Interior Tenders
Interior Tenders
General Secretariat for the Administration of the Ministry of the Interior South, Directorate of General Administration and Finance, Office of Public Procurement and Purchasing Tender
Laboratory Equipment and Services
France
Closing Date7 Jan 2025
Tender AmountRefer Documents
Purchaser Name: General Secretariat for the Administration of the Ministry of the Interior South, Directorate of General | Single-award framework agreement with purchase orders relating to the supply and delivery of water-based paint for the bodywork workshops of the Equipment and Logistics Department
DEPARTMENT OF LABOR AND EMPLOYMENT REGION V Tender
Machinery and Tools
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 495.3 K (USD 8.5 K)
Details: Description Lot 1 - Carprentry (delivery Period: 15 Days) 8 Unit - Portable Hand Drill, Power Sourced: Battery Powered - 2pc; 21 Volt; 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: 8 - 10" (l) X 2 - 4" (w) X 6 - 8" (h); Material: plastic, Rubber, Metal; Item Weight: Atleast 2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Brand: Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 8 Unit - Electric Circular Saw, Voltage: 220-240v; Frequency: 50-60hz; Input Power: 1800w; No-load Speed: Atleast 4800rpm; Blade Diameter: 185mm; Cutting Capacity: 45degree: 44mm, 90 Degree: 65mm; Maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg; Item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l) 8 - Unit - Electric Grinder Voltage: 220v Rated Power Input: 750w No - Load Speed: 1100 Rpm Disc Diameter: 0mm Dimension: Approx: Length: 250 - 290mm Width: 50 - 80mm Height: 90 -110mm Weight: 1.5 - 1.8kg 8 Unit - Electric Planer; Voltage: 220v;continuous Rating Input : 500 W ; Planing Width : 82 Mm (3-1/4”);planing Depth : 1 Mm (1/32”) ;max Shiplapping : 9 Mm (11/32); No Load Speed : 16,000 Rpm; Dimension: Approx. : (l) 25 - 30cm*(h) 10 - 15cm*(w) 12 - 17cm; Net Wt- 2 - 4kg; Power Cord Length- At Least 1.5meters; Breadth Of Planer- 82x1mm 8 Unit - Electric Jigsaw Continuous Rating Input: 450 - 600w Capacity: 40mm (in Wood); 6mm ( In Steel) Length Of Stroke: 18mm Strokes Per Minute: 500 - 3,100 Dimension: Approx.: L - 5 - 9 Inches; W - 2 - 4 Inches; H - 4 - 8 Inches Voltage: 220v; Frequency- 50-60hz; No Load Speed- 800-3000rpm; Cutting Capacity- Wood-50mm; Steel- 6mm 8 Unit - Electric Plunge Router Voltage: 220v - 50hz Collect Capacity: 1/2 Inch Continuous Rating Input: 1650w Plunge Capacity: 66mm Overall Height: Approx.: 9 - 12 Inches; Net Weight: At Least 4.2 Kg; 1600w; Base Diameter- 160mm; No Load Speed- 23000rpm Power Supply Cord Length - At Least 4.0m (13.1ft); Rpm 8,000-27,500 8 Set - Wood Chisel Set Of 5; 1/4", 3/8", 1/2", 3/4", 1", , Wooden Handle, High Carbon Metal File L-6.8 Inch Lot 2 - Fish Vending (delivery Period: 30 Days) 1 Unit - Bicycle With Sidecar Bicycle Specifications: Bmx Type Bike Frame Front And Rear Free Wheel Hub For Rim Set Single Engine Speed Tread Type (wheel Set), Tire Size (20 Inches X 2.2125 Jumbo), Interior Tube (20 Inches By 2.2125 Jumbo), Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip) Chain (single Speed, Pedal (bearing Type) Seat Clamp, Saddle With Spring, Foot Brake (clamp With Spring), Crack Pedals (175mm - 180mm), Side Car Specifications; Side Car With Umbrella Tube Holder Dimensions: 25.8 Inches (l) X 16.2 Inches (w), 15.7 Inches (h), Approx.: 20 - 25 Kls Capacity Materials: 1/2 J1 Pipe 540mm, 316 X Flat Square Bar, J1 Pipe De Una 520mm, 1/4 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo Bicycle With Side Car - Red With Dole And Dilp Logo (front) 1 Unit -digital Weighing Scale, Ac/dc Digital Scale; 6 Digits Lcd Display; 220v-240v/60 Hz; 30 - 40kg; Power Plug: Us Type 1 Pc - Chest Cooler, Item Package Dimensions: approx. : 23 - 26" (l) X 14 - 17" (w) X 13 - 16" (h), Package Weight: 5.76kg, Inside Dimensions: Approx: 22 - 25" (l) X 12 - 15" (w) X 13 - 15" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l 1 Pc - Beach Umbrella, Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome 1 Pc - Butcher's Knife, Materials: Stainless; Wood Handle; Size: About 8 - 12 Lot 3 - Barbershop (delivery Period: 15 Days) 3 Set - Cordless Clipper: Body Material: Aluminum; Motor: Rotary; Power/source Battery: Lithium-ion Battery (90+ Minutes Of Runtime); Blades: Titanium Blades; 3 Guide Combs Plastic Material (#1/2, #1, And #1½ ); Cutting Lengths: 0.4-25mm; Inclusions: A Blade Guard; 1 Recharging Transformer (charger); 1 Cleaning Brush, With Lubricating Oil Of At At Least 5 Ml And English User Manual; Product Dimension: Approximately 6 - 8" (l) X 2 - 4" (w); Weight: Maximum Of 400g; Input: Can Be Used For 110-240 Voltage 6 Pc - Hair Thinning Shear(professional Use), Size 6", Stainless Steel;thinning Rate- 25%; No. Of Teeth- 30 6 Set - Hair Shear (set): Material: Stainless Steel, Length; 1 Precision Scissor Approximately 6-7"; 1 Thinning Scissor Atleast 6"; Accesories: Scissors Oil Atleast 5ml 6 Pc - Shaving Razor/labaha: Dimensions: Approximately 5-6" (l) X 3/4-1" (w): Material: Carbon Steel, Color: Black 6 Pc - Barber Skin Fade Brush: Handle: Wood; With Soft Bristles 1" (l); Dimensions: Atleast 5.5" (l) X 1" (w) 3 Set - Comb Set (4pcs/set): Material: High Quality Plastic; Inclusions: #1-approx. Size: 4.88" (l) X 1.02" (w); #2-approx. Size: 7.09" (l) X 1.46" (w); #3-approx. Size: 7.87" (l) X 1.18" (w), #4-6.10" (l) X 0.20" (w) 6 Pc - Barber's Cape: Color: Black, 140cm (l) X 110cm (w); Cloth: Polyester 3 Pc - 360 Degree Swivel Barber Chair: Classic Back Seat With Chrom Steel Base; Premium Steel Frame And High Class Foot Pump; Heavy Duty Leather Cover; Lower Height - Atleast 51cm; Top Height - Atleast 61cm; Backrest Height - Atleast 40cm 6 Pc - Barber Apron: With Two Pockets; Waterproof; Material: Cotton And Acrylic; Item Size: Approx. 38-38.19" (l) X 27-27.36" (w) 6 Pc - Barber Spray Bottle, Plastic, Clear, 300 Ml 6 Pc - Barber Spray Bottle, Plastic, Clear, 500 Ml 6 Pc - Tissue, Roll, 2 Ply, 6 Pcs Per Pack 15 Pc - Baby Powder, 500g Lot 4 - Laundry Service (delivery Period: 15 Days) 1 Unit - Washing Machine With Spinner And Dryer; Dimensions: Approx. 57 - 60 Cm (l) X 56 - 59cm (w) X 96 - 99 Cm (h); Gross Weight: Approx. 44 - 47kg; Washing Capacity: Atleast 11.5kg; Rated Power: 1500 W; Voltage: 220 V 2 Pcs - Wash Basin (big Batya), Round Plastic, Dia- 64.5 Cm, H- 25cm Thickness- 1/2 Inch; Color- Black 2 Pcs -laundry Basket, Round Plastic, L- 22 - 27inches, H- 18 - 23inches, 23 - 26 Cm Thicknesss, Color Black 3packs - Powder Detergent, 10 Kg Pack 3 Gallon - Fabric Conditioner; 128 Ounces Lot 5 - Nail Care Service (delivery Period: 15 Days) 4 Gallon -acetone/nail Polish Remover 4 Gallon - Cuticle Remover 2 Pack - Nail Brush, Material: Plastic; Size: Atleast 3" (l), 2-3" (h); 12 Pcs/pack 2 Set - Nail Tool Set, Material: Stainless Steel; Case: Leather; Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h); Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher 20 Pack - Cotton Balls, 300g (100 Pcs Large Cotton Balls) 2 Set - Nail Polish, Volume: 15ml; With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless 2 Unit -foot Spa Soaker, With Pumice Stone; Package Dimensions: Approximately 15 - 17" X 12 - 14" X 6 - 8", Weight: About 4 - 6 Pounds; Rated Power: 500 Watts; Rated Voltage: 110~120v; Rated Frequency: 50hz; Temperature Adjustable Range: 35℃ To 48℃ 4 Gallon - Astringent Foot Soaker 4 Pack - Cooling Foot Soak, Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g 4 Tube - Exfoliating Foot Scrub, Dimension: Approx. 7 - 8" X 2 - 3" X 1 - 2 Inches; Weight: Atleast 6oz 4 Pc - Foot File And Callous Remover, Material: Metal, Steel; Item Dimensions: Approx. (l) 10-10.78" X (w) 2.7"; Item Weight: At Least 3.2 Pounds 4 Gallon - Alcohol, Isopropyl, 30% 4 Gallon - Foot Scrub , Peppermint Flavor,128 Ounces 10 Pc - Salon Towels: Material: Pure Cotton; Sizes: Approx. 70 - 75cm (l) X 30 - 35cm (w); Color: White 2 Pc - Stool, Hard Plastic Material; Dimension: Approximately 10-11"(l) X 9-10" (w) X Atleast 20" (h) - Including The Backrest 2 Pc - Manicurist Bag, Made Of Heavy Duty Nylon; Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish; Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h) Lot 6 - Vulcanizing (delivery Period: 15 Days) 2 Unit - Tire Vulcanizing Machine: Automatic Temperature Adjustment; Steel Material; Maximum Current: 10a; Temperature Range: 140 - 165 Degrees Celcius; Voltage: 220v; Power: 500w; Vulcanizing Time: 7 Minutes; Dimension: Approx.: Screw Diameter: 23 - 28mm (l) X 292 - 297mm (w), 407 - 412mm (h) 2 Unit - Air Compressor Machine, Motor Power: 1.5hp; Speed: 1050rpm; Air Delivery: 250l/min; Working Pressure: 115 Psi/8 Bar; Tank: 100l; Size: Approx. (l) 937 - 942mm X (w) 382 - 387mm X (h) 797 - 802mm; Net Weight: At Least 89 - 91kg 2 Unit - Hydraulic Bottle Jack, Material: Alloy Steel; 2 Tons Capacity; Minimum Height: 148mm; Maximum Height: 251-300mm; Lifting Height: 80mm; Adjusting Height: 50mm; Net Weight: Approx. : 2 - 3kg 2 Roll - Air Compressor Hose, 20m Long, Hose Diameter 1/4" : Working Pressure Up To 150psi, Material: Polyurethane 2 Pairs - Tire Changer Wrench, Atleast 12" Long; Material: Metal Steel 2 Pc - Scissors, Material: Forged Steel; 10" Long, With Rubber Grip Handle Lot 7 - Carwash Service (delivery Period: 15 Days) 1 Unit - Pressure Washer, Power: 1200w; Max. Pressure: 100 Bar; Max. Flow Rate: 300l/h; Inlet Water Temperature: 40°c; Motor Type: Series; Pump Type: 3 Cylindrical, Metal; Cable Length : Atleast 5m; Hose Length: Atleast 3m; Weight (w/out Accessories): Approximately 3 - 5kg; Nozzles: 20/80 Degree Variable Fan 1 Set - Vacuum With Blower, 22l Tank Capacity, Power Supply: 220v-240v; Power: 1200watts; Rated Frequency: 50/60h; Kilo Pascal: 18kpa; Max Air Flow I/sec Motor: 50l/s; Sound Level (db(a): 75; Hose Length: Atleast 2.1m; Cord Length: Atleast 3m; Inclusions: Atleast 3.2cm Flexible Hose, Extension Wand, Floor Nozzle, Crevice Nozzle, Cartridge Filter 1 Set - Power Sprayer Belt Driven Aluminum, 1.5 Hp; Induction Type: Electric Motor; Max Operating Pressure Of 450psi For Single User; While 750psi For Two Users; Water Volume Of 20 Liters/minute; Motor Dimension: Approximately 350mm (l) X 280mm (w) X 300 Mm (h); Power Engine 3.5-4 Ps; Inclusion: 10 Meter Discharge Pressurized Hose, 60hz; Plunger Size: 22mm; Spraying Volume; Atleast 25l/min; Single Cylinder; 4 Stroke; Air Cooled; Ohv 1 Pc - Plastic Container Drum, Size: Approx.: 90 - 92cm (h), 56 - 58cm (diameter); Weight: Atleast 8 - 9 Kg; Capacity: 200l 1 Set - Spray Gun With Hose, Water Gun Type: Fog And Direct; Gun Body Material: Alluminum Alloy; Tip Material, Copper; Handle Material, Alloy; Hose Length: 5m; Product Size: 14cm (l) X 18cm (w) 2 Pcs - Pail, Dimensions: Approx. (l) 30 - 32cm; (w) 20 - 22cm; (h) 27 - 29cm ; Material: Plastic 3 Pc - Chamois Cloth, Material: Soft, High Absorbent Leather; Size: About 30cm (l) X 30cm (w) 2 Pc - Sponge (big), Material: Polyurethane; Dimensions: Atleast 8.8" (l) X 4.4" (w) X 2.64" (h); Item Weight: Approx. 0.3 Pounds 2 Liter - Car Shampoo, 1l, Liquid Gel; Color: Orange/red 2 Liter - Tire Black Dressing, 1l, Wax Type; Color: Black 5 Pcs - Car Polisher, 250 Ml, Liquid Lot 8 - Auto / Motor Repair Service (delivery Period: 15 Days) 1 Unit - Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity: 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 46 - 48kg; Inflation Time: 53min; Air Displacement: 208l/min 1 Set - Pliers Tools Set, Material: Chrome Vanadium Steel, Alloy Steel; Handle Material: Thermoplastic Rubber; Item Weight: Atleast 790 Grams; Inclusions: Atleast 8" (length) Combination Pliers, 6" (length) Diagonal Cutting, 6" (length) Long Nose Pliers 1 Unit - Impact Wrench, Lithium Ion Battery Voltage: 18v; Weight W/out Battery: Approximately 1 - 2kg; Torque: Max-160 Nm; No-load Speed: 0-2,800 Rpm; Impact Rate: 0-3,600 Bpm; Tool Holder: 1/4'' Hex Uni, Screw, Diameter: M6 – M14; Vibration Emission Value Ah: 9.5 M/s²; Uncertainty K: 1.5 M/s²; Vibration Emission Value Ah: 9.5/m/s² 1 Set - Ratchet And Socket Set, Material: Steel; Inclusions: 20 Pieces 1/2" Point Sockets1/4, 5/16, 3/8, 7/16, 1/2, 9/16, 19/32, 5/8, 11/16, 3/4, 25/32, 13/16, 7/8, 15/16, 31/32, 1, 1-1/16, 1-1/18, 1-3/16, 1-1/4; 6 Pieces 1/2" Accessories Extension Bar - 5", Extension Bar - 10", Spark Plug Socket 6 Pt. 13/16", Sliding T-bar 10" With Molded Plastic Case 1 Set - Screwdriver, Cushion Grip; Magnetized Tip For Easy Pick-up Of Screws , 6 Pcs (slotted 6mm X 150mm), Slotted Parallel 5mm X 100mm, Slotted 3mm X 100mm, Slotted 5mm X 150mm, Ph2 X 150mm, Ph1 X 100mm) 1 Set - Wrench Set, Weight: 3 - 4kg; Material: Min. Or Max Chrome Vanadium Steel; Inclusion: 8mm,9mm,10mm,12mm,13mm,14mm,17mm, 19mm,21mm,22mm, 24mm, 27mm, 30mm, 32mm *nothing Follows*
U S COAST GUARD USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: This Item Is Set To Be Awarded Sole Source 56100_tab_0125_753 item 1: Steering Actuator, Overhaul 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Overhaul The Rotary Vane Steering Actuator Assembly For The Starboard Steering System. 1.2 Government-furnished Property. mti item Description nsn/pn qty n actuator Overhaul Kit nsn: 2530-01-699-0680 pn: Rrm000445315 2 Ea. n hydraulic Coupling Kit nsn: 2530-01-699-0654 pn: Rrm000444570 2 Ea. 2. References coast Guard Drawings coast Guard Drawing 750-wmsl_100_44, Rev K, Unit 3320 Struct - Inner Bottom 2nd Deck Fr 89-98 (asc100332) coast Guard Drawing 750-wmsl-243-003, Rev B, Shipping & Unshipping Of Propulsion Shafting (asc243004) coast Guard Drawing 750-wmsl-556-004, Rev E, Steering Gear Hydraulic Diagram (asc556003) coast Guard Drawing 750-wmsl-556-022, Rev H, Steering Gear And Stern Gate Hydraulic Piping - Unit 3330 (asc556333-hy) coast Guard Drawing 750-wmsl-561-001, Rev D, Steering Gear Foundation (asc561001) coast Guard Drawing 750-wmsl-562-002, Rev C, Rudder (asc562002) coast Guard Drawing 750-wmsl-562-003, Rev D, Rudder Support System (asc562003) coast Guard Publications coast Guard Technical Publication (tp) 7182a, Swbs 561, Jan 2022, Steering Machinery Subsystem – Operation & Maintenance Manual coast Guard Technical Publication (tp) 7193, Swbs 561, Jan 2022, Steering System Operations And Maintenance Manual 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 3041 (sflc Std Spec 3041), 2022, Shipboard Electrical Cable Test surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References international Standard Organization (iso) 4406, 2021, Hydraulic Fluid Power - Fluids - Method For Coding Level Of Contamination By Solid Particles kongsberg Maintenance Manual Dmn000278736, Rev C, Kongsberg Steering Gear Type Sr And Sv mil-std-419, Sept 2021, Cleaning And Protecting Piping Tubing, And Fittings For Hydraulic Power Transmission Equipment 3. Requirements 3.1 General. 3.1.1 Cir. none. 3.1.2 Tech Rep. The Contractor Must Provide The Services Of Tech Reps In Accordance With The Following Subparagraphs. 3.1.2.1 The Contractor Must Provide The Services Of An Oem Authorized/ Licensed Tech Rep For The Kongsberg Steering Actuator To Accomplish The Following On Site: provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system. assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system. perform All Actual Repair Work On The Actuator. 3.1.2.1.1 Ensure The Tech Rep Is An Oem Certified Representative For The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Wmsl Steering System Hydraulic Power Units To Accomplish The Following On Site: advise On Manufacturer's Proprietary System Information. ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system As Applicable. 3.1.2.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2.2 Submit The Name And Résumé Of The Tech Rep To The Cor At The Arrival Conference. 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). 3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000. 3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000. 3.1.3.3 Maintain The Strictest Standards Of Cleanliness In Accordance With Mil-std-419 While Hydraulic System Is Open. Work On The Steering Hydraulics Is Not Permitted While Any Blasting, Grinding, Welding, Etc. Is Being Performed In, Or Adjacent To, The Steering Gear Space. 3.1.3.4 Hatch Opening Must Be Covered And Roped Off To Prevent A Falling Hazard To Personnel When Not In Use. note plastic Bags May Be Used Only When Arrangement Or Configuration Prevents The Use Of The Other Sealing Methods Specified Above. 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: access Plate (berp) Located Above The Port And Starboard Steering Actuator. piping electrical Wires padeye Plate Covers rudder Support Covers hydraulic Oil (approx. 560 Gals.) overhead ventilation Ducts insulation pipe Hangers/brackets note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must, Under The Direction Of The Oem Tech Rep, 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. Perform The Following Inspections. Use Data Sheet No. 1 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr. 3.2.1 Verify That All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion. warning special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System. 3.2.2 Starboard Steering Gear: In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage. 3.2.3 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat. 3.2.4 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test. note the Cutter Is Currently Outfitted With Recessed Padeyes As Located On Cg Drawings 750-wmsl_100_44 And 750-wmsl-243-003 And Are In Place In The Hull Above Each Propeller And Rudder. Padeye Numbers Are 22, 23, 24, And 25 As Identified On Coast Guard Drawing 750-wmsl-243-003. access Covers For The Recessed Padeyes Are Not Required To Be Reinstalled. each Rudder Weighs Approximately 12,000 Lbs. 3.3 Rudder Support. The Contractor Must Ensure The Rudder Has Been Supported In Place To Allow Repairs Of The Steering Actuator Assembly. Coast Guard Divers Will Remove Metal Plate Covers To Access The Recessed Padeyes Above Each Rudder. The Contractor Must Pull Test All Existing Recessed Padeyes To 150% Of Their Maximum Expected Working Load For 10 Minutes. In No Case May A Padeye’s “expected Working Load” (a) Exceed The Tabulated Maximum Working Load For The Padeye’s Size Or (b) Exceed The Structure’s (that Padeye Is Attached To) Ability To Carry The Load. At Conclusion Of The Pull Test, Visually Inspect Each Padeye For Damage. note the Centerline Of The Rudder Post Is Located Forward Of Frame 96, Above The Stern Gate Utility Room And Forward Of An Inaccessible Void. If Additional Padeyes Are Necessary, It May Be Necessary To Clean And Gas Free These Spaces. 3.4 Hydraulic Reservoir Inspection. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis. Label And Retain One Extra Oil Sample From Each System For Back-up Testing If Necessary. Drain All 2135 Th Hydraulic Oil From The Hpu Actuators And Reservoirs (approximately 550 Gallons Total), And Dispose Of In Accordance With All State, Local And Federal Regulations. Provide Cfr With Test Results. For Steering Gear Hydraulic System Details, See Coast Guard Drawings 750-wmsl-556-004 And 750-wmsl-556-022. 3.4.1 Remove Access Covers From Reservoirs And Storage Tanks. Take Samples Of Any Heavy Sludge Or Particulate Matter In The Tanks. Remove All Sludge And Debris And Wipe Down With Lint Free Rags. If Any Metallic Debris (metal Filings, Shavings, Babbitt) Is Present, Notify The Coast Guard Inspector Immediately. 3.4.2 When All Tanks Are Thoroughly Clean, And Just Prior To Closure Ensure All Foreign Objects Have Been Removed (e.g. Rags, Caps, Towels, Plugs). Contractor Must Present These Areas To The Coast Guard Inspector, Then Close In The Presence Of The Coast Guard Inspector. Install New Gaskets. 3.5 Steering Actuator Disassembly And Inspection. The Contractor Must, Under The Direction Of Or Performed By The Oem Tech Rep Support, Overhaul The Starboard Steering Actuators In Accordance With Oem Procedures. Rudder Foundation, Rudder Stock, And Rudder Support System Are Shown On Cg Dwgs 750-wmsl-561-001 And 750-wmsl-562-003. At A Minimum, The Contractor Must Renew The Following Parts: piston Seals hp Seals And Backing Strips lp Seals bearing Shells o-rings 3.5.1 Collect And Dispose Of All Drained Fluids In Accordance With All Federal, State, And Local Regulations. 3.5.2 Prior To Disassembly, Wipe Down The Exterior Of The Actuator Assembly And The General Area Near The Actuator To Remove Dirt And Contaminants. Maintain A Clean Environment When Working Around Open Hydraulic Equipment. 3.5.3 Actuator Internal Inspection. Inspect The Interior Of The Actuators (including, But Not Limited To, The Piston, Piston Dividers, Upper And Lower Housings, Hydraulic Coupling, Rotor, And Rudder Stock) For Any Indications Of Wear Or Damage. Submit A Cfr Documenting The Existing Condition Of The Actuators. 3.5.4 During Final Installation Of The Actuator, Ensure The Rudder And Rudder Stool Are Aligned, And The Actuator And Helm Are Set At 0 Degrees. warning foreign Materials Present A High Risk Of Severe Damage To Steering Gear System. Extra Precautions Are Required To Ensure Cleanliness Of The Hydraulic System. note suction Strainers Are Located Inside The Service Tanks. 3.6 Filters And Strainers, Renew. The Contractor Must Renew The Return, Charge, And Servo Filters On Each Of The Starboard Hpu’s. Close Up Filter Housings And Torque Fasteners In Accordance With Chapter 5.3 Of Cg Tech Pub 7182a. Renew The Suction Strainers And Reservoir Filter Breather On Each Hpu. 3.7 Manifold And Valve Inspection And Testing. The Contractor Must Clean, Inspect And Test The Hydraulic Manifold And Valves (i.e. Control, Relief, And Locking Valves) For The Starboard System. Clean And Visually Inspect All Parts For Defects, Deterioration, Dirt, Scale, Rust, Grease, And Foreign Material. Submit A Cfr. note hydraulic Hoses Life Is 12 Years 3.8 Hose Inspection. The Contractor Must Visually Inspect The Condition Of All Flexible Hoses Identified In Tables 1 And 2 And Submit A Cfr With The Following Information. Hoses That Require Renewal Will Be Subject To A Change Request. hose Physical Condition service Life Dates (date For Required Hose Renewal; If Not Specified, Add 12 Years To Installation Date) table 1 – Stbd Steering Gear (compartment: 2-94-1-e) hose Serial # length (in.) size (in.) part Number fitting #1 fitting #2 test Pressure (psi) sg-f-001 20 1 f20606-16-16-16c-20.00 female Jic female Jic 200 sg-f-002 26 1/2 f20606-8-8-8c-26.00 female Jic female Jic 375 sg-f-003 49 2 2651-32 female Jic male Cpv 5000 sg-f-004 35 2 2651-32 male Cpv male Cpv 5000 sg-f-005 31.5 3/4 f20606-12-12-12c-31.50 female Jic female Jic 200 sg-f-006 43 2 2651-32 male Cpv male Cpv 5000 sg-f-007 43 2 2651-32 male Cpv male Cpv 5000 sg-f-008 26.5 3/4 f2060606-12-12-12c-26.50 female Jic female Jic 200 sg-f-009 32 1/2 f2060606-8-8-8c-32.00 female Jic female Jic 375 table 2 – Port Steering Gear (compartment: 2-94-2-e) hose Serial # length (in.) size (in.) part Number fitting #1 fitting #2 test Pressure (psi) sg-f-011 20 1 f20606-16-16-16c-20.00 female Jic female Jic 200 sg-f-012 26 1/2 f20606-8-8-8c-26.00 female Jic female Jic 375 sg-f-013 31.5 3/4 f20606-12-12-12c-31.50 female Jic female Jic 200 sg-f-014 49 2 2651-32 female Jic male Cpv 5000 sg-f-015 35 2 2651-32 male Cpv male Cpv 5000 sg-f-016 26.5 3/4 f2060606-12-12-12c-26.50 female Jic female Jic 200 sg-f-017 43 2 2651-32 male Cpv male Cpv 5000 sg-f-018 43 2 2651-32 male Cpv male Cpv 5000 sg-f-019 32 1/2 f2060606-8-8-8c-32.00 female Jic female Jic 200 3.9 Hydraulic Oil Refilling. The Contractor Must Refill The Reservoirs With Hydraulic Oil Per Mil-h-17672, Symbol 2135, In Accordance With Cg Tech Pub 7182a. The Contractor Must Filter New Hydraulic Oil In Accordance With Sflc Std Spec 5000, Paragraph C2.1.2 Prior To Entry Into The Cutter’s Tanks Or System. Cleanliness Of Oil Must Be Iso 4406 Cleanliness Code Of 17/14 Or Better. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. if Covered By A Separate Work Item, Final Testing Of The Steering System Is Only Required To Be Performed Once During This Availability. 3.10 Operational Test, Post Repairs. After Completion Of Work And In The Presence Of The Coast Guard Inspector, The Contractor Must Thoroughly Test And Demonstrate The Equipment Listed Below To Be In Satisfactory Operating Condition. Use Data Sheet No. 2 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr. 3.10.1 Verify That The Rudders Operate Throughout Their Full Range With No Indications Of Binding And Appear Smooth During Operation. 3.10.2 All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion. 3.10.3 The Contractor Must Perform The Initial Startup Procedures In Accordance With Coast Guard Tp 7182, Paragraph 7-2. Upon Completion, Verify That The Relief Valves Are Properly Set In Accordance With Table 3. table 3 – Relief Valves service Description set Point (psig) pump Main System Relief Valve 1530 ± 25 relief Valve (charge) 217 ± 25 relief Valve (servo) 1450 ± 25 cross-line Relief Valve 1580 ± 25 warning special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System. 3.10.4 Starting With The Starboard Steering Gear, And In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage. 3.10.5 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat. 3.10.6 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test. 3.10.7 The Contractor Must Perform The Internal Leakage Test Per Paragraph 7.10 Of The Kongsberg Maintenance Manual Dmn000278736 For Both Port And Starboard Actuators. Measure The Total Leakage During Each Separate Segment Of Testing (port To Starboard Hard-over, Hard-over Starboard, Starboard To Port Hard-over, And Hard-over Port) And Submit The Results Via Cfr. 3.11 Oil Sample Analysis. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis To Demonstrate Cleanliness Has Been Maintained. Submit A Cfr With The Oil Sample Analysis Report. 3.12 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs.) 4.0 Place Of Performance- Cgc Hamilton In Charleston Sc. 5.0 Period Of Performance- 17 Feb 2025 – 28 Feb 25 6.0 Points Of Contact. Uscg-sflc-lre Pl Asset Management: Cwo Matthew Temple, Matthew.temple@uscg.mil, 510-460-8195
DEPT OF THE NAVY USA Tender
Manpower Supply
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Amendment #5: 2nd Round Of Answers To Questions From Industry, Below - In Addition, Updated Attachments To Now Include The Current Cba: question # question answer 1 how Many Guards Are Being Requested? this Is The Responsibility Of The Offeror To Determine Based On The requirements Stated In The Rfq And Attachments Thereto. 2 how Many Shifts Daily Are To Be Covered? the Number Of Shifts Is Determined By The Offeror. Any Firm Shift requirements Are Contained In The Personnel Qualifications Attachment. 3 is 24/7 Coverage Being Requested. yes. 4 do Guards Need To Be Armed/unarmed. all Unarmed. 5 under The Pass/fail Requirement, If Work Is Being Performed At Government facility How/why Does The Contractor Need To: • 2.1 Plan For Obtaining Personnel Clearances the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level specified In The Dd Form 254, Contract Security Classification Specification attached To This Solicitation. The Plan Shall Include Confirmation Of Existing personnel Clearances, Detail The Offeror's Process For Obtaining New clearances To Perform The Full Requirement By The Time Full Operational tempo Is Reached Within 30 Days Of The Period Of Performance Start Date, and Outline The Schedule For Obtaining Any Required New Clearances During the Life Of The Contract. • There Is A Request For Resumes. How Then Can We Provide Resumes Of staff, Since Staff Won't Be Assigned Until Reward. Pm And Sl Won't And Can't be Determined Until Award And Set Schedule Is In Place. please Clarify Need For Personnel Security Clearance. this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254 attached To The Rfq Which Will Be Included In The Resulting Award. 6 is There An Incumbent In Place Or Is This Anew Request? yes. The Incumbent Contractor Is Shiloh Services, Inc. 7 sow 2.1 States That "work Specified Herein Shall Be Performed At ….newport Rhode Island….or An Alternate Security Monitor Center." a. Can The Government Elaborate On When An Alternate Center Would Be Used? b. Would These Alternate Centers Be At Any Of The Locations Listed In Sow 2.0 (i.e., Usa And International Locations)? a. Whenever The Primary Smc Is Not Capable Of Functioning Or During Tests Of The Alternate Smc’s Systems. b. There Is Only One Alternate Smc And It Is Also Located At Nuwc Newport. 8 sow 4.7.1: Are There Any Specifications For The Type Of Vehicle The Contractor Should Provide (i.e., Compact Car, Sedan, Suv, Truck, Etc.)? a. Does The Vehicle Need Any Type Of Lights (i.e., Roof, Strobe, Spotlight)? b. Is Any Interior Equipment Required (i.e., Fire Extinguisher, First Aid Kit, Etc.)? any Form Of Compact Car, Sedan, Suv, Or Truck Is Acceptable. Gators, Golf Carts, Etc Are Not Considered Acceptable Vehicles As They Must Be Registered To Operate On Ri Roadways. a. No. b. No. 9 sow 5.2: For Pricing Purposes, Is Any Of The Mandatory Training Conducted While Staff Is Off Duty? a. If Training Is Off Duty, How Many Hours Per Employee Would Need To Be Compensated? none Of The Mandatory Training Is Required To Be Performed Off Duty But It Is The Contractor’s Determination As To How It Meets The Government’s Requirements. a. Na. All Training Is Conducted In A Duty Status. 10 attachment 1.b.(a): Can The Senior Technical Representative (str) Also Be The Pm? yes. However, It Is The Offeror’s Responsibility To Propose An Approach That Collectively Meets All Solicitation Requirements. 11 section L.3.(a).(i).(i).(a) States That The "page Limitation For Proposal Is Not To Exceed Fifteen (10) Pages." Please Verify The Page Limit Quantity. the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted. 12 section L.3.(a).(i): Are The Staffing Plan, Key Personnel Resume, And Past Performance Reference (attachment 2) Excluded From The Technical Volume Page Limitation? yes. 13 section L.3.(a).(i): Is The Cover Page And Table Of Contents Excluded From The Page Limitation? yes. 14 will The Government Provide A Current Seniority List Consisting Of Hire Dates Only For The Incumbent’s Security Force So That Offerors Can Accurately Price Vacation And Other Leave Benefits? no. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 15 does The Incumbent Currently Have The Contract Fully Staffed? If Not, What Are The Differences? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 16 does The Incumbent's Staff Meet The Training And Clearance Requirements Of This Solicitation? a. If Not, What Are The Differences? b. Are The Incumbent's Staff Grandfathered In Terms Of The Training? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 17 is There A Union With This Contract? a. If So, Can The Government Provide A Copy Of The Cba? yes. a. The Cba Will Be Amended Into The Posting Concurrent With This Answer Being Posted. 18 are The Alarm Monitors Self-relieving? yes. 19 since A Resume And Letter Of Intent Is Required For Key Personnel: a. Is There An Existing Pm (or Other Key Personnel Staff) Employed By The Incumbent Who Meets The Current Work Experience Referenced In The Sow? b. Does The Government Want The Successful Bidder To Retain These Key People Or Replace Them? c. If Retaining The Current Key People Is Desirable, Would The Government Consider Providing Their Names And Email Or Phone Number So That Offerors Can Contact Them? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 20 are The Alarm Monitors And Pm Required To Wear Uniforms? a. If So, Please Provide A List Of Contractor Provided Items And Any Pertinent Specifications. no. The Government Will Provide Badges That Say “smc” For Additional Identification Purposes. a. Na. 21 is There Any Contractor Provided Equipment Or Supplies That Are Required? no, With The Exception Of The Vehicle Requirement Identified In The Solicitation. 22 for The Project Manager, The Sow Lists Three Duties Of Their Job: A. Ensure Resources, Assignments, Staff, And Training Are Administered; b. Update And Maintain All After-hours And Emergency Recall Information And Reference Materials; And C. Provide Monthly Metrics Data Reports. 17.with The Assumption That The Shift Lead Will Be Handling Most Of The Daily Supervisory Tasks, Does The Pm Have Any Other Duties And/or Responsibilities? determining The Method Of Performance Of The Sow Requirements Is The Responsibility Of The Offeror. 23 is This An Existing Requirement Or Is This A New Requirement? see The Answer To Question 6. 24 if This Is An Existing Effort; What Is The Prior Contract Award Amount, Name Of Incumbent, Period Of Performance, To Include The Dates Of The Final Option Period Exercised? yes, The Current Contract Was Awarded To Shiloh Services, Inc., Which Will Expire On 06/30/2025. The Government Declines To Provide The Dollar Value As More Than Enough Information Is Available To Price Including The Cba Now Amended Into The Solicitation. 25 is The Current Incumbent Contract Currently Fully Staffed With Qualified Personnel? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 26 does The Current Incumbent Workforce Meet All Requirements Specified In The Sow? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 27 a. Is There A Security Clearance Requirement? b. If So, What Level Of Security Clearance Is Required? c. Do All Incumbent Personnel Currently Meet All Of The Adjudicated Security Clearance Requirements? a-b. See The Dd 254 Attachment To The Rfq. c. The Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 28 "are These Sca Personnel? please Provide A Wage Determination To Be Used For Pricing Purposes? which Occupation Code Listed In The Department Of Labor (dol), Wage [determination] Apply To The Requirement?" applicable Wage Information Is Provided Via The Current Amendment In The Form Of A Cba. 29 please Provide Any Uniform And/or Dress Code Requirements. the Only Applicable Standard Is Business Casual Or Inclement Weather Appropriate Clothing. 30 an Error Code Shows When Attempting To Open The Dd254 Provided. Please Clarify Security Clearance Requirements. the Rfq Posting Is Amended To Include An Updated File, To Now Properly Showing The Dd254. 31 the Work Specified Herein Shall Be Performed At The Naval Undersea Warfare Center, Division newport (nuwcdivnpt) Or The Naval Station, Newport Rhode Island (navsta) Designated or An Alternate Security Monitor Center. please Provide The Location(s) Of The Alternate Security Monitoring Center. all Primary And Alternate Facilities Of Physical Performance Takes Place At The Naval Undersea Warfare Center, Division Newport However Additional Sites Are Remotely Monitored. 32 do All Contract Employees Require Ri State And Federal Certifications For Dispatcher And Monitor Positions? no. 33 what Type Of Situations To Sme's Historically Respond To? how Many Times A Year On Average Do This Incidents Occur? see Sow. 34 4.5.1 Where Are The Temporary Storage And/or Gsa Security Containers Located, I.e. On The Nuwcd Compound, Off-site, Etc.? all Are Within The Nuwcdivnpt Compound. 35 on A Daily Basis, The Contractor Shall Support Tasks Using A Contractor Provided Vehicle In support Of 4.0 Tasks. The Vehicle Shall Display A Distinctive Contractor Emblem For Identification purposes. what Type Of Vehicle Is Required (cargo, Utility, Passenger)? are There Any Make/model/year, Etc. Requirements And/or Limitations? is There Any Relevant Historical Data Available Regarding Mileage, Storage And Offsite Fueling Allowances? is There Parking Available On The Nuwcd Compound? any Vehicle Registered And Inspected In The State Of Ri. no. no. Data Is Available As It Was Not Previously Required. yes 36 31. 5.2.1 The Contractor Shall Require Each Contractor Employee Performing Work At Any Nuwc division Newport Site, Who Has A Common Access Card (cac) And An Nmci Account To complete All Required Mandatory Training And Any Applicable Limited Audience Required training(s). The Contractor Shall Fill Out And Submit To The Government The Training Completion status Report, Gfi #25, Affirming All Mandatory Training And Any Applicable Limited Audience required Training(s) Are Completed. The Required Training And Required Training Schedule Is available At The Following Website: [will Be Provided At Award] Under Mandatory training Instructions. See The .pdf Mandatory Training Instruction – Contractors Only. for Pricing Purposes, Please Provide A List Of All Required Training, Number Of Hours Required For Completions, Government Or Contractor Provided, And Are They Otj Or Not. What Are Average Wait Times For Appointments And Issue?" all Required Training Is Virtual, Accessible From The Nuwcdivnpt Site, And Can Be Accomplished During A Standard Work Period While Performing Other Duties Of The Sow. 37 32. The Government Will Evaluate The Plan For Obtaining Personnel Security Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level As Specified In The Dd254, Including Confirmation Of Existing Clearances, Details Of The Offeror's Process For Obtaining New Clearances, And The Schedule For obtaining Any Required New Personnel Security Clearances During The Life Of The Contract. is There A Transition Period? how Long? what Is The Security Clearance Level Required? see The L&m Attachment, And, More Specifically, The Pass Fail Evaluation Criteria For Clearance Requirements And Transition Period To Full Operation Tempo. 38 33. Technical Approach (a) Submit A Personnel Plan To Accomplish All Of The Statement Of Work Tasking. Page Limitation For proposal Is Not To Exceed Fifteen (10) Pages. please Clarify If It Is 15 Or 10 Page Limit For This Section. the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted. 39 34. Staffing Plan, Attachment 3 - Staffing if The Offeror Is Proposing To Use Incumbent Personnel In Order To Maintain Continurity Of Operations, Can The Offeror Use Tbd Or Incumbent For The Staffing Plan Attachment? the Proposal Must Meet The Stated Solicitation Criteria Which Are Clear In This Matter. 40 35. Staffing Plan is There A Page Limit For The Staffing Plan? no. 41 36. Offeror Shall Provide A Mapping Of Any Company-specific Labor Categories It, Or Its Subcontractors, Proposes In the Staffing Plan To The Corresponding Government Standard Ecraft Labor Categories. Unless Specified already By The Government, Offeror Shall Propose Standard Ecraft Labor Categories Based On The descriptions Listed At: http://www.navsea.nayy.mil/home/warfare-centers/nuwcnewport/ link States ""www.navsea.nayy.mil’s Server Ip Address Could Not Be Found. please, Use The Following Url: Http://www.navsea.navy.mil/home/warfare-centers/nuwc-newport/partnerships/commercial-contracts/labor-categories/. 42 37. Is Eligibility To Become Ncic, Rilets, Nlets, And Cpic, As Retired Law Enforcement, Sufficient? Specifically In This Scenario What If The Individuals Do Not Currently Have “active” Certifications Into Those Systems. They Have Had Access In The Past And Would Be Eligible For Recertification. Will Their Resumes Meet The Requirements? the Fact That Someone Is “retired Law Enforcement” Does Not Automatically Qualify An Employee For Any Certifications Or Clearances. in Terms Of Incumbent Staff Certifications There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 43 as A Follow Up To Question #5, There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until [award]. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule In Place. resumes Are Only Required For The Key Personnel Position And Not For All Employees. For Key Personnel That Are Not Current Staff Letters Of Intent Are Required. there Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. amendment #4: extended Closing Deadline To 02/18/2025 @ 1400 Est, To Afford Time To Respond To Questions From Industry. amendment #3: extended Closing Deadline To 02/07/2025 @ 1400 Est, To Afford Maximum Compeition. amendment #2: questions To Questions From Industry, Below: question # question answer 1 how Many Guards Are Being Requested? this Is The Responsibility Of The Offeror To Determine Based On The Requirements Stated In The Rfq And Attachments Thereto. 2 how Many Shifts Daily Are To Be Covered? the Number Of Shifts Is Determined By The Offeror. Any Firm Shift Requirements Are Contained In The Personnel Qualifications Attachment. 3 is 24/7 Coverage Being Requested. yes. 4 do Guards Need To Be Armed/unarmed. all Unarmed. 5 under The Pass/fail Requirement, If Work Is Being Performed At Government Facility How/why Does The Contractor Need To: • 2.1 Plan For Obtaining Personnel Clearances the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level Specified In The Dd Form 254, Contract Security Classification Specification Attached To This Solicitation. The Plan Shall Include Confirmation Of Existing Personnel Clearances, Detail The Offeror’s Process For Obtaining New Clearances To Perform The Full Requirement By The Time Full Operational Tempo Is Reached Within 30 Days Of The Period Of Performance Start Date, And Outline The Schedule For Obtaining Any Required New Clearances During The Life Of The Contract. • There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until Reward. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule Is In Place. please Clarify Need For Personnel Security Clearance. this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254 Attached To The Rfq Which Will Be Included In The Resulting Award. 6 is There An Incumbent In Place Or Is This Anew Request? yes. The Incumbent Contractor Is Shiloh Services, Inc. amendment#1: - Added Dd254 Attached - Added Question Deadline, Which Expires 27-jan-2025 @ 1400 Est. Therefore, Please, Submit All Questions, Before That Deadline. please Read This Entire Notice Carefully As It Constitues The Only Notice That Will Be Issued. this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Request For Quotation (rfq) Number Is N66604-25-q-0168. the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Has A Firm Fixed Price Requirement In Accordance With Attachment #1 Statement Of Work (sow) For The Following On-site Monitoring Services: line Item # 0001 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2025 To 30-jun-2026 line Item # 0002 Option 1 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2026 To 30-jun-2027 line Item # 0003 Option 2 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2027 To 30-jun-2028 line Item # 0004 Option 3 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2028 To 30-jun-2029 line Item # 0005 Option 4 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2029 To 30-jun-2030 this Procurement Is Solicited As A Small Business Set-aside As Concurred With By The Nuwcdivnpt Office Of Small Business Program (osbp). The North American Industry Classification System (naics) Code For This Acquisition Is 561612; The Small Business Size Standard Is $29m. rhode Island Wd 2015-4089 Rev 26, Dated 04-09-2024, Applies. Incorporated Provisions And Clauses Are Those In Effect Through The Current Federal Acquisition Circular. The Provision At Far 52.212-1, Instructions To Offerors Commercial Items Applies To This Solicitation. The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Items Applies To This Solicitation. Clauses Far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law, 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items, And Dfars 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information Apply To This Solicitation. 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (navsea Variation I) (oct 2018) the Government May Extend The Term Of This Contract By Written Notice(s) To The Contractor Within The Periods Specified Below. If More Than One Option Exists, The Government Has The Right To Unilaterally Exercise Any Such Option Whether Or Not It Has Exercised Other Options. item(s) latest Option Exercise Date 7100 07/1/2025 7200 07/1/2026 7300 07/1/2027 7400 07/1/2028 item(s) latest Option Exercise Date 6100 8/30/2025 6200 8/30/2026 6300 8/30/2027 6400 8/30/2028 if The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. the Total Duration Of This Contract, Including The Exercise Of Any Option(s) Under This Clause, Shall Not Exceed Five (5) Years, However, In Accordance With Paragraph (j) Of The Requirement Of This Contract Entitled "level Of Effort – Alternate I", If The Total Manhours Delineated In Paragraph (a) Of The Level Of Effort Requirement, Have Not Been Expended Within The Period Specified Above, The Government May Require The Contractor To Continue To Perform The Work Until The Total Number Of Manhours Specified In Paragraph (a) Of The Aforementioned Requirement Have Been Expended. (end Of Clause) the Following Addenda Or Additional Terms And Conditions Apply. Defense Priorities And Allocations Systems (dpas) Rating Is Do-c9. A Section 508 Does Not Apply. the Required Period Of Performance Is Listed In The Table Above, F.o.b. Destination Is Newport, Ri 02841. the Government’s Preferred Method Of Payment Is Electronic Payment Through Wide Area Workflow (wawf) Will Be Used. Please Confirm If Government Purchase Card Is An Acceptable Form Of Payment Within The Quotation. full Text Of Incorporated Far/dfars Clauses And Provisions Are Available At: Www.acquisition.gov/far this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov the Quote Shall Include Price, Delivery Terms, A Technical Proposal In Accordance With The Information Contained In Attachment #2 Section L - Instructions For Submission Of Proposals And Section M – Evaluation Factors For Award And The Following Additional Information With Submission: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Duns. the Quotes May Be Submitted Via Email To The Below Address And Must Be Received On Or Before Monday, 29 Jan 2025 2:00pm Est. Offer Received After The Closing Date Are Considered To Be Late And Will Not Be Considered For Award. For Information On This Procurement, Contact: Kevin E. Silva At Kevin.e.silva2.civ@us.navy.mil Or 401-832-3558.
Research Institute For Tropical Medicine, Doh Tender
Healthcare and Medicine
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 577.6 K (USD 9.9 K)
Details: Description Request For Quotation Mode Of Procurement: Shopping 52.1(b) Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 1,522/piece Ballpen, Ballpoint Pen, 1.5mm Tip, Retractable, Black General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 2 30/piece Binder, 2-ring, 1.5ins, Black, Transparent, Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 3 134/piece Binder, 3-ring, A4 Size, 1.5" General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 4 18/piece Binder, 3-ring, Legal Size, 1" Thick General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 5 22/piece Binder, 3-ring, Legal Size, 2" Thick General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 6 38/piece Binder, D-ring, 3 Hole, A4 Size, Hardbound, Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 7 48/piece Board, Clipboard, With Metal Clip, Vinyl, A4 Size General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 8 1/pack Card, Pvc, White, Iso R-80 (54mm X 86 Mm) 100 Sheets /pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 9 385/pack Clear Book Refill, A4, 10 Sheets Per Pack, International Punching 11 Holes, Fits All, Resists Tearing, Heavy Duty Reinforced Binding Edge General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 10 10/box Clear Book Refill, For 3-hole Ring Binder, A4 Size, 100 Pieces/box General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 11 48/pack Clear Book Refill, Long, 10 Sheets Per Pack, International Punching 25 Holes, Fits All, Resists Tearing, Heavy Duty Reinforced Binding Edge General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 12 470/pack Clear Sheet, For 3 Hole Ring Binder, A4 Size,10 Sheets Per Pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 13 104/box Clip, Backfold, All Metal, Clamping: 12mm (-1mm) General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 14 2/piece Cork Board, With Aluminum Frame (24" X 36") Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 15 30/piece Data File Box, Made Of Chipboard, Black, 5'' X 9'' General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 16 232/roll Double Sided Tape, Adhesive, 1/4" Wide General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 17 5/roll Film, Film For Id - Hdp5000 Film, 1500 Counts General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 18 120/piece Folder, Archfile, 2 Holes, A4, 3'' Thickness, Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 19 20/piece Folder, Clear, Transparent Folder With Slide, A4 Size (210mm X 297mm), Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 20 20/piece Folder, Legal Size (216mm X 330mm),transparent Folder With Slide, Clear, Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 21 27/pack Folder, Tagboard, For A4 Size Documents, 100/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 22 1/piece Glue Gun, Heavy Duty With High And Low Dual Temperature Settings, 220 Volts, 60 Hertz, 40 Watts, Per Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 23 7/piece Glue Gun, Hot Melt, 20-60watts, Cordless, Rechargeable, For Glue Stick Big General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 24 120/piece Glue Stick, For Hot Melt Glue Gun General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 25 30/box Hanging Folders, Poly-reinforced Top Edge And Bottom Fold Provide Added Durability Standard Green Legal-sized Hanging Folders Lighter Interior Helps Prevent Time-wasting Misfiles Includes A Printable Label Sheet And 25 Clear 1/5-cut Tabs Product Dimensions - 16 X 9.65 X 2.5 Inches (40.6 X 24.5 X 6.4 Cm) Paper Type Material, 25pcs/box, Box General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 26 40/piece Id Case, Holder, With Lace, Plastic, Vertical, (id Case: 6cm X 10cm / Lace: 1/2" X 20") General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 27 300/set Id Case, Retractable With Horizontal Id Badge Holder (66mm X 98mm) General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 28 20/piece Id Clip, Suitable For Id Jacket Size 11.5 Cm X 9 Cm General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 29 60/piece Id Jacket, Clear Type, Size: 11.5 Cm X 9 Cm General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 30 5/piece Illustration Board, 760mm X 1000mm General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 31 12/box Laminating Film, 222mm X 286mm, 250 Micron, 100 Sheets/box General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 32 11/box Laminating Film, A3 Size, 250 Micron,100 Pieces/box General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 33 59/pack Laminating Film, A4 Size, 125 Micron, 25 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 34 54/pack Laminating Film, A4 Size, 250 Micron, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 35 186/piece Magazine File Box, Large Size, Made Of Chipboard General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 36 79/piece Marker Pen Type, Fade And Water-resistant, Quick-drying, Ap Certified Non-toxic Formula, Ultra-fine Point, 0.05mm, Black, Per Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 37 5/pack Marker, Glassboard Marker, 4 Pcs Per Pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 38 110/pad Note Pad, Stick On, Lined, Yellow, 152.4mm X 101.6mm (6" X 4") General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 39 1/case Notebook, Spiral, Color: White, Cleanroom Spiral Notebook, 5.5'' X 8.5'', (140mm X 216mm), 50 Pcs/case General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 40 20/pack Onion Skin , Size: A4, 50 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 41 2/piece Organizer, Desk , Stainless Steel , (size: H:5" X W:5.5" X L:8.7", Black General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 42 2/piece Paper Cutter, Wooden, Brown, B5 Size (17.6cm X 25.0cm), Easy Adjustment For Cutting Desires With Secured Sliding Paper Size Marker General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 43 50/pack Paper Sticker, High-gloss, 8.5 X 11'', Pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 44 110/pack Paper Sticker, Matte, A4 Size, Green, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 45 10/pack Paper Sticker, Matte, Blue, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 46 10/pack Paper Sticker, Matte, Indigo, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 47 10/pack Paper Sticker, Matte, Orange, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 48 10/pack Paper Sticker, Matte, Pink, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 49 10/pack Paper Sticker, Matte, Red, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 50 35/pack Paper Sticker, Matte, Yellow, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 51 13/pack Photo Paper, Matte, Size: A4, 146gsm, 100 Sheets/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 52 20/pack Photo Paper, Photo, A3 Size, High Gloss, 230 Gsm, 20 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 53 50/ream Photocopy Paper, Letter Size 8.5x11'', 80gsm Substance 24, Ream General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 54 1/roll Plastic Cover, Transparent, Gauge 15 Hard (thickness), 48 X 50 Yards Per Roll General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 55 10/roll Property Tag, Polyester Labels, Color Solid Green, Pre-printed, 3.5" X 3.5", Non-erasable, Non-tearable, Waterproof, Can Stand For Hot And Cold Temp, Luding Resin Ribbon, 102mm X 75m For Gc420t Printer, Roll General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 56 6/roll Property Tag, Polyester Labels, Color White, Pre-printed, 2" X 1", Non-erasable, Non-tearable, Strong Adhesive Can Stand For Hot And Cold Temp, Including Resin Ribbon 56mm X 75m, 2500 Pieces/roll *item Must Be Compatible With Gc420t Printer. General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 57 138/piece Record Book, 150 Pages, Size: 214mm X 278mm Min General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 58 4/bundle Ring Binder, 84 Rings, Plastic, 64mm X 1.2m, 10 Pieces/bundle General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 59 332/piece Sign Pen, Liquid/gel Ink, 1.0 Mm Needle Tip, Blue General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 60 60/piece Sign Pen, Liquid/gel Ink, 1.0 Mm Needle Tip, Red General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 1,522/piece Ballpen, Ballpoint Pen, 1.5mm Tip, Retractable, Black General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 25,874.00 2 30/piece Binder, 2-ring, 1.5ins, Black, Transparent, Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 4,539.30 3 134/piece Binder, 3-ring, A4 Size, 1.5" General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 16,750.00 4 18/piece Binder, 3-ring, Legal Size, 1" Thick General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 1,944.00 5 22/piece Binder, 3-ring, Legal Size, 2" Thick General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 3,190.00 6 38/piece Binder, D-ring, 3 Hole, A4 Size, Hardbound, Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 8,251.32 7 48/piece Board, Clipboard, With Metal Clip, Vinyl, A4 Size General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 2,400.00 8 1/pack Card, Pvc, White, Iso R-80 (54mm X 86 Mm) 100 Sheets /pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 1,210.00 9 385/pack Clear Book Refill, A4, 10 Sheets Per Pack, International Punching 11 Holes, Fits All, Resists Tearing, Heavy Duty Reinforced Binding Edge General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 7,700.00 10 10/box Clear Book Refill, For 3-hole Ring Binder, A4 Size, 100 Pieces/box General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 2,829.80 11 48/pack Clear Book Refill, Long, 10 Sheets Per Pack, International Punching 25 Holes, Fits All, Resists Tearing, Heavy Duty Reinforced Binding Edge General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 936.00 12 470/pack Clear Sheet, For 3 Hole Ring Binder, A4 Size,10 Sheets Per Pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 16,450.00 13 104/box Clip, Backfold, All Metal, Clamping: 12mm (-1mm) General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 1,687.92 14 2/piece Cork Board, With Aluminum Frame (24" X 36") Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 1,440.00 15 30/piece Data File Box, Made Of Chipboard, Black, 5'' X 9'' General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 2,802.30 16 232/roll Double Sided Tape, Adhesive, 1/4" Wide General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 15,080.00 17 5/roll Film, Film For Id - Hdp5000 Film, 1500 Counts General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 94,170.00 18 120/piece Folder, Archfile, 2 Holes, A4, 3'' Thickness, Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 10,200.00 19 20/piece Folder, Clear, Transparent Folder With Slide, A4 Size (210mm X 297mm), Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 180.00 20 20/piece Folder, Legal Size (216mm X 330mm),transparent Folder With Slide, Clear, Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 200.00 21 27/pack Folder, Tagboard, For A4 Size Documents, 100/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 8,286.30 22 1/piece Glue Gun, Heavy Duty With High And Low Dual Temperature Settings, 220 Volts, 60 Hertz, 40 Watts, Per Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 924.00 23 7/piece Glue Gun, Hot Melt, 20-60watts, Cordless, Rechargeable, For Glue Stick Big General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 4,200.00 24 120/piece Glue Stick, For Hot Melt Glue Gun General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 840.00 25 30/box Hanging Folders, Poly-reinforced Top Edge And Bottom Fold Provide Added Durability Standard Green Legal-sized Hanging Folders Lighter Interior Helps Prevent Time-wasting Misfiles Includes A Printable Label Sheet And 25 Clear 1/5-cut Tabs Product Dimensions - 16 X 9.65 X 2.5 Inches (40.6 X 24.5 X 6.4 Cm) Paper Type Material, 25pcs/box, Box General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 28,500.00 26 40/piece Id Case, Holder, With Lace, Plastic, Vertical, (id Case: 6cm X 10cm / Lace: 1/2" X 20") General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 1,760.00 27 300/set Id Case, Retractable With Horizontal Id Badge Holder (66mm X 98mm) General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 13,098.00 28 20/piece Id Clip, Suitable For Id Jacket Size 11.5 Cm X 9 Cm General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 194.00 29 60/piece Id Jacket, Clear Type, Size: 11.5 Cm X 9 Cm General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 1,855.80 30 5/piece Illustration Board, 760mm X 1000mm General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 346.50 31 12/box Laminating Film, 222mm X 286mm, 250 Micron, 100 Sheets/box General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 11,820.00 32 11/box Laminating Film, A3 Size, 250 Micron,100 Pieces/box General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 19,580.00 33 59/pack Laminating Film, A4 Size, 125 Micron, 25 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 8,850.00 34 54/pack Laminating Film, A4 Size, 250 Micron, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 7,020.00 35 186/piece Magazine File Box, Large Size, Made Of Chipboard General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 8,511.36 36 79/piece Marker Pen Type, Fade And Water-resistant, Quick-drying, Ap Certified Non-toxic Formula, Ultra-fine Point, 0.05mm, Black, Per Piece General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 9,124.50 37 5/pack Marker, Glassboard Marker, 4 Pcs Per Pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 3,000.00 38 110/pad Note Pad, Stick On, Lined, Yellow, 152.4mm X 101.6mm (6" X 4") General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 19,324.80 39 1/case Notebook, Spiral, Color: White, Cleanroom Spiral Notebook, 5.5'' X 8.5'', (140mm X 216mm), 50 Pcs/case General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 34,715.00 40 20/pack Onion Skin , Size: A4, 50 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 3,465.00 41 2/piece Organizer, Desk , Stainless Steel , (size: H:5" X W:5.5" X L:8.7", Black General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 3,300.00 42 2/piece Paper Cutter, Wooden, Brown, B5 Size (17.6cm X 25.0cm), Easy Adjustment For Cutting Desires With Secured Sliding Paper Size Marker General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 1,424.00 43 50/pack Paper Sticker, High-gloss, 8.5 X 11'', Pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 2,599.00 44 110/pack Paper Sticker, Matte, A4 Size, Green, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 6,050.00 45 10/pack Paper Sticker, Matte, Blue, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 550.00 46 10/pack Paper Sticker, Matte, Indigo, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 550.00 47 10/pack Paper Sticker, Matte, Orange, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 550.00 48 10/pack Paper Sticker, Matte, Pink, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 550.00 49 10/pack Paper Sticker, Matte, Red, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 550.00 50 35/pack Paper Sticker, Matte, Yellow, A4 Size, 10 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 1,925.00 51 13/pack Photo Paper, Matte, Size: A4, 146gsm, 100 Sheets/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 7,150.00 52 20/pack Photo Paper, Photo, A3 Size, High Gloss, 230 Gsm, 20 Pieces/pack General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 7,420.00 53 50/ream Photocopy Paper, Letter Size 8.5x11'', 80gsm Substance 24, Ream General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 8,500.00 54 1/roll Plastic Cover, Transparent, Gauge 15 Hard (thickness), 48 X 50 Yards Per Roll General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 2,750.00 55 10/roll Property Tag, Polyester Labels, Color Solid Green, Pre-printed, 3.5" X 3.5", Non-erasable, Non-tearable, Waterproof, Can Stand For Hot And Cold Temp, Luding Resin Ribbon, 102mm X 75m For Gc420t Printer, Roll General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 90,090.00 56 6/roll Property Tag, Polyester Labels, Color White, Pre-printed, 2" X 1", Non-erasable, Non-tearable, Strong Adhesive Can Stand For Hot And Cold Temp, Including Resin Ribbon 56mm X 75m, 2500 Pieces/roll *item Must Be Compatible With Gc420t Printer. General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 17,532.90 57 138/piece Record Book, 150 Pages, Size: 214mm X 278mm Min General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 6,486.00 58 4/bundle Ring Binder, 84 Rings, Plastic, 64mm X 1.2m, 10 Pieces/bundle General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 751.92 59 332/piece Sign Pen, Liquid/gel Ink, 1.0 Mm Needle Tip, Blue General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 13,270.04 60 60/piece Sign Pen, Liquid/gel Ink, 1.0 Mm Needle Tip, Red General Requirements 1.) Certification From The Bidder That The Items/products Offered Are Original And Brand New Upon Delivery. 2.) Product Brochure Of Specific Product/item Being Offered Indicated In The Bid Proposal. 2,398.20 Delivery Period: 30 Working Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All
information Needed To Submit Sf330 Documents Are Contained
herein. No Additional Solicitation Package Or Technical
information Will Be Issued. project: 544-25-125 Replace Dental Vacuum System work Location: Wm. Jennings Bryan Dorn Va Medical Center, Columbia, Sc 29209 estimated/target Completion Period: 145 Calendar Days After Award. construction Magnitude: Between $100,000 And $250,000. naics: 541330 - Engineering Services small Business Standard: $25.5 Million set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) site Visits Will Not Be Arranged During This Phase. the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September
30, 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than
(nlt) 12:00 Pm (est) January 13, 2025. ***attention*** Acknowledgement E-mails Will Be Sent From The Co Upon Receipt Of A Submission. If An Acknowledgement Is Not Returned, The Firm Should Contact The Co At Christopher.jenkins@va.gov And 478-595-2794. project Overview:
the Columbia Va Health Care System Requires A Designed Solution To Repair Or Replace The Dental Vacuum System To Include All Piping, Pumps, Vacuums, Filters, Separators, Valving, Motors, Starters, Controllers, And All Other Necessary Components To Provide A Completely New System. The Current System Is Not Functioning Properly And Believed To Be Caused By The Current Configuration, Component Locations, And Length Of Installed Vacuum Piping. the End Result Of The Contract Is A Complete Set Of Construction Documents To Repair Or Replace The Existing Dental Vacuum System That Are Prepared For Solicitation For Construction. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Sba Vetcert: Https://veterans.certify.sba.gov/ Prior To Submission Of Proposal And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligibility Determination Is Performed By The Center For Veterans Enterprise (cve). Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov vets-4212 Federal Contractor Reporting Https://www.dol.gov/agencies/vets/programs/vets4212 important Notice: Prior To Submitting A Proposal Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Department Of Veteran Affairs Center For Veterans Enterprise (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Cve And Submit The Aforementioned Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Department Of Veteran Affairs (va) Office Of Small & Disadvantaged Business Utilization (osdbu) Sba Vetcert: Https://veterans.certify.sba.gov/ And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To
contract Award. in Order To Assure Compliance With Far Clauses, 52.219-14 Limitations On
subcontracting (deviation 2019-01) And Vaar 852.219-10, Va Notice Of Total
service-disabled Veteran-owned Small Business Set-aside (jul 2019)
(deviation), All Firms Submitting A Sf 330 For This Pre-solicitation Notice Are
required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. far Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Far 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of Georgia. sf330s Shall Be Organized In The Following Order: cover Sheet (one-page Limit)
design Team Background With Locations Of Supporting Offices (one-page Limit)
design Team Organizational Structure With Key Discipline Roles (one-page Limit)
factor 1 Specialized Experience (one Page Per Project Limit) factor 2 - Professional Qualifications (one Page Per Resume Limit)
factor 3 Past Performance Summary Sheet (one-page Limit)
factor 4 - Capacity (one-page Limit)
factor 5 Knowledge Or Location (one-page Limit)
factor 6 Sdvosb Inclusion Statement (one-page Limit)
full Cpars/ppqs Documentation For Factor 1 Projects (20-page Limit) additional Information (10-page Limit) sf330s Received Out Of Sequence Will Be Viewed Negatively. sf330 Specific Requirements:
all Sf330 Pages Shall Be Pdf Searchable For Items 1 Through 11 And Item 13. Full Cpars And Ppqs May Be Scanned. start Each Factor Response On A New Page.
use No Less Than 11-point Font.
all Text And Images Containing Text Is Legible When Printed On 8.5 X 11 Paper. The Evaluation Board Will Not Seek Clarification Regarding Illegible Text. primary Selection Criteria (listed In Descending Order Of Importance): factor 1
specialized Experience (sections F, G And H): Specialized Experience And Technical Competence In The Design And Construction Period Services Will Be Required To Perform Throughout The Life Of The Contract. Projects Experience Pertains To The Types, Size, Recency, Cost, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. page Limit One Page Per Project. Five-page Total For Factor 1. Information Provided On Additional Pages Beyond The One Page Per Project Limit Or Beyond The Five-page Total Limit Will Not Be Included With The Review. relevant Project Experience: Submit Five (3) Projects That Meet All Criteria Shown Below. relevant Project Type Design-bid-build Projects Involving Site Investigation, Schematic Design, Design Development, And Construction Documents. Dental Vacuum System Replacements, Renovations Of Dental Clinics That Include New Dental Vacuum Systems, And New Building Construction That Include New Dental Vacuum Systems Are Acceptable Project Types. Masterplan And Rfp Development For Design-build Contracts Will Not Be Viewed As Relevant. relevant Project Size Systems Service Five Dental Chairs Or More. relevant Project Recency Project Construction Must Be Complete Or Substantially Complete Within The Past Five Years Of The Solicitation Due Date. Substantially Complete Is Defined As 80% Or Greater Of The Construction Project Is Complete At The Time Of The Solicitation Due Date. relevant Project Cost - Construction Project Cost Must Be Greater Than $75,000
relevant Project Complexity The Project Narrative Description Must Indicate Experience With All The Following Criteria:
designing Main Vacuum Systems That Include Amalgam Separators For Dental Service Lines. designing Infection Control Risk Mitigation Plans
designing New Pump/vacuum Drive And Controller System the Relevant Project Criteria Listed Above Is The Minimal Information Required For Acceptable Project Relevance. Additional Value Will Be Considered For Projects Which Convey Expertise With The Following Categories And Will Potentially Increase The Overall Rating For This Factor. Projects That Do Not Convey Additional Value Expertise Will Not Be Considered A Weakness. Additional Value Expertise Includes: experience With The Submitting Firm Serving As The Prime Contractor Leading A Multi-discipline Team Through Investigative, Design, Solicitation, And Construction Period Services. These Services Must Be Documented For Each Project Narrative. designing Hazardous Material Abatement Plans experience With Recent Projects Intended To Support Service Line Dental Service Lines.
va Projects Showing Documented Experience With Implementing Va Design Guides And Standards From The Technical Information Library. experience With Recent Projects Located In The Columbia, Sc, South Carolina Midlands Area, Or Adjacent Counties. experience With Recent Projects That Include Implementing Va Cad And Bim Standards.
submissions Shall Include No More And No Less Than Three (3) Type Projects Of Recent And Relevant Government And Private Experience Projects Similar In Type, Size, Recency, And Complexity, Cost, And Experience With The Type Of Projects/competence Above.
section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together As A Cohesive Unit On The Provided Relevant Projects. An Acceptable Rating Will Be Given If All Key Disciplines Are Shown, And Each Discipline Participated With At Least One Project Listed On Section G. Proposed Design Team Members That Do Not Have Experience With Any Of The Five Submitted Example Projects As Shown In Section G Will Be Viewed Negatively. factor 2
professional Qualifications (sections C Through E) Necessary For Satisfactory Performance Of Required Service. The Ae Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. The Design Firm And A-e Staff Representing The Project Must Be Licensed To Practice In Any State Of The United States Of America. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered To Sign Drawings In Each Discipline Must But Does Not Have To Be Registered In The State Where The Project Is Located. The Licensed Professional Must Hold Current Licensure For Said Discipline To Practice In Any State Of The United States Of America. Engineer-in -training (eit) Is Not Considered A Professional Licensure. page Limit One Page Limit Per Position Resume 8 Pages Total For Factor 2. Information Provided On Additional Pages Beyond The 8-page Limit Will Not Be Included With The Review. resume Requirements - A Resume For Each Of These Key Positions Must Be Provided Identifying Their Specific Role, Via Section E In The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To, The Lists Of Professionals With Required Licensure And Preferred Licensure Below. An Unacceptable Rating May Be Given If Resumes Are Not Provided For All Roles Listed. positions Requiring Professional Licensure. Not Providing The Professional Licensure Will Be Viewed Negatively And Will Not Be Compliant With The Solicitation. architect mechanical Engineer
electrical Engineer
fire Protection Engineer
plumbing Engineer key Positions With Preferred Qualifications. Design Team Professionals That Have Obtained The Indicated Preferred Licensure May Be Viewed More Favorably. Not Providing The Professional Licensure Will Not Be Viewed Negatively And Will Not Reduce The Overall Rating For This Factor. Higher Value Will Be Given For Professionals With The Preferred Professional Licensure. quality Control Manager - Either Cqm, Cqe, Lean Six Sigma Black Belt, Or Experience With Minimum Five Projects Were Served As Qc Manager.
project Manager - Project Management Professional (pmp) Certification Or More Than 10 Years Experience With Managing A/e Design Projects. construction Cost Estimator - Aspe Certified Professional Estimator (cpe) Certification multi-function Roles Are Allowable For The Following Positions And May Be Shown As Multi-role Positions On The Resumes:
mechanical And Plumbing Engineering. architect, Seps Manager, Bim Manager, Interior Designer
electrical Engineer And Rcdd
project Manager And Quality Control Manager include The Home Office Location For Each Key Discipline Identified On Each Respective Resume In Section E Block 15. the Criteria Listed Above Is The Minimal Information Required For Acceptable Professional Qualifications. Additional Value Will Be Considered For Each Key Position And Will Potentially Increase The Overall Rating For This Factor And Shall Not Exceed The Prescribed Page Limit.
key Personnel Having Greater Than 10 Years Experience In The Practicing Field.
key Personnel With Greater Than Five Years Employment With The Proposed Design Team Firm.
va Design And Construction Experience Within The Past Five Years. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 3
past Performance (section H): Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules Along With The Firm S History Of Design Error, Omission, And/or Deficiency Claims. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. However, If The Va Cpars Is Not Included With The Sf330 Submission, Then The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies, Outside Of The Va. for Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submit-ted In The Sf330 A Ppq Must Be Provided Listing Their Specific Role As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. the Government May Also Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Cpars And Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. page Limit Provide No More Than One Page Total For This Factor For The Summary Page. Full Cpars/ppq Documentation Shall Be Included On Additional Pages With The Sf330 And Will Not Count Towards The Total Page Count. provide A Summary Page That Provides The Factor S Required Information. For Each Of The Five Projects, Provide The Following Information. project Information (each Project For Specialized Experience)
past Performance Record Type (ppq Or Cpars)
contract Number
point Of Contact (name, Phone, Email, Job Title, Poc Role)
ae Firm Role With Project (prime Or Subcontractor)
category Ratings provide Complete Cpars (or Ppqs If Cpars Is Not Available) For All Sample Projects After The Sf330 Factor 8 Section. the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Locate This Documentation After The Complete Cpars/ppq Documents. Additional Value Documentation Shall Not Exceed Five Pages.
letters Of Appreciation Or Accolades From Previous Projects
industry Recognition Or Design Awards
any Other Information The Design Team Wishes To Include For This Factor So Long As The Five-page Limit Is Not Exceeded. factor 4
capacity (section H): The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector During The Previous Twelve (12) Months And The Full Potential Value Of Projects Forecasted Within The Next Twenty-four (24) Months Any Current Indefinite Delivery Contracts That The Firm Has. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members, Including Sub-consultants. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For All The Va Projects Current And Forecasted. Awarded In The Previous 12 Months. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf330. The Information For This Factor Shall Be Provided In Section H Of The Sf330. page Limit Provide No More Than Two Pages Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. include A Table That Conveys Each Key Discipline, Quantity Of Current Design Project Workload, Quantity Of Current Construction Period Service Workload, Estimated Future Design Load, Estimated Future Construction Workload, Quantity Of Current Idiq Contracts, Total Idiq Contract Capacity, Total Remaining Idiq Capacity, And Percent The Key Discipline Is Available. For Example: key Discipline
total # Of Current Design Project Workload
# Of Current Construction Project Workload
estimated # Of Future Design Project Workload
estimated # Of Future Construction Project Workload
quantity Of Current Idiq Contracts Involved With
total Idiq Capacity All Contracts
(millions)
total Idiq Remaining Capacity
(millions)
percent Available
capacity
architect
6
7
6
7
4
$1m
$2m
45%
mechanical Engineer
4
8
3
8
2
$1m
$1
10%
add Disciplines As Required the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Do Not Include Additional Pages In The Additional Information Section.
providing A Narrative Conveying The Design Team S Approach On How New Work Will Merge With The Current Workload. provide A Narrative Describing The Process Regarding Replacement Of Key Disciplines Should One Decide To Leave The Design Team. convey How The Design Team Can Maintain Schedule If A Key Discipline Member Is No Longer Available?
any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 5
knowledge Of Locality (section H). Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. provide An Individual Narrative Conveying Knowledge Of The Locality For Each Of The Following Categories:
local Conditions Or Project Site Features
climatic Conditions
geologic Features
working With And Local Construction Methods
working With Local Laws And Regulations the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section. experience With Seismic Designs Applicable To The Columbia, Sc Area. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 6
use Of Service- Disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. Offerors Shall Be Evaluated Based On Their Utilization Plans For Service- Disabled Veteran- Owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. Offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review.
provide A Listing Of All Consulting Firms And Business Government Certification(s). Indicate The Anticipated Percentage Of Work The Consulting Firm Will Perform.
the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. The Higher Percentage Of Certified Sdvosb Firms Included With The Design Team May Provide Additional Value And Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section.
Landkreis Teltow Fl Ming Tender
Civil And Construction...+1Civil Works Others
Germany
Closing Date9 Jan 2025
Tender AmountRefer Documents
Details: The property at Brandenburgische Strasse 100 in Ludwigsfelde has 2 building sections. The building is used as a 2-stream vocational school with preparation and classrooms, administration and office rooms, a serving kitchen with dining room, and storage rooms. The main building, which faces the street on its gable side, and the side wing angled at right angles to it, were built around 1950. The main building has a full basement and 2 floors above ground and an attic. The side wing has a partial basement and 1 floor above ground and an attic. The building sections were built as a masonry structure with steel stone and reinforced concrete ceilings, a wooden roof structure with concrete roof tiles. The roof structure consists of nailed lattice rafter trusses on the eaves sill and ridge purlin. The hipped areas were built as a purlin roof structure with rafters. The interior and sanitary facilities were renovated in the early 1990s. In this context, the roof covering (clay tiles) was also renewed. The current planning includes the renovation and the fire protection upgrade of the buildings. The roof structure and roof covering are being renewed outside. The windows and facade are being revised. Inside, fire protection renovations are being carried out with regard to the hallway partitions and necessary room closures. The main building is approx. 75.00 x 13.50 m and the side wing approx. 35.00 x 12.50 m
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Environmental Service...+1Chemical Products
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is For Market Research To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform Or Provide A Potential Requirement. The Responses Received From Interested Vendor Will Assist The Government In Determining The Appropriate Acquisition Method. the Department Of Veterans Affairs (va), Network Contracting Office 16 (nco 16) Is Seeking To Identify Potential Qualified Vendors Capable Of Providing The Requirement. This Requirement Is For The Veterans Health Care System Of The Ozarks (vhso) At 1100 N. College Ave Fayetteville, Ar 72703.
the North American Industry Classification Code (naics) Is 541380 (testing Laboratories And Services), And Psc Code F107 (environmental Systems Protection- Toxic And Hazardous Substance Analysis), With A Size Standard Of $19.0 Million. requested Responses: all Responsible Vendors And Interested Parties Please Respond To This Source Sought Announcement If You Can Fulfill The Requirements. Responses To This Source Sought Shall Include The Following Information: 1. Your Company Name, Address, Contact Person Name, Phone Number, Fax Number, E-mail Address(s), Uei Number, Number Of Employees, And Company Website If Available. 2. If You Are An Gsa/fss Contract Holder Are The Referenced Services Available On Your Schedule/contract? Provide Your Company Gsa/fss Contract Number And Contract Expiration Date, If Applicable. 3. If You Are A Nasa Sewp V Contract Holder Are The Referenced Services Available On Your Schedule/contract? Provide Your Company Nasa Sewp V Contract Number, Contract Group, And Contract Expiration Date, If Applicable.
4. Is Your Company A Contract Holder On Any Other Federal Contract? If So, Please Provide The Contract Number.
5. Socio-economic Status Of Business Such As But Not Limited To (service-disabled Veteran Owned Small Businesses (sdvosb) Or Veteran Owned Small Businesses (vosb) Sdvosb/vosb, 8(a), Hub Zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hub Zone Business, Large Business, Etc.). 6. Is Your Company Considered Small Under The Naics Code Identified In This Source Sought Announcement? 7. Is Your Company A Service Provider For The Services Being Offered? If So, Can You Provide Documentation Confirming Authorization To Provide The Referenced Services Being Offered Per The Statement Of Work? 8. If Your Company Is A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). 9. Vendors Are Requested To Submit Estimated Market Research Pricing With Their Responses. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Future Solicitation. (e.g., If Contracting Officer Determines That Capable Small Businesses Cannot Provide Fair And Reasonable Pricing, Then The Solicitation Will Not Be Set-aside). please Note That If Incomplete Responses Are Received. Lack Of Documentation Proving Your Business Can Conduct The Services Being Offered Or All Questions Not Being Answered Within This Notice, Your Response Will Not Be Taken Into Consideration.
contact Information And Response Due Date: please Email All Responses To Caleb.parker@va.gov. Please Respond To This Source Sought Notice No Later Than 01-29-2025, 5:00 Pm Central.
disclaimer: This Source Sought Is Issued Solely For Informational And Planning Purposes And Does Not Constitute A Solicitation. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Department Of Veterans Affairs To Form A Binding Contract. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Source Sought Notice. statement Of Work For Environmental Microbiology Laboratory Analytical Services
general Requirements: an Iso/tec 17025 Accredited Laboratory Under The Environmental Microbiology Lab Accreditation Program (emlap) Will Process (incubate, Analyze, Record And Report Results) Microbiological Surface Samples, Gloved Fingertip And Thumb Samples (gfs) And Media Fill Testing (mft) Samples Obtained And Submitted By Veterans Healthcare System Of The Ozarks (vhso). Samples Will Be Processed According To The Most Current Version Of Cag-009-2011 (or Its Successor) And Results Will Be Compared To Recommendations Provided In Usp . all Sampling Supplies, Plates And Media Fill Will Be Provided By The Laboratory Pursuant To This Contract. Certificate Of Analysis From The Manufacturer Will Be Provided For Each Lot Of Growth Media To Verify That The Media Meet The Expected Growth Promotion, Ph, And Sterilization Requirements. the Contractor Shall Process Personnel Related Assessment Testing Gfs Samples According To Cag-009-2011 (or Its Successor), And 2022 Usp Standards. Gfs Results Will Be Reported For Each Plate, With The Amount Of Colony Forming Units (cfu) Present On Each Plate Reported. If There Is No Growth Present That Shall Be Indicated On The Report (0 Cfu Or < 1 Cfu). the Contractor Shall Process Mft Testing Samples According To Cag-009-2011 (or Its Successor) And 2022 Usp Standards. Mft Results Will Be Reported As Negative (pass) Or Positive (fail); Failure Is Indicated By Visible Turbidity Or Other Visual Manifestations Of Growth In The Media In One Or More Container Closure Unit(s) On Or Before 14 Days. the Contractor Shall Process Viable Surface Samples According To The Most Current Version Of Cag-009-2011 And 2019 Usp Standards. If Cfu Measured During Viable Sampling Exceed Usp Threshold Levels, The Report Will At Minimum Identify Genus And, When Possible, Species Of Any Microorganism Recovered On The Report, In Addition To The Sample Name And The Number Of Cfu. If There Is No Growth Present That Shall Be Indicated On The Report (0 Cfu Or < 1 Cfu). scope: the Contractor Shall Perform Routine Work Detailed In This Statement Of Work (sow) On A Regular Schedule, Mutually Agreed Upon By The Contractor And Contracting Officer Representave (cor). the Number Of Surface Sampling, Gloved Fingertip Testing (gfs) And Media Fill Testing (mft) May Change Throughout The Contract Period. This Is Vhso's Best Estimate Of The Number And Type Expected To Be Tested And Sampled By The Contract. Vhso Reserves The Right To Delete Or Add Units As Required.
if The Numbers Of Listed Items Will Be Exceeded, No Work Is Authorized Without The Prior Written Approval Of The Contracting Officer (co) To Account For It. Work Items Or Services Not Already Included In This Sow, But Relevant To It, May Be Ordered By The Co Without Further Competition. Only The Co Has The Right To Obligate Funding Or Order Work Not Expressly Detailed In This Sow. The Government Shall Not Be Held Responsible For Payment For Any Work Performed By The Contractor That Is Outside The Scope Of This Contract Or Without The Prior Approval Of The Co.
task:
bacteria And Fungi Surface Incubation And Sample Analysis
gloved Fingertip And Thumb Sample Incubation And Sample Analysis
media Fill Testing Sample Incubation And Sample Analysis pharmacy Iv Personnel Will Conduct Gloved Fingertip And Thumb Testing, Media Fill Testing And Surface Sampling According To Usp Guidelines And Pharmacy Needs. The Pharmacy Designated Person Or Their Designee Shall Collect, Label, And Prepare All Samples For Shipping Pursuant To Instructions Provided By The Contractor Ensuring Viability Of Samples During Shipping. Every Effort Will Be Made To Ship Samples The Same Day As Sampled And Will Be Shipped For Next Day Delivery To The Contractor According To Instructions. If Samples Are Not Able To Be Shipped The Same Day As Sampled, They Will Be Shipped No Later Than The Day After Sampling Takes Place. Days Of Sampling Will Be Coordinated So Delivery Occurs According To Contractor S Normal Hours. gloved Fingertip Sampling Plates:
pharmacy Compounding Staff Must Be Evaluated In Gloved Fingertip And Thumb Sampling (gfs) To Demonstrate Competency In Garbing And Hand Hygiene, As Set Forth In Usp . Vhso Will Perform Gfs On Site, Using One Sampling Device Per Hand (e.g., Plates, Paddles, Or Slides) Containing General Microbial Growth Agar {e.g., Trypticase Soy Agar (tsa)} Supplemented With Neutralizing Additives (e.g., Lecithin And Polysorbate 80) As This Agar Supports Both Bacterial And Fungal Growth. contractor Will Incubate Fingertip Sampling Plates Immediately Upon Receipt At A Temperature Of 30-35â° C For No Less Than 48 Hours And Then At 20â° 25â° C For No Less Than 5 Additional Days. Sampling Plates Will Be Stored During Incubation To Prevent Condensate From Dropping Onto The Agar And Affecting The Accuracy Of The Cfu Reading (e.g., Invert Plates). Contractor Will Record And Report The Number Of Cfu Per Hand (left Hand, Right Hand), As Well As The Starting Temperature For Each Interval Of Incubation, Dates Of Incubation, And The Identification Of The Person Who Reads And Documents The Results. Contractor Personnel Who Analyze Sampling Plates Including Reading Of Plates, Counting Cfu, And Performing Identification Of Recovered Microorganisms Will Be A Licensed And Qualified Environmental Microbiologist. failure Is If Total Cfu For Both Hands Is Greater Than The Action Level For The Type Sampling (i.e., Initial Or Bi-annual). The Contractor Will Notify The Usp Program Manager, Or If Unavailable, The Chief Pharmacy Services, Within 1 (one) Business Day Of Any Failure.
all Results Will Be Transmitted The Facility Within One Business Day Of Final Analysis.
table 1. Action Level For Gloved Fingertip Sampling And Thumb Sampling
gloved Fingertip & Thumb Sampling
action Level*
initial Sampling After Garbing
>0
subsequent Sampling After Media-fill Testing (every 6 Months)
>3
*action Levels Are Based On The Total Cfu Count From Both Hands. surface Sample Plates:
surface Sampling Plates Are Preferred Over Paddles Or Slides. One Plate Each Of General Microbial Growth Agar [e.g. Typticase Soy Agar (tsa)] Supplemented With Neutralizing Additives (e.g. Lecithin & Polysorbate 80 Will Be Used At Each Sampling Site. microbiological Surface Monitoring Will Be Performed Monthly In The Segregated Compounding Area And All Classified Areas Including: pass-through Chambers the Interior Of The Primary Engineering Controls (pecs) And Any Equipment Contained Within
staging Or Work Area(s) Near The Pec
frequently Touched Surfaces * Additional Surface Sampling May Be Performed During Certification Of New Facilities And Equipment, After Servicing Facilities Or Equipment, In Response To Identified Problems, In Response To Identified Trends, Or In Response To Changes That Could Impact The Sterile Compounding Environment. one Sample Of Tsa Will Be Obtained Per Sample Location. Contractor Will Incubate Surface Sampling Plates Immediately Upon Receipt At A Temperature Of 30-35â° C For No Less Than 48 Hours And Then At 20â° 25â°c For No Less Than 5 Additional Days. Sampling Plates Will Be Stored During Incubation To Prevent Condensate From Dropping Onto The Agar And Affecting The Accuracy Of The Cfu Reading (e.g., Invert Plates). If Levels Measured During Surface Sampling Exceed The Levels In Usp Table 6, An Attempt Must Be Made To Identify Any Microorganism Recovered To The Genus Level, And When Possible, To Species Of The Microorganism Recovered. Staff Direct Surface Sample Readings Do Not Require Any Additional Identification Of Microorganisms Recovered To The Genus Level. Contractor Will Identify Which Surface Sampling Method Is Included With Bid. contractor Will Report The Number Of Cfu Per Plate As Well As The Starting Temperature For Each Interval Of Incubation, Dates Of Incubation, And The Identification Of The Person Who Reads And Documents The Results. Contractor Personnel Who Analyze Sampling Plates Including Reading Of Plates, Counting Cfu, And Performing Identification Of Recovered Microorganisms Will Be A Licensed And Qualified Environmental Microbiologist. failure Is Indicated If Cfu Of Any Plate Is Greater Than The Action Level For The Classified Area. The Contractor Will Notify The Pharmacy Designated Person And The Chief Of Pharmacy Services, Within 1 (one) Business Day Of Any Failure. All Results Will Be Transmitted The Facility Within One Business Day Of Final Analysis.
table 8. Action Levels For Surface Sampling iso Class
surface Sampling Action Levels (cfu Per Media Device)
5
>3
7
>5
8
>50 media Fill Samples:
media Fill Tests Will Be Designed And Developed By The Pharmacy Designated Person To Reflect The Most Complicated Manipulations Performed At Vhso. The Contractor Will Be Provided With The Final Media Fill Testing Sample (one Sample) Per Staff Member Tested. contractor Will Incubate Mft Samples Immediately Upon Receipt At A Temperature Of 20â° 25â°c For 7 (seven) Days Followed By 7 (seven) Days At 30â° 35â°c To Detect A Broad Spectrum Of Microorganisms. contractor Will Report Pass/fail Results As Well As The Starting Temperature For Each Interval Of Incubation, Dates Of Incubation, And The Identification Of The Person Who Reads And Documents The Results. Contractor Personnel Who Analyze Media Fill Including Reading Results Licensed And Qualified Environmental Microbiologist And Or Technician. failure Is Indicated By Visible Turbidity Or Other Visual Manifestations Of Growth In The Media In One Or More Container Closure Unit(s) On Or Before 14 Days. The Contractor Will Notify The Pharmacy Designated Person And The Chief Of Pharmacy Services, Within 1 (one) Business Day Of Any Failure. All Results Will Be Transmitted The Facility Within One Business Day Of Final Analysis. place Of Performance: veterans Healthcare System Of The Ozarks
1100 N College Avenue
fayetteville, Ar 72703
479-587-5990 period Of Performance: table 3. Performance Years
2025 (base Year)
14 July 2025 - 30 September 2025
2026 (option Year 1)
1 October 2025 - 30 September 2026
2027 (option Year 2)
1 October 2026 - 30 September 2027
2028 (option Year 3)
1 October 2027 - 30 September 2028
2029 (option Year 4)
1 October 2028 - 30 September 2029
2030 (option Year 5)
1 October 2029 - 30 September 2030 contractor Qualifications: an Iso/tec 17025 Accredited Laboratory Under The Environmental Microbiology Lab Accreditation Program (emlap). Copies Of Pertinent Certifications, Licenses And Emlap Accreditation Will Be Required. performance Requirement Summary: facility Surface Sampling Analysis For Viable Particles From Samples Taken In The Segregated Compounding Area (sca), Chemo Ante Room, Chemo Buffer Room, Iv Ante Room, Iv Buffer, And Associated Primary Engineering Controls (pecs) viable Surface Sampling Analysis identification To At Least Genus For Any Growth That Exceed The Levels In Usp Table 8, And When Possible, To Species Of The Microorganism Recovered.
personnel Related Assessments Include The Following:
gloved Fingertip And Thumb Sample Incubation And Sample Analysis
media Fill Testing Incubation And Sample Analysis number Of Samples:
gloved Fingertip Samples (620 Per Year)
media-fill Tests For Staff (85 Per Year)
direct Surface Sample Readings For Initial Staff Certification And Staff Biannual Competencies (115 Per Year)
surface Sample Readings For Monthly For Iv Compounding Areas (sample Locations To Be Determined By Vhso) And Staff Direct Compounding Area Surface Samples (195 Per Year) sampling Reports: results Of Viable Samples And/or Surface Sampling Must Be Submitted To The Pharmacy Designated Person And The Chief Of Pharmacy Within One (1) Business Days Of The Receipt Of The Results. Failure To Follow These Procedures May Result In Delay Of Payment Or Nonpayment. Pass/fail Notifications Should Be Included Where Applicable. Each Sampling Reports Shall Contain, At A Minimum, The Following Information:
an Sop Or Protocol That Describes The Process For The Handling, Incubation And Analysis For Each Sampling Plate Or Mft. growth And Sterility Control Reports (where Applicable) price Schedule: the Contract Rate Is An All-inclusive Rate. No Separate Fees Will Be Allowed. contracting With Parties Listed On The Oig List Of Excluded Individuals/entities: In Accordance With Hipaa And The Balanced Budget Act (bba) Of 1977, The Office Of Inspector General Has Established A List Of Parties And Entities Excluded From Federal Health Care Programs. Specifically, The Listed Parties And Entities May Not Receive Federal Payments Due To Fraud And/or Abuse Of The Medicare And Medicaid Programs. The List Of Excluded Individuals/entities Can Be Found On The Oig Web Site At Www.hhs.gov/oig. With Submittal Of Proposal, The Contractor Shall Provide Evidence Than None Of The Contractor S Employees Are On The Excluded Parties List. invoices/payments: This Provision Shall Survive The Termination Or Ending Of The Contract. Payment For Services Rendered By The Contractor Under The Terms Of This Contract Will Be Made Upon Receipt Of A Properly Executed Invoice. Invoice To Be Submitted Within Fourteen (14) Workdays Following Completion Of The Contractors Rendered Services. Va Will Verify Services Performed And Certify Invoice For Payment Within Thirty (30) Days Following Date Of Receipt Of Sampling Reports. Any Identified Discrepancy(s) In Billings Shall Be Cause For Extending Provisions Of This Paragraph Until The Discrepancy Or Other Identified Problem With The Billing Invoice Has Been Resolved. Invoices Shall: be Electronically Prepared And Submitted In Accordance With Far 52.212-4(g)
clearly State The Terms Of Any Discounts Offered
include The Current Fiscal Year And Purchase Order Number include The Period Of Performance Covered By The Invoice
accept Payment For Services Rendered Under This Contract As Payment In Full. This Provision Shall Survive The Termination Or Ending Of The Contract. information Security Officer, Information Protection: The Contractor Will Not Have Access To Va Desktop Computers Nor Online Resources Belonging To The Government While Conducting Services. privacy Officer: The Contractor Will Not Have Access To Patient Health Information (phi) Nor Have The Capability Of Accessing Patient Information During The Services Provided To The Va. records Manager: The Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chapters 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. 14. Records Management Obligations
a. Â applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Â
b.  definitions Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. Â
the Term Federal Record:
includes Veterans Health Care System Of The Ozarks Records.â
does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vhso Contract.
may Include Deliverables And Documentation Associated With Deliverables.
c. Â requirements
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â vhso And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Vhso Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of  any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Vhso. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Vhso Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Vhso Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Vhso Policy.â the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vhso Information That Are Not Specifically Tied To Or Authorized By The Contract.â the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â the Vhso Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Vhso Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. training.  all Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vhso-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â
d. Â flowdown Of Requirements To Subcontractors
the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â
violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
authorized Government Representative(s)
the Authorized Government Representative Will Be Responsible For Technical Monitoring Of The Contractor's Performance And Deliveries. The Authorized Government Representative And The Contractor's Representative Shall Work Together To Ensure That All Contractual Requirements Are Being Met. The Authorized Government Representative Will Interpret Specifications Or Technical Portions Of The Work. The Authorized Government Representative(s) For This Contract Is: final Invoicing Instructions: It Is Your Firm S Responsibility To Submit A Completed And Signed Final Invoice Memo (see Attached Template) In Accordance With The Terms And Conditions Of This Contract. The Final Invoice Memo Must Be Signed And Attached To Your Firm S Submission Of The Final Invoice For Final Payment Or Within Seven (7) Calendar Days After The Period Of Performance Or Contract Expiration. If The Co Or Designated Representative Does Not Receive A Signed Copy Of The Final Invoice Memo With Your Firm S Final Invoice For Final Payment And/or If The Government Does Not Hear From Your Firm Via E-mail After Seven (7) Calendar Days, After The Period Of Performance Or Contract Expiration, The Government Will Accept That There Is Adequate Evidence That All Supplies And Services Have Been Delivered And Accepted, All Invoices Have Been Paid, And That There Are No Outstanding Invoices Or Issues Concerning This Contract; Thus, The Government Will Continue With A Unilateral De-obligation Of Any Remaining Funds And Issue The Signed Modification To All Parties. Further, Failure To Submit A Signed Final Invoice Memo Could Result In A Negative Cpars Entry As A Lack Of Business-like Concern For The Interest Of The Customer Which In This Case Is The Vamc. Notwithstanding The Claim Period Stated In Far 52.233-1, Disputes, And Pursuant To Far 33.206, Initiation Of A Claim, The Contractor Agrees To Submit Any Claim Related To This Contract Within 12 Months After Accrual.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine...+1Furnitures and Fixtures
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c26225q0435 Is Issued As A Request For Quotation (rfq). (iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular.
(iv) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics Code 339112 Having A Size Standard Of 1000 Employees. This Solicitation Is For A Brand Name Or Equal. formatting: all Solicitations Shall Include The Following Statement: solicitation Number: 691 - 36c26225q0435 Dental Exam/treatment Chairs quotes Shall Provide The Following Information. quotes Received Without This Information Will Be Marked As Non-responsive. your Quote Should Include The Standard Delivery Cost For Shipment Of The All The Items And Any Installation As All Inclusive (if Required). quotes Shall Be Submitted On Company Letterhead As A Single Document. no Other Documents Or Information Shall Be Attached To The Quote. company name: address:
phone Number:
point Of Contact: name:
email: phone Number:
sam Unique Entity Id
if Applicable, Provide Your Company Fss Contract Number
company Business Size (large, Sdvosb, Small, Etc.)
firm Delivery Date/time Frame. separate Documents (required)
provide An Authorized Distributor/reseller Letter For The Items
submit Your Capabilities Statement (v) Product Information: brand Name Information:
manufacturer & Part Number: A-dec 511 Chair V0313.0015
type: Dental Exam/treatment Chairs equal To Product Information:
main Component: Dental Exam/treatment Chairs brand Name Items Are Listed Solely For A Comparison For The Brand Name Or Equal Purchase Request. brand Name Or Equal: chairs Must Be Compatible With The 511-a-dec Chairs That The Va Greater Los Angeles Dental Department Currently Has In Use. 511 1 511 - A-dec 511 Chair V0313.0015 2 Ea 511 Model 511 Patient Chair Product Version B 300 Pro / 500 Pro Compatible Voltage 120 Volts Base Color White Upholstery Color Amethyst Type Formed/seamless Upholstery Style 511 F02 Style Contoured Floor Box Duplex And Qds Packaging Blanket Wrap 532 2 532 - A-dec 532 Trad Delivery System 2 Ea 532 Model 532 Radius Traditional Delivery System Base Color White V0195.0266 Foundation
radius Mount With Deluxe Plus Touchpad, tray Holder-standard Side Mount, stainless Steel Tray One Standard Tray, foot Control Disc (with Chip Blower/accessory Button) packaging Blanket Wrap With Pallet, handing Right Doctor's Touchpad-deluxe Plus Touchpad, handpiece Tubing Style-silicone
handpiece Tubing, Position 1-autoclavable Qd Syringe, position 2-4 Hole Tubing, position 3-6 Pin Tubing, position 4-kavo Electric Motor position 5-no Tubing, position 6-cavitron Steri-mate 360 Ultrasonic, electric Motor Control Module Emc-703 Usb Hub A-dec Usb 2.0 Powered Hub (control Head) Preventative Maintenance Kit 551sta 3 551sta - 551sta Radius Asst Instm 2 Ea 551sta Model 551sta Assistant's Instrumentation 551sta Assistant's Instrumentation V0055.0036 Mounting Style A-dec 511 Chair Arm Length Long Arm Packaging Blanket Wrap With Pallet Dual Turret Autoclavable Qd Syringe No Curing Light Assistant's Curing Light Holder None Hve Standard 11mm Hve Additional Hve 11mm Hve Vacuum Tubing Style Easyflex Tubing 521 4 521 - A-dec 521 Doctor's Stool V0313.0015 2 Ea 521 Model 521 Doctor's Stool Base Color White Cylinder Type Tall Caster Type Tile Armrest Options For No Armrests Upholstery Color Plum Type Sewn Packaging Blanket Wrap 522 5 522 - A-dec 522 Asst Stool V0313.0015 2 Ea Model 522 Assistant's Stool Base Color White Foot Support Foot Ring Backrest No Backrest Caster Type Tile Upholstery Color Plum Type Sewn Packaging Blanket Wrap blanketwrap 6 Blanket Wrap - Blanket Wrap Service 1 Ea 7 Installation - Charges For Install Labor 1 Ea Total Cost: $ (vi) The Us Government, Veterans Affairs (va) Seeks To Make A Procurement For 1 Ea Dental Exam/treatment Chair Including Delivery. offeror Quotations Must Demonstrate Meeting The Salient Physical, Functional, Or Performance Characteristics Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per far 52.211-6. the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Or Equal To Supplies Being Requested.
statement Of Work
1. Background. The Va Los Angeles Healthcare System Has A Requirement To Acquire 1 Ea Dental Exam/treatment Chair Including Delivery.
2. Scope. The Vendor Is To Deliver All Items As Required Per This Solicitation. 3. Place Of Delivery department Of Veterans Affairs
va Los Angeles Healthcare System
11301 Wilshire Blvd
warehouse Building 297
los Angeles, Ca 90037 4. Period Of Performance/delivery Timeframe deliver All Items On Or Before 90 Days Aro. salient Characteristics 1. Must Be Ultra-thin Flexible Back Rest, Measuring 1.25 Thick
2. Must Have Headrest, Standard Dual Articulating With Gliding Cushion And Quick Release Adjustment Lever
3. Must Have Lift Range 13.5 - 31.5 4. Chair Must Swivel 60 Degrees
5 . Must Show Ul Rated To 500 Lb. (227 Kg) Maximum Patient Load.
6. Must Have Self-diagnosing Circuit Board That Is Easily Programmable, With Lift Activation
7. Must Have Integrated Four Position Handpiece Control Block Is Capable Of Operating Up To Four Active Handpiece Positions And Is Constructed Of Plated Lead Free Brass 8. Must Have Led Coolant Indicator Lights Up When A Handpiece Is Lifted Out Of The Holder
9. Must Have Chair Lockout Stop Feature To Prevent Accidental Movement Of The Chair When A Handpiece Or Instrument Is In Use.
10. Must Have 2.0 Liter, Quick-connect Water Bottle With An Interior Pickup Tube To Reduces The Chance Of Cross-contamination.
11. Must Have All Interior Water Lines Used In Delivery System Contain Anti-microbial Component To Reduce Biofilm
12. Must Have Standard Multi-function Touchpad Provides Secondary Control Of The Chair, Light, And Accessory Functions
13. Operator Chair Must Have Adjustable Seat Tilt Feature For Enhanced Ergonomic Positioning Provides 4
degrees Forward And 4 Degrees Backward Tilt.
14. Assistant Stool Must Have Seat Height Range: 23.1" To 28.7" (578 Mm-729 Mm). (viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation.
far 52.212-1 Addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than 02/17/2025, 8:00 Am Pst. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late, Marked As Non-responsive And Will Not Be Considered For Award. All Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than 02/14/2025, 8:00 Am Pst. Offers And Questions Shall Be Sent By Email To John Harrison At John.harrison2@va.gov (ix) The Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Applies To This Solicitation.
far 52.212-2 Addendum / Replacement:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
technical Acceptability Shall Be Established By Review Of Each Submitted Quote,
attachments, And/or Information By The Designated Technical Evaluator/s And Verification That Any Brand Name Or Equal To Items" At A Minimum Meet The Salient Characteristics Outlined In Section Salient Characteristics Of This Solicitation. No Other Rating Or Quantitative Value Other Than Acceptable Or Unacceptable Will Be Assigned. award Will Be Made To The Offer That Meets All Minimum Requirements And Provides The Lowest Price. acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Statement Of Work/salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to Items Meet Statement Of Work/ Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information.
far 52.211-6 Brand Name Or Equalâ (aug 1999)
(a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation.
(b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must-
(1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation;
(2)â clearly Identify The Item By-
(i)â brand Name, If Any; And
(ii)â make Or Model Number;
(3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And
(4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications.
(c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer.
(d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation.
(end Of Provision) (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
(x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Items, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
authorized Distributor Letter (adl)
any Suppliers, Distributors And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Supplies By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award. if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All Of The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer. 52.212-4 Contract Terms And Conditions Commercial Items (oct 2018)
(a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights (1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And (2) Before Any Substantial Change Occurs In The Condition Of The Item Unless The Change Is Due To The Defect In The Item. (b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract. (c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties. (d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Far 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract. (e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference. (f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence. (g) Invoice. (1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include (i) Name And Address Of The Contractor; (ii) Invoice Date And Number; (iii) Contract Number, Line-item Number And, If Applicable, The Order Number; (iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered; (v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading; (vi) Terms Of Any Discount For Prompt Payment Offered; (vii) Name And Address Of Official To Whom Payment Is To Be Sent; (viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And (ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract. (x) Electronic Funds Transfer (eft) Banking Information. (a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract. (b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures. (c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft. (2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315. (h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings. (i) Payment. (1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract. (2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315. (3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause. (4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made. (5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall (i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The (a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment); (b) Affected Contract Number And Delivery Order Number, If Applicable; (c) Affected Line Item Or Subline Item, If Applicable; And (d) Contractor Point Of Contact. (ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer. (6) Interest. (i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid. (ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract. (iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If (a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days; (b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or (c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2). (iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment. (v) Amounts Shall Be Due At The Earliest Of The Following Dates: (a) The Date Fixed Under This Contract. (b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination. (vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On (a) The Date On Which The Designated Office Receives Payment From The Contractor; (b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or (c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor. (vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In 32.608-2 Of The Federal Acquisition Regulation In Effect On The Date Of This Contract. (j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon: (1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or (2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination. (k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties. (l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided. (m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience. (n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession. (o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract. (p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items. (q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract. (r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 2409 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity. (s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order: (1) The Schedule Of Supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause; (3) The Clause At 52.212-5. (4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software. (5) Solicitation Provisions If This Is A Solicitation. (6) Other Paragraphs Of This Clause. (7) The Standard Form 1449. (8) Other Documents, Exhibits, And Attachments (9) The Specification. (t) [reserved] (u) Unauthorized Obligations. (1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern: (i) Any Such Clause Is Unenforceable Against The Government. (ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause. (iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement. (2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures.
(v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract.
(end Of Clause)
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (jun 2020) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402). [] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509). [] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) [] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (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). [] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (jun 2020) (31 U.s.c. 6101 Note). [] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). [] (10) [reserved] [] (11)(i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (mar 2020) (15 U.s.c. 657a). [] (ii) Alternate I (mar 2020) Of 52.219-3. [x] (12)(i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). [] (ii) Alternate I (mar 2020) Of 52.219-4. [] (13) [reserved] [] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (mar 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020). [] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (mar 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-7. [] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)). [] (17)(i) 52.219 9, Small Business Subcontracting Plan (jun 2020) (15 U.s.c. 637(d)(4)). [] (ii) Alternate I (nov 2016) Of 52.219-9. [] (iii) Alternate Ii (nov 2016) Of 52.219-9. [] (iv) Alternate Iii (jun 2020) Of 52.219 9. [] (v) Alternate Iv (jun 2020) Of 52.219 9. [] (18) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). [] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (jan 1999) (15 U.s.c. 637(d)(4)(f)(i)). [] (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (mar 2020) (15 U.s.c. 657f). [] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (mar 2020) (15 U.s.c 632(a)(2)). [] (ii) Alternate I (mar 2020) Of 52.219-28. [] (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns (mar 2020) (15 U.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 (mar 2020) (15 U.s.c. 637(m)). [] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). [] (26) 52.219-33, Nonmanufacturer Rule (mar 2020) (15 U.s.c. 637(a)(17)) [] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755). [] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (jan 2020) (e.o. 13126). [] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (feb 1999) Of 52.222-26. [] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). [] (ii) Alternate I (july 2014) Of 52.222-35. [] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). [] (ii) Alternate I (july 2014) Of 52.222-36. [] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.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 (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [] (36) 52.222-54, Employment Eligibility Verification (oct 2015). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Items As Prescribed In 22.1803.) [] (37)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (38) 52.223-11, Ozone-depleting Substances And High 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, Acquisition Of Epeatâ®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (oct 2015) Of 52.223-13. [] (41)(i) 52.223-14, Acquisition Of Epeatâ®-registered Televisions (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-14. [] (42) 52.223-15, Energy Efficiency In Energy-consuming Products (dec 2007)(42 U.s.c. 8259b). [] (43)(i) 52.223-16, Acquisition Of Epeatâ®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-16. [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 (jun 2016) (e.o. 13693). [] (47) (i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). [] (ii) Alternate I (jan 2017) Of 52.224-3. [] (48) 52.225-1, Buy American Supplies (may 2014) (41 U.s.c. Chapter 83). [] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (may 2014) (41 U.s.c. Chapter 83, 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. [] (ii) Alternate I (may 2014) Of 52.225-3. [] (iii) Alternate Ii (may 2014) Of 52.225-3. [] (iv) Alternate Iii (may 2014) Of 52.225-3. [] (50) 52.225 5, Trade Agreements (oct 2019) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note). [] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). [] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). [x] (55) 52.229 12, Tax On Certain Foreign Procurements (jun 2020). [] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41 U.s.c. 4505, 10 U.s.c. 2307(f)). [] (57) 52.232-30, Installment Payments For Commercial Items (jan 2017) (41 U.s.c. 4505, 10 U.s.c. 2307(f)). [x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332). [] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). [] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). [] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)). [] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631). [] (ii) Alternate I (apr 2003) Of 52.247-64. [] (iii) Alternate Ii (feb 2006) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). [] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). [] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). [] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). [] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). [] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Items. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause (i) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.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 On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91). (iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232). (v) 52.219 8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). (viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.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 Clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xiii)(a) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xiv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). (xv) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (oct 2015) (e. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). (xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xx) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note). (xxi) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
(xxiii) In Addition, The Following Clauses Shall Also Apply: 52.211-6 Brand Name Or Equal (aug 1999)
(a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation.
(b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By (i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
(c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Clause)
52.217-6 - Option For Increased Quantity (mar 1989)
the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
(end Of Clause)
852.212-72 - Gray Market And Counterfeit Items (mar 2020)
(a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory. (b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics. (c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (end Of Clause)
52.252-2 - Clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/comp/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar) (end Of Clause)
in Addition, The Following Clauses And Provisions Shall Also Apply:
52.232-18
availability Of Funds
(apr 1984)
52.233-1 disputes (may 2014) 52.233-3 protest After Award (aug 1996) 852.203-70 commercial Advertising (jan 2008) 852.232-72 electronic Submission Of Payment Requests (nov 2012) 52.204-7
system For Award Management
(oct 2018)
52.204-16
commercial And Government Entity Code Reporting
(oct 2016) 52.209-7
information Regarding Responsibility Matters
(oct 2018)
52.233-2
service Of Protest
(sept 2006)
852.233-70
protest Content/alternative Dispute Resolution
(oct 2018)
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
(jan 2008) 852.237-70 contractor Responsibilities apr 1984 852.215-70 service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors jul 2016
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services revision 01
effective: 05/30/2023
description
this Is A Combined Synopsis/solicitation For Commercial Products And 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 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 Rfq 36c24125q0227. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. the Associated North American Industrial Classification System (naics) Code For This Procurement Is Naics 541380 (testing Laboratories And Services) Sba Size Standard $19 Million. this Is Being Bid As A Vosb Set-aside. this Is A Solicitation For Va Connecticut Healthcare System Requires Both Ct Facilities Have Their Own Sterilization Processing Services For All Rme And Medical Equipment Processing. Sps Is A Critical Part Of Any Hospital As It Ensures All Clinical Departments Have A Readily Available Supply Of Sterile Equipment. One Of The Key Pieces Of Equipment Supporting Any Sps Is The Critical Water Support. Both West Haven And Newington Have Large Reverse Osmosis Based Water Treatment Systems That Provide A Direct Critical Water Supply To Sps Personnel And Equipment. The Duration Of The Contract Will Be A Base Plus 4 Oy. Any Technical Questions Will Be Directed At Cornelius Finnegan Iv (203) 932-5711 X3817. all Interested Companies Shall Provide Quotations For The Following: statement Of Work
vachs Critical Water Monitoring Program
background vachs Critical Water Monitoring Program Covers The Main Medical Center At West Haven, Ct And The Newington, Ct Medical Center. Both Ct Facilities Have Their Own Sterilization Processing Services For All Rme And Medical Equipment Processing. Sps Is A Critical Part Of Any Hospital As It Ensures All Clinical Departments Have A Readily Available Supply Of Sterile Equipment. One Of The Key Pieces Of Equipment Supporting Any Sps Is The Critical Water Support. Both West Haven And Newington Have Large Reverse Osmosis Based Water Treatment Systems That Provide A Direct Critical Water Supply To Sps Personnel And Equipment. the Updated Aami St-108-2023 Standard, Which Governs The Processes And Requirements For Sterile Processing, Added Requirements To The Roster Of Locations Needing Monthly Critical Water Sampling. Per The Standard, The Requirement To Test Critical Water At Every Point Of Use Has Significantly Raised The Quantity Of Water Samples Needed Each Month. Current Water Sampling Contracts Only Cover The Bare Minimum Of Testing Locations At The Source Of Critical Water Systems. at Vachs, We Have Been Without Any Backup Or Extra Testing On The Annual Contract. It Is Essential That An On-call Or Emergency Testing Balance Be Added To The New Contract Requirement. This Will Give Va Leaders The Ability To Quickly Re-test Any Areas That Have Been Positive For Contamination Or Allow Leaders To Check Any Area Of Concern. When An Emergency Re-test Is Needed, There Is No Time To Source Funding. The Test And Result Are Needed As Fast As Possible To Restore Operations In Affected Areas. A Robust On-call/emergency Testing Balance Is Needed For This New Contract. Furthermore, The Contractor Will Have To Guarantee A Quick Availability And Turn-around Time For These Tests. scope Of Work
the Purpose Of This Statement Of Work Is To Provide All The Details And Requirements In Developing A Monthly Water Testing Program For Vachs. There Will Be Designated Testing Locations Required For Testing Each Month. There Will Also Be General Purpose Testing Locations That Can Be Alternated As The Sps Department S Needs. the Primary Direction For This New Contract Requirement Are Detailed Updates In The Aami St-108:2023 Standard, Water For The Processing Of Medical Devices. All Contractor Proposals Should Thoroughly Review This Standard. the Contractor S Responsibility Of This Contract Includes, But Is Not Limited To The Following:
provide All Labor, Materials, Tools, Equipment, Applicable State Licenses And Permits To Accomplish This Sow. provide All Testing Requirements As Outlined By Aami St-108-2023 Water For The Processing Of Medical Devices. (see Chap 11, Table 6) For Testing Quantity Guides. provide A Fully Qualified Laboratory For Processing Of Water Samples To Meet All Metrics From Aami St-108-2023. Ensure All Laboratory Certificates, Credentials And Capabilities Are Provided To Va Fms. conduct Monthly Water Monitoring Program For Both Newington & West Haven provide A Sampling Of The Utility Or Supply Water At Each Monthly Testing Date. provide A Rapid Means Of Immediate Shipping Of All Water Samples To The Approved Laboratory. provide A Consolidated Monthly Report Of All Sample Locations, Results, Parameters On A Single Report. provide Immediate Notification Of Any Positive Samples Over The Bacteria And Endotoxin Threshold Per Aami St 108. provide An Annual Balance Of Emergency / On-call Tests For Any Locations That Require Re-testing Or Per Direction Of Va. Apart From The Routine Critical Water Locations, Va May Provide Locations With Any Remaining Balance Of Tests In Areas Such As: Dialysis, Pathology Labs, Research Labs, And Other Areas On Medical Facility. There Are Myriad Of Smaller Point Of Use De-ionization And Reverse Osmosis Units Throughout The Facility That May Need Testing As Required. Va Fms Will Direct As Needed In Advance Of Site Visit. un-intentional Or Accidental Contamination Of The Critical Water Samples Occurs When The Tester Does Not Maintain Proper Ppe, Flushing Of Test Port, Cleaning Of Site, Or Use Of Gloves. Va Staff Has Right To Have Tester Re-take A Sample If He/she Believes The Sample Was Taken Without Adherance To Rigid Ppe Or Sampling Discipline. ensure Contractor Staff Adhere To All Ppe Requirements When Testing In Ppe Required Areas. Ensure Contractor Staff Conducts A Thorough Test-location Wipe Down With Alcohol Wipes And Utilizes Latex Or Vinyl Gloves To Avoid Accidental Contamination Of Sample. ensure Contractor Staff Conducts Flushing Of Testing Location Valves, Sample Ports, Sinks, Sprayers Etc., To Avoid Accidental Contamination. enforce A Strict Chain Of Custody Of Sampling So That Samples Are Secured And Shipped By One Dedicated Technician. Contractor To Immediately Notify Va Of Any Breach In Chain Of Custody Or Shipping Issues That Would Render The Samples Un-usable. Contractor To Coordinate With Va On Providing Re-tests. All Work To Be Done During Normal Operation Hours. Any Request For Off Hours Work To Be Coordinated With Cor Or Mike Olechnicki Va Boiler Supervisor. the Contractor Shall Verify All Existing Utility Installations And Take Appropriate Action Prior To Working In The Vicinity Of Utility Services (electrical, Plumbing, Hvac, Etc.). contractor Policies And Procedures Shall Comply With Va Privacy And Security Policy, The Privacy Act And Health Insurance Portability And Accountability Act (hipaa). all Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Va Designee. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Va Designee A Valid (non-expired) Photo Identification Issued By A Us Federal, State, Or Local Government Agency. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. the Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. please See Below Documentation And Table From Aami St-108 On Sampling Requirements. The Following Table Shows A Baseline Requirement For Testing Quantities With Re-test Quantities Included As Well. Contractor To Review St-108 Standard And Table For Best Allocation Of Testing Quantities. required Quantities Of Critical Water Tests Monthly/quarterly
va Connecticut Health Care System - Aami St-108-2023 Critical Water Sampling & Testing Totals Required Each Option Year / 12 Months West Haven, Ct & Newington, Ct Medical Centers test Type
qty Per Year frequency â
â
â critical Water At Point Of Generation â bacteria (hpc) Heterotrophic Plate Count 84
monthly endotoxin (lal)
84
monthly ph
84
monthly total Organic Carbon 84
monthly conductivity 84
monthly alkalinity 84
monthly â
â
â â
â
â â
â
â critical Water Other Locations - Point Of Use â â
â
â bacteria (hpc) Heterotrophic Plate Count 96
monthlyâ endotoxin (lal)
96
monthly â
â
â â
â
â utility Water At Point Of Generation â â
24
monthlyâ â
â
â utility Water At Selected Point Of Use Locations â â
12
quarteryâ â
â
â â
â
â â
â
â critical Water Re-test Balance / On Call Testing â â
â
â bacteria (hpc) Heterotrophic Plate Count 12
per Option year endotoxin 12
â â
â
â â
â
â any Outstanding Balance Can Be Utilized As Needed By Va
â
â â
â
â â
â
â the Following Table From St-108 Highlighting Key Requirements (please Review Full Standard St-108 2023 For Further Information) table 6 Frequency For Water Quality Monitoring At Point-of-water-use water Quality Measurement
type Of Testing
routine Monitoring Sampling Site
minimum Frequency Of Testing*
utility Water
critical Water
steam
ph
ph Meter** Or Colorimetric Dipsticks (sample Tested Within 15 Minutes)
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
conductivity
conductivity Meter** Or Colorimetric Dipsticks
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
total Alkalinity
colorimetric Dipsticks Or Alkalinity Test Kit**
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
total Hardness
determination Of Ppm As Caco3 By Colorimetric Dipsticks, Titration Kit** ,or Handheld Meter**
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
bacteria
heterotrophic Plate Count (see Annex H)
each Location Of Point-of- Use In Department
quarterly
monthly
n/a
endotoxin
lal Test (see Annex H)
each Location Of Point-of- Use In Department
n/a
monthly
n/a
visual Inspection
visual Inspection Of Inside Of Equipment - Look For Residue, Staining, Scaling, And Discoloration (annex I)
spray Arms/inside Chamber Walls/inside Interior Of Machine
daily
daily
daily
*note 1 The Recommendations For Frequency Of Testing In This Table Are The Recommended Minimum Frequency. If Problems Or Issues Arise With The Water Quality, It May Be Necessary To Increase The Frequency Until They Are Resolved.
**note 2 Test Type Needed To Measure Critical Water And Steam Levels. Steam Condensate Must Be Filled To The Brim, Sealed, And Allowed To Cool Before Testing To Prevent Carbon Dioxide Absorption. the Minimum Frequency Of Testing Aligns With Established Water Monitoring Programs Performed During Medical Device Manufacturing. Device Processing Is An Extension Of The Medical Device Supply Chain, So A Continuation Of The Water Quality Requirements Is Necessary For Continued Patient Safety. The Testing Frequency Described In Table 5 And Table 6 Are Recommended Minimum Frequencies To Demonstrate The Water System Remains In A State Of Control. The Risk Assessment Performed By The Multidisciplinary Team May Identify Sampling Points That Will Require An Increase In Testing Frequency (e.g., Less Frequently Used Point-of-use, Portion Of Circulation Loop Containing A Dead-leg). evaluation Process award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process.
offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15. The Contracting Techniques Associated With Far Part 15 Are Not Mandatory.
the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:â price (follow These Instructions):
offeror Shall Complete The Attached Price Schedule, With Offerors Proposed Contract Line-item Prices Inserted In Appropriate Spaces.â ensure Your Representations And Certifications Are Complete In The System For Award Management (sam)( Https://www.sam.gov). Otherwise, You Will Need To Fill Out Solicitation Clause 52.212-3 "offeror Representation And Certifications -commercial Items And Submit With The Quote. Federal Acquisition Regulations Require That Federal Contractors Register In The Sam Database At Http://www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Quotation.
past Performance:
provide (3) References Of Work, Similar In Scope And Size With The Requirement Detailed In The Statement Of Work. References Must Include Contact Information; Brief Description Of The Work Completed, And Contract # (if Relevant).â Please Utilize Attachment 1 Past Performance Worksheet For Your References And Please Submit As Part Of Your Quote Submission. References May Be Checked By The Contracting Officer To Ensure Your Company Can Perform The Statement Of Work. The Government Also Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From All Sources. technical: The Offeror S Quote Shall Be Evaluated To Determine If The Organization Has The Experience And Capabilities To Provide The Requested Services Iaw The Statement Of Work In A Timely Efficient Manner.â
contractor Shall Demonstrate Their Corporate Experience And Approach To Meet All Requirements Stated In The Statement Of Work.
contractor Shall Demonstrate That Their Technicians Meet The Qualification Standards Stated In The Statement Of Work.
contractor Shall Provide All Current And Relevant Or License(s) To Include Manufacture Training Certificate Etc. if You Are Planning To Sub-contract Some Or All Of This Work, Please Provide The Name And Address(s) Of All Subcontractor(s) (if Applicable) And A Description Of Their Planned Subcontracting Effort. 4. Veterans Preference Factor (per 852.215-70): The Government Will Assign Evaluation Credit For An Offeror (prime Contractor) Which Is A Service-disabled Veteran-owned (sdvosb) Or A Veteran-owned Small Business (vosb). Non-sdvosb/vosb Offerors Proposing To Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. a. For Sdvosbs/vosbs: In Order To Receive Credit Under This Factor, An Offeror Shall Submit A Statement Of Compliance That It Qualifies As A Sdvosb Or Vosb In Accordance With Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors . Offerors Are Cautioned That They Must Be Registered And Verified In Vendor Information Pages (vip) Database (http://www.vetbiz.gov). verified Sdvosbs Will Receive A 5% Price Credit (e.g. If A Sdvosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $95.00). ii. Verified Vosbs Will Received A 2.5% Price Credit (e.g. If A Vosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $97.50). the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. (xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020), 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.228-5 Insurance-work On A Government Installation (jan 1997), 52.232-40 Providing Accelerated Payments To Small Business Subcontracting (dec 2013), 852.212-70 Provisions And Clauses Applicable To Va Acquisitions Of Commercial Items (apr 2020) 852.203-70 Commercial Advertising 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside 852.232-72 Electronic Submissions Of Payment Requests 852.233-70 Protest Content/alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives Of Contracting Officers 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018) as Prescribed In 819.7203(a) Insert The Following Clause: (a) This Solicitation Includes 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside, (b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor S Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor S Offices Where The Contractor S Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor S Compliance With This Requirement. (c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor S Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. (d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor S Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause) 852.219-77 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. as Prescribed In 819.7009(c) Insert The Following Clause:
va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (sep 2021) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.] (i) [x] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) [ ] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. The Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror].
printed Name Of Signee: _________________________________
printed Title Of Signee: ________________________________
signature: ______________________________________________
date: ___________________________________________________
company Name And Address: _____________________________________________________________________________________
(end Of Clause) 852.242-71 Administrative Contracting Officer. as Prescribed In 842.271, Insert The Following Clause: administrative Contracting Officer (oct 2020)
the Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Shall Be Furnished To The Contractor. (end Of Clause)
(xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (wage Determination West Haven And Newington Vamc Wd 2015-4127 And 2015-4119 (rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6
(xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above.
(xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement.
(xv) Rfq Questions Are Due Nlt 02/19/2025 At 17:00 Pm Est. Rfq Responses Are Due Nlt 02/21/2025 At 17:00 Pm Est. Rfq Responses Must Be Submitted Via Email With Rfq #36c24125q0227 In The Subject Line To: Nathan.langone@va.gov Hand Deliveries Shall Not Be Accepted.
(xvi) The Poc Of This Solicitation Is Nathan Langone (nathan.langone@va.gov)
3451-3460 of 3492 archived Tenders