www.va.gov/oal/library/vaar/index.asp (vaar)
vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
vaar 852.273-70, Late Offers (nov 2021)
(end Of Addendum To Far 52.212-1) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023)
far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
far 52.225-1, Buy American Supplies (oct 2022)
vaar 852.203-70, Commercial Advertising (may 2018)
var 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018)
vaar 852.211-72, Technical Industry Standards (nov 2018)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.242-71, Administrative Contracting Officer (oct 2020)
vaar 852.246-71, Rejected Goods (oct 2018)
vaar 852.246-73, Noncompliance With Packaging, Packing, And/or Marking Requirements (oct 2018)
vaar 852.247-74, Advance Notice Of Shipment (oct 2018) (end Of Addendum To Far 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024) the Following Subparagraphs Of Far 52.212-5 Are Applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9),(12),(31),(32),(33),(34),(36),(39),(48),(51), And (59)
all Offerors Shall Submit The Following: The Offeror Shall Submit A Quote, With Sufficient Documentation To Evaluate The Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty Details And Delivery/installation Schedule. all Quotes Shall Be Sent To The Contract Specialist, Alice Clark At Alice.clark@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than March 7, 2025, At 12:00 P.m. Est. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). point Of Contact
to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements Or Specifications, Submit An Email To Alice.clark@va.gov. All Inquiries Will Be Responded To As Necessary In Amendment Format Which Will Be Posted On Http://www.sam.gov
the Deadline For Submission Of Clarifications And/or Additional Information Concerning This Solicitation Is February 28, 2025, At 12:00 Pm (est). No Questions Will Be Answered After This Date/time Unless Determined To Be In The Best Interest Of The Government Determined By The Contracting Officer. Telephone Inquiries Will Not Be Accepted Or Returned.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, Sufficient Documentation To Evaluate Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty, And Delivery/installation Schedule. the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation:
far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
(a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number;
â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â
â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; (4) Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary;
â â â â â â â â â â â (5)â terms Of Any Expressâ warranty;
â â â â â â â â â â â (6)â price And Any Discount Terms;
â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically);
â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration.
(c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation.
(d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing.
(e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ 4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately.
(f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due.
(2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume.
(g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation.
â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation.
(i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee.
(2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites:
â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/).
â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â
(3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By-
(i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm);
(ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or
(iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ 32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei.
(k)â [reserved]
(l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision)
681-690 of 1749 active Tenders