Interior Tenders

Interior Tenders

DEPT OF THE NAVY USA Tender

Manpower Supply
Corrigendum : Closing Date Modified
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: This Request For Information (rfi) - Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). see Attachment For Details: Audiology Booth Baltimore Vamc - Cambridge Cboc Brand Name Or Equal To Eckel Iaw Statement Of Work Must Provide An Authorized Distributor Letter If You Are Not The Manufacturer At The Time Rfi Will Close To Qualify For This Solicitation . Must Provide The Country Of Origin (coo) For Each Line Item this Is A Requirement For: u.s. Department Of Veterans Affairs Va Medical Center (vamc). description: the Baltimore Cboc Vamc Requires The Contractor To Deliver Within 90 Days From Contract Award To The Va Medical Facility Warehouse Below During Normal Business Hours From 8:00 A.m. To 3:30 P.m. (est), Monday Through Friday: delivery To: u.s. Department Of Veterans Affairs baltimore Va Medical Center cambridge Cboc warehouse/attn: 830 Chesapeake Drive cambridge, Md 21613 disclaimer: this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. note: The Contractor Shall Deliver Required Commodities (please See Attachments) No Later Than 90 Days Or Less From Date Of Award, Unless Otherwise Directed By The Contracting Officer (co). Commodities Shall Not Be Delivered To The Government Site On Federal Holidays Or Weekends Unless Directed By The Co. Delivery Shall Be Made Between The Hours Of 8:00 Am And 3:30 Pm Of The Delivery Location, During Normal Workday Business Hours. the U.s. Government Is Performing Market Research To Identify Responsible Sources Who Have The Skills, Experience, And Knowledge Required To Successfully Meet The Requirements. Information Received From Market Research Will Determine The Best Acquisition Strategy And If Responsible Sources Exist For Competition, And/or A Total Small Business Set-aside. This Is Only For Market Research But May Result In An Invitation To An Open Discussion With The U.s. Government. This Notice Is Not To Be Construed As A Commitment By The U.s. Government. All Information Is To Be Submitted At No Cost Or Obligation To The U.s. Government. any Information Submitted By Respondents To This Notice Is Strictly Voluntary. Propriety Information Or Trade Secrets Should Be Clearly Marked. Information Received Will Not Be Returned. The U.s. Government Reserves The Right To Reject, In Whole Or In Part, Any Private Sector Input As A Result Of This Sources Sought Notice/market Survey. the U.s. Government Is Not Obligated To Notify Respondents Of The Results Of This Notice. All Responses To This Sources Sought Must Be Submitted To The Point Of Contact Listed Herein. This Does Not Constitute A Commitment, Implied Or Otherwise, That Procurement Will Be Accomplished And Is Not A Request For Proposal Or Invitation For Bid. Responding To This Notice In No Manner Guarantees A Contract Will Be Awarded. **respondents To This Source Sought Announcement Capable Of Manufacturing These Items Should At A Minimum Provide The Following Information For U.s. Government Review** please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. is Your Company Considered Small Under The Naics Code Identified Under This Rfi? are You The Manufacturer Or Distributor Of The Items Being Referenced Above? what Is The Place Of Manufacturing For The Requested Items? 52.212-3(j) if Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission. Must Complete Place Of Manufacturer. (j) Place Of Manufacture. (the Solicitation Is Predominantly For The Acquisition Of Manufactured End Products.) For Statistical Purposes Only, The Offeror Shall Indicate Whether The Place Of Manufacture Of The End Products It Expects To Provide In Response To This Solicitation Is Predominantly (1) __ In The United States (check This Box If The Total Anticipated Price Of Offered End Products Manufactured In The United States Exceeds The Total Anticipated Price Of Offered End Products Manufactured Outside The United States); Or (2) __ Outside The United States. if You Are Not A Manufacturer. Company Shall Provide An Authorized Distributor Or Reseller Letter From Original Equipment Manufacturers (oem) To Qualify For This Requirement. does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number And Sin Number? if You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract/sin? must Provide Manufacture Name (oem) & Manufacturer Part # (mpn). please Provide General Pricing For Your Products/solutions For Market Research Purposes. Legal Business/company Name (as It Is Indicated In Https://sam.gov ). Unique Entity Id Uei (sam) & Duns Number. Warranty Information (can Be A Separate Attachment). Point Of Contact Name, Telephone Number And Email Address. must Provide The Estimated Delivery Time Frame After Award. For Example: Within 60 Days Aro, Within 90 Days Aro. the Government Intends To Award A Firm-fixed Price (ffp) Contract For This Purchase. to Be Considered For Award, Prospective Quoters Must Be Registered With The System For Award Management (sam) Website And Complete Representations And Certifications At Https://www.sam.gov . Prospective Awardees Must Be Registered With The System For Award Management (sam) At Http://www.sam.gov. Prior To Award And Through Final Payment And Must Complete The Online Representations And Certifications Application (orca) At Http://www.sam.gov Prior To Award And Through Final Payment. Contract Will Not Be Awarded Until Sam Registration Has Been Completed. Sdvosb And Vosb Socio-economic Categories Must Be Verified In The Sba Website, U.s. Small Business Administration: Https://veterans.certify.sba.gov, At The Time Of Receipt Of Quotes And At The Time Of Award. responses To This Notice Shall Be Submitted Via Email: Mohsin.abbas2@va.gov. No Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Friday, Feb 28, 2025, By 2:00 Pm (est). responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sam.gov/open Market Or Gsa Ebuy. statement Of Work (sow) audiology Booth va Maryland Health Care System baltimore, Md purpose: the Va Maryland Health Care System Is Seeking To Procure And Install An Audiology Booth At The Cambridge Va Clinic. This New Audiology Booth Will Replace A Nonfunctional Audiology Booth. The Audiology Booth Will Provide A Soundproof Suite For Patients And Employees To Conduct Hearing Exams In An Isolated Area For Precise Results. The Primary Function Of The Audiology Booth Is To Provide An Isolated Acoustical Room To Measure Hearing Acuity In Patients. Isolated Acoustic Rooms Are Crucial To Eliminating Background Noise To Acquire A Reliable Diagnosis In Patients. Audiology Booth Will Include A Rubber Ramp For Wheelchair Access. Key Criteria Include System Size, Weight, And Acoustic Installation. scope: the Contractor Shall Deliver And Install The System With All Specified Salient Characteristics. Only New Equipment Will Be Accepted. the Contractor Shall Provide Shipping, Transport, Installation, And All Equipment Necessary To Meet The Requirements And Capabilities Listed Within The Scope. the Contractor Shall Deliver The Audiology Booth To The Cambridge Facility As Specified Below. the Assembly And Validation Of The System Must Be Performed By A Vendor Service Trained Representative. the Contractor Is Responsible For Identifying Any Missing Parts Or Components Not Included In The Order For The Audiology Booth To Be Successfully Installed And Validated To Their Full Potential. the Contractor Shall Include Accessories And Consumables That Have Been Detailed On The Provided Quotes. salient Characteristics: Please Note, All Items Listed Below Must Be Technically Equivalent To Eckel Noise Control Technologies Audiology Booth. one Cl-123 Pr Sing Wall Cont, Double Wall Exam Suite manufacturer: Eckel Noise Control Technologies model: Cl-123 Fp7 Prime must Include An Acoustically Engineered Independent Ventilation System That Is Mounted External To The Unit. unit Provides Recessed Incandescent Lighting. unit Must Have An Acoustic Door With Cam -lift Hinges, Providing At Least 914 Mm X 2032 Mm (36 X 80 ) Clear Opening. must Include A Double Glazed, Safety Glass Window That Is At Least 6 Mm (1/4 ) Thick And At Least 762 Mm X 762 Mm (30 X 30 ). unit Must Be Electrically Serviced Via A Grounded Cable, Having A Length Of At Least 20 Feet. unit Floor Must Be Acoustically Isolated In Both The Control And Exam Room. unit Must Have A Noise Reduction Coefficient Of 1.05, While Having An Absorption Coefficient Range Of 0.79-1.10 When Measuring The Center Frequency (hz) Between A Range Of 125-400 Hz. noise Reduction In A Double Wall Room Must Be Able To Reduce The Center Frequency (hz) Of 2000hz And 4000hz To 100, 125hz To 44, 250hz To 62, 500hz To 81, 1000hz To 93, And 8000hz To 95. Noise Reduction Measured From The Outside To The Inside. door Size Must Be At Least 36 W By 80 H Clear Opening. door Handles Must Be A C-shape While Providing A Minimum Clearance Of 1 ½ Behind It. doors Cannot Require More Than 5psi Constant Pressure To Open, Once The Magnetic Seal Is Broken. double Glazes Acoustic Windows For The Doors On The Booth, Size Options Must Include: 20 W By 22 H Or 20 W By 60 H. unit Includes A Standard Fan Exhaust And Fan Inlet Silencers Suspended To The Ceiling. Silencers Mist Be Capable Of 10 To 12 Full Air Exchanges Per Hour. Fans Include A 6 Or 8 Diameter Hvac Collar Option. unit Must Include Two Ventilation Silencers Built Into The Booth S Ceilings, One Supply And One Exhaust Provided. unit Must Include An Accessible Jack Panel That Provides At Least 12 (trs 3-wire), ¼ Phone Jacks, Two Usb Ports, And 1 ¾ Pass Through. Panel Face Must Be Removable And Does Not Impact The Rooms Acoustical Performance. total Rise From The Host Floor To The Door Opening Must Be No Larger Than 7 ½ . sprinkler Holes Must Be At Least 3 In Diameter. unit Must By Supplied With Standard Carpet Or Carpet Tile In Both Rooms. must Be Able To Provide Empty Utility Boxes With Pull Wires For Data, Thermostats, And Alarms. room Must Require No More Than 120v, 15/20 Amp, Or 60 Hz Supply Circuit. unit Must Provide At Least 2 Duplex Outlets And Light/fan Switches. unit Wall Panels Must Be At Least 4 Thick In Both Rooms. unit Ceiling Panels Must Be At Least 6 Thick In Both Rooms. both The Control And Exam Room Must Have A Minimum Clear Interior Height Of 83 For All Features Attached To The Ceiling Panels. light Switches Must Be At Least 44 From The Floor Inside Of The Unit, In Both Rooms. outlets Must Be At Least 15 From The Floor Inside Of The Unit, In Both Rooms. must Include Rubber Mat As Floors Inside The Booth At A Height No Greater Than 10mm (3/8 ) Height For Wheelchair Access. booth Doors Must Be At Least 75 Mm (2 7/8 ) Thick. booth Doors Mounted With Heavy Duty Cam Lift Hinges. door Sealing System Must Have At Least A Double Magnetic Gasket Sealing System And Flush Sill Seal Design For An Accurate Acoustic Seal. both Rooms Must Have At Least A 60 Minimum Turning Radius For Wheelchair Access. panels In The Unit Must Have A Flame Spread Rating Of 3. panels In The Unit Must Have A Smoke Density Rating Of 2. both The Control And Exam Room Must Come With Standard Sprinkler Penetrations For Onsite Installation. all Electrical In The Unit Must Be Hospital Grade. unit Wall Shells Must Be Fabricated With Cold Rolled Steel Frames (14 Ga) And Steel Outer Surfaces (16 Ga). framing Members On Unit Wall Shell Should Not Be Spaced Out Any Further Than 610 Mm (24 ) Centers. unit Wall Inner Panels Should Be Fabricated With Cold Rolled Steel (22 Ga) That Includes Holes No Greater Than 2.4 Mm (3/32 ) Diameter, Where Holes Are Staggered On 4 Mm (5/32 ) Centers. panels Must Interlock And Provide An Acoustic Seal That Utilizes A Minimum Of Two Sets Of Closed Cell Acoustic Rubber Seals And At Least Two Interlocking Panel Connectors. implementation And Installation installation And Validation Shall Be Included In The Procurement Cost And Shall Include But Not Limited To: assembly Of Devices And Validation. all Materials Required To Assemble The Audiology Booth Shall Be Provided By The Contractor. the Contractor Will Deliver The Audiology Booth And Accessories To The Addresses Below: cambridge Va Outpatient Clinic, 830 Chesapeake Drive, Cambridge, Md 21613-9408 one (1) Audiology Booth, Sloped Rubber Ramp accessories training the Contractor Shall Provide Onsite Training For All Vamhcs Staff That Requires Training. delivery the Contractor Shall Deliver Necessary Equipment To The Cambridge Va Facility As Required In The Quantity Specified Above. the Contractor Must Deliver The Audiology Booth To The Cambridge Facility With A Small Bed Truck That Has A Lift Because This Location Does Not Have A Loading Dock. the Contractor Must Give Vamhcs Staff 3 Weeks Notice Of Shipment And Delivery Of The Audiology Booth And Accessories. the Contractor Shall Deliver Equipment And All Items Required For Installation Only When The Site Is Ready For Installation To Proceed. Installation Can Proceed 90 Days After Award Of Contract. the Contractor Shall Coordinate All Deliveries, Installation, And Parking Arrangements With The Cor. delivered Materials Will Arrive In Manufacturer S Original Sealed Containers With The Associated Purchase Order Number Listed On The Outside Of The Box. the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Of The Equipment And Shall Provide The Cor A List Of Missing Or Damaged Items Found Upon Inspection. the Contractor Shall Remove All Related Shipping Debris And Packing From The Vamhcs Facilities. inspection And Acceptance the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Equipment. the Contractor Shall Provide The Va Cor A List Of Missing And /or Damaged Items Found Upon Inspection And Have Those Items Replaced At No Cost To The Government. the Cor Shall Ensure All Work Is Completed Satisfactorily Prior To Acceptance. Disputes Shall Be Resolved By The Va Contracting Officer. deliverables operation And Maintenance Manuals deliver Compilation Of All Manufacturers Recommended Maintenance Schedules And Operation Materials Packaged Upon Delivery. Manuals Shall Be Made Available In An Electronic Format. operator Training onsite Education And Training By A Vendor Service Trained Representative Will Be Provided To Vamhcs Clinical Staff, Facilities And Engineering Staff, And The Biomedical Engineering Staff. The Scheduling Of Operator Training Shall Be Coordinated With The Vamhcs Clinical Staff After Delivery And Installation. protection Of Property the Contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor. security Requirements the Contractor Must Have A Photo Id Available When Performing Work At The Va Medical Center And Be Willing To Present It To Va Staff. the Contractor Is Responsible For Providing Any Personal Protective Equipment (ppe) That Is Deemed Necessary To Complete Tasks Stated In This Requirement. the Contractor Must Follow The Va Maryland Health Care Systems Current Covid-19 Guidance For Entry To Any Medical Center Or Community Based Outpatient Clinic (cboc). warranty at A Minimum The Audiology Booth Must Include A 1-year Warranty On All Parts And Labor At No Cost To The Government. Additional Years Are Highly Recommended As Added Value To The Government. the Warranty Shall Begin Upon Completion Of Validation Testing. warranty Shall Include Onsite Repairs And Over The Phone Support. contractor Shall Provide Routine Maintenance Service Program During Warranty Period. all Repairs Shall Be Performed By A Vendor Or Contractor Which Has Been Certified By The Vendor To Perform The Repairs. the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair. line-item Description audiology Booth For Baltimore Cboc Vamc Brand Name Or Equal To Eckel Iaw Sow b.3 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ cl-123 Pr Sing Wall Cont, Double Wall Exam Suite / 1001354 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001354 local Stock Number: 1001354 0002 1.00 ea __________________ __________________ lbr-sound Room Relocation/installation 1000033 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1000033 local Stock Number: 1000033 0003 2.00 ea __________________ __________________ eao-a-003 Add-on Add - Wall Fascia Closure Angles 1001408 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001408 local Stock Number: 1001408 0004 1.00 ea __________________ __________________ eao-d-004 Add-on Door - Window In Door 20"w X 22"h 1001416 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001416 local Stock Number: 1001416 0005 1.00 ea __________________ __________________ eao-d-007 Add-ons - Door - Magnetic Door Holder 1001418 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001418 local Stock Number: 1001418 0006 2.00 ea __________________ __________________ eao-u-003 Add-on Utilities - Light Dimmer Switch 1001425 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001425 local Stock Number: 1001425 0007 1.00 ea __________________ __________________ eao-u-005 Add-on Util Sprinkler Hole Double Wall 1001427 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001427 local Stock Number: 1001427 0008 1.00 se __________________ __________________ eao-u-007 Add-on Utilities - Hvac Collars (2 Sets) 1001429 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001429 local Stock Number: 1001429 0009 2.00 bx __________________ __________________ eao-u-002 Add-on Util Rough Ins (box W. Pull Wire) 1001424 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001424 local Stock Number: 1001424 grand Total __________________

Research Institute For Tropical Medicine, Doh Tender

Healthcare and Medicine
Philippines
Closing Date25 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

DEPT OF THE ARMY USA Tender

Housekeeping Services
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: Description: Combined Synopsis/solicitation-w912ep25r0011 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Award Without Discussions. In Accordance With Far 5.207(c)(16)(i), All Responsible Sources May Submit A Bid, Proposal, Or Quotation Which Shall Be Considered By The Agency. the Combined Synopsis/solicitation Number: W912ep25r0011 this Is A Request For Proposal (rfp) And Incorporates Far Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2024-06 30 Jul 2024). the U.s. Army Corps Of Engineers (usace), Jacksonville District, Procurement Section Is Seeking The Acquisition Of A 5 Year Pest Control Services Contract To Control Undesirable Pests, Insects, And Rodents At Government Facilities And Two Tugboat Vessels Located Within The South Florida Operations Office Geographical Area Of Responsibility. Pesticide Applications Will Be Required At Office Buildings, Recreation Area Restrooms, Maintenance Compound Buildings, And Structure Control Buildings, To Include Treatment For Fire Ants And Mounds On Lawns And Public Access Areas. Contractor Will Also Be Responsible For Pesticide Treatment And Rodent Control For Two Tugboat Vessels. usace Jacksonville District Anticipates Awarding One (1) Non-personal Services Contract To Perform The Services Listed Above. the Requirement Is A 100% Small Business Set-aside. this Requirement Will Be For A Firm-fixed Price (ffp) Contract. the North American Industry Classification System (naics) Code Assigned To This Procurement Is 561710 - Exterminating And Pest Control Services And Size Standards Is $17.5 Million. the Contractor Shall Provide Pesticide Application Services To Control Undesirable Pests And Insects At A Variety Of Government Facilities Located Interior And Exterior Within The South Florida Operations Office Geographical Area Of Responsibility. Contractor Will Also Be Responsible For Pesticide Treatment And Rodent Control For Two Tugboat Vessels. Treatment For Tugboat Vessels Will Vary On Month-to-month Basis Depending On Location Of Vessels, Which Will Be Scheduled By The Cor. The Contractor Shall Be Responsible For Existing Rodent Bait Stations And Furnish More If Needed. Pesticide Applications Will Be Required At Office Buildings, Recreation Area Restrooms, Maintenance Compound Buildings And Structure Control Buildings, And Grounds, Or As Directed By The Cor. Within Thirty (30) Days Of Award The Contractor Shall Provide A Pest Control Plan To The Cor For Approval, To Include: Chemicals To Be Used, Application Rates, Disposal Procedures For Unused Chemical Containers, Record Keeping Procedure, Material Safety Data Sheets, Applicator Licensing Procedures, And User/public Safety Precautions. Apply Appropriate Pesticides At All South Florida Operations Office Locations, Including All Locks And Recreation Areas, And Structures Monthly, To Control Ants, Roaches, Spiders, Wasps, Ticks, Bees, Rodents, Termites, Or Any Other Pest Identified As Causing A Problem Or Nuisance. Pest Control Applications Applied More Than Once Per Month Will Be At No Cost To The Government If Effective Control Was Not Achieved On First Application. See “appendix A” In Attached Performance Work Statement (pws) For Building And Square Footages. period Of Performance: One Year, With Four (4) One-year Options. place Of Performance: The South Florida Operations Office Geographical Area Of Responsibility, Which Includes, Central And Southern Florida, From Cape Canaveral In The North To The Florida Everglades In The South, And From The Atlantic Coast In The East To The Gulf Of Mexico In The West. Locations Of Facilities See “appendix B” In Attached Pws. see Below And Attached Performance Work Statement) clin description base Year 0001 pest Control Services the Contractor Shall Provide Pesticide Application Services To Control Undesirable Pests And Insects At A Variety Of Government Facilities Located Interior And Exterior Within The South Florida Operations Office Geographical Area Of Responsibility. Contractor Will Also Be Responsible For Pesticide Treatment And Rodent Control For Two Tugboat Vessels As Defined In The Performance Work Statement (pws). Unit Pricing Shall Be Submitted On The Attached Price Sheet 0002 pest Control Services 0003 pest Control Services 0004 pest Control Services 0005 pest Control Services 0006 pest Control Services option Year 1 1001 pest Control Services 1002 pest Control Services 1003 pest Control Services 1004 pest Control Services 1005 pest Control Services 1006 pest Control Services option Year 2 2001 pest Control Services 2002 pest Control Services 2003 pest Control Services 2004 pest Control Services 2005 pest Control Services 2006 pest Control Services option Year 3 3001 pest Control Services 3002 pest Control Services 3003 pest Control Services 3004 pest Control Services 3005 pest Control Services 3006 pest Control Services option Year 4 4001 pest Control Services 4002 pest Control Services 4003 pest Control Services 4004 pest Control Services 4005 pest Control Services 4006 pest Control Services the Provision At 52.212-1 Instructions To Offerors -- Commercial, Applies To This Acquisition. addendum To 52.212-1 questions: Any Questions Regarding This Solicitation Should Be Submitted Via Email To Glenn.i.jenkinson@usace.army.mil And Gerald.l.garvey@usace.army.mil Not Later Than 1200 Pm Est On 13 February 2025. proposal Content – The Proposal Shall Have A Title Page Identifying The Offeror, The Full Address, Phone And Facsimile Numbers, Points Of Contact (pocs) And Commercial And Government Entity (cage) Code Of The Offeror, The Solicitation Number And Its Contents. All Proposal Documents When Printed Shall Fit On 8 X 11-inch Paper To Include Spreadsheets (with Appropriate Page Breaks). The Proposal Shall Be, At A Minimum, 12-point Font (8 Point Is Acceptable For Tables/graphics). Ensure The Proposal Is Submitted In Pdf Format. Spreadsheets Shall Be Submitted In Excel Document Format. proposals Shall Be Responsive To And Comply With The Terms Of This Combined Synopsis/solicitation In Order To Be Eligible To Receive An Award. All Combined Synopsis/solicitation Requirements Shall Be Addressed In Sufficient Written Detail For The Government To Determine If The Offeror Understands Each Aspect Of The Government’s Requirement. The Offeror Shall Address Each Task Separately And Shall Provide Sufficient Narrative And Supporting Data For Each Task. Lack Of Sufficient Detail Shall Be Considered Sufficient Cause For The Proposal To Be Determined Unacceptable. Statements That The Offeror Understands, Can, Or Will Comply With All Specifications, Or Statements Paraphrasing The Specifications Or Parts Thereof, Or Phrases Such As “standard Procedures Will Be Used” Or “well-known Techniques Will Be Used” Will Be Considered Unacceptable. The Government Will Reject The Proposal If Determined To Be Materially Nonresponsive Or That Does Not Conform To The Terms Of The Combined Synopsis/solicitation. to Be Eligible To Receive An Award, The Proposal Submitted In Response To This Combined Synopsis/solicitation Shall Consist Of The Contents Required In The Sub-paragraphs Described Below: offerors Shall Submit Signed And Dated Proposals To The Recipients Listed Below And/or To The Office Indicated In Block 9 Of The Standard Form (sf) 1449, Solicitation/contract/order For Commercial Items, To Arrive No Later Than The Date And Time Specified In Block 8, Sf 1449. The Proposal Shall Have A Title Page Identifying The Offeror, The Full Address, Phone Numbers, Points Of Contact (pocs) Of The Offeror, The Solicitation Number, And Its Contents. the Proposal Shall Be Prepared In Four (4) Separate Volumes As Follows: volume I-administrative volume Ii-technical (factor1) volume Iii-past Performance (factor 2) volume Iv-pricing (factor 3) administrative -offeror Shall Include A Copy Of The Completed Sf1449, With Original Signature Of A Corporate Officer Authorized To Negotiate On Behalf Of The Company. Include Proposed Discount Terms In Block 12 And The Name Of The Company, Address, Phone, And Email Address In Block 17a. acknowledge Any Amendments To The Solicitation By Signing And Returning Page 1 Of The Sf30, If Any Are Issued. the Offeror Shall Submit A Completed Copy Of Far 52.212-3 (alternate I), Representations And Certifications – Commercial Items. If The Offeror Has Completed The Online Representations And Certifications Application At Http://www.sam.gov/, The Offeror Shall Indicate Such On The Far Clause. offerors Submitting An Offer As A Joint Venture Must Provide A Written Copy Of The Joint Venture Agreement With The Initial Proposal. The Joint Venture Agreement Must Be Signed By Both Parties And Will Be Subject To Review By Office Of Counsel. The Joint Venture Must Be Registered In The Sam System As A Joint Venture In Order For An Award To Be Made. For 8(a) Joint Ventures, The Offeror Shall Also Submit Evidence That It Has Notified And Discussed The Proposed Joint Venture With Its Sba Services Office. In Addition, The Standard Form 1449 As Well As All Future Documents (task Orders, Etc.) Must Be Signed By Both Parties. the Offeror Shall Provide, With Its Proposal, Points Of Contact (pocs) For Administration Of Any Resulting Contract, Should The Offeror Be Selected. These Pocs Shall Be Available During Normal Business Hours And Other Than Normal Business Hours. The Poc For Other Than Normal Business Hours Will Be Contacted Only In The Event Of Emergencies. Accordingly, The Named Individual(s) Should Possess Sufficient Corporate Authority To Effectively Deal With Emergency Situations. The Telephone Number(s) Provided Should Be Functional At All Times Other Than Normal Business Hours. If There Are Different Pocs For Different Conditions, Such As Weekdays, Weekends, Holidays, Etc.; Please Furnish All And Explain As Follows: offeror’s Normal Business Hours/days. pocs During Normal Business Hours. pocs For Other Than Normal Business Hour completed Determination Of Responsibility Form, Including The Firm’s Latest Financial Statements And Signed Reference On Letterhead From Financial Institution(s) Supporting Banking Reference(s). If The Offeror Is A Joint Venture, Financial Statements Must Be Provided From All Members Of The Joint Venture To Verify That The Aggregate Total Of Receipts For All Members Of The Joint Venture Does Not Exceed The Small Business Standard. In Addition, A Copy Of The Joint Venture Agreement Shall Be Provided. The Determination Of Responsibility Form Is Not Considered For Evaluation But Is Required As Part Of The Offeror’s Proposal. In Addition To Other Proposal Information, The Contracting Officer Shall Use The Information Provided In The Determination Of Responsibility Form In Making An Affirmative Responsibility Determination For Award To The Successful Offeror, In Accordance With Far Part 9. technical ( Factor1) Each Offeror’s Technical Proposal Shall Be Evaluated Based On The Elements Below, To Determine If The Offeror Provides A Sound, Compliant Approach That Meets The Overall Requirements Of The Performance Work Statement (pws), Provided Herein, And Demonstrates A Thorough Knowledge And Understanding Of Those Requirements And Their Associated Risks. The Technical Proposal Addresses Each Of The Following Sub- Paragraphs In Sufficient Detail. subfactor I-management, Overview, Capabilities And Approach subfactor Ii-organization And Personnel if The Offeror Is A Joint Venture, Each Firm Shall Provide Information, Demonstrating Experience Relevant To Their Role On This Project. The Offeror Shall Describe What Measures And Controls Will Be Taken To Ensure That Quality Control Inspections Are Met. The Offeror Shall Include Discussion Of Any Current Or Proposed Quality Control Documents And/or Reports That Will Be Used To Support Their Quality Control Program And Inspection System. the Offeror Shall Describe In Detail The Procedures They Would Use For Deficiency Identification, Correction, And Control Of All Services Provided For This Requirement. The Offeror Shall Describe What Measures They Would Take To Resolve Any Deficiencies. The Offeror Shall Discuss Their Plan To Prevent Recurrence Of Identified Performance Deficiencies. The Offeror Shall Outline Their Plan To Respond To Re-work In Accordance With The Performance Work Statement. The Offeror Shall Describe What Measures Will Be Taken To Avoid Re-work. past Performance (factor2)- The Offeror Shall Submit Evidence Of Past Performance For Three (3) Contracts That The Offeror Currently Has Or Has Completed Within The Past Five (5) Years Under Which The Offeror Performed Services As Described In The Performance Work Statement, In The Public And/or Private Sector. Offerors That Are Newly Formed Entities Without Prior Contract Experience Shall Provide A List Of References Where Their Key Personnel Worked On The Same Or Similar Contracts. For Each Contract, Include The Following: (1) Name, Address, Point Of Contact, And Phone Number Of The Facility; (2) Contract Number, Award Date, Number Of Options, Completion Date, And Contract Type (e.g., Indefinite- Delivery Indefinite Quantity (idiq), Firm-fixed-price), Type Of Competition Held, If Any (e.g., Sole Source, Full And Open); (3) Itemized Description Of Services, To Include The Size Of The Facility (square Footage And Bed Capacity); (4) Initial Contract Value (base And Option Periods) And Adjusted Contract Value (any Changes Made To Initial Contract); And (5) Narrative Description Of Each Contract Listed And The Reasons Why The Offeror Considers The Contract To Be Similar To The Effort Required By This Solicitation a. To Expedite The Evaluation Process, Offerors Are Requested To Provide The Individuals Listed As References A Letter Authorizing The Reference To Provide Information To The Government. The Offeror Shall Also Provide A Copy Of The Attached Past Performance Evaluation Questionnaire (ppq) To Its References With Instructions To Return The Ppq To The Contract Specialist (cs) Glenn.i.jenkinson@usace.army.mil And Contracting Officer (ko) Gerald.l.garvey@usace.army.mil, By The Time Specified In Block 8, Sf 1449. The Government May Begin Surveying References Immediately After The Solicitation Closing Date; Therefore, It Is Crucial That Offerors Immediately Authorize Their References To Release Information To The Government. It Is The Offeror’s Responsibility To Ensure The Reference Submits The Ppq For Consideration. b. The Government May Also Consider Any Additional Information From Its Own Files, Databases Such As The Past Performance Information Retrieval System (ppirs), Or From Any Other Source It Deems Appropriate. The Government May Survey References To Verify The Information Provided. c. The Government Will Not Be Responsible For Tracking Incorrect References And Phone Numbers, Or Those Ppqs Not Submitted By The Due Date Of The Time Specified In Block 8, Sf 1449. Offerors Are Reminded That, While The Government May Elect To Consider Data Obtained From Other Sources, The Burden Of Providing Thorough And Complete Past And Present Performance Information Rests With The Offeror. note: If An Offeror’s Provided Usace Past Performance Questionnaires Cannot Be Verifiable With The Poc, The Offeror May Not Be Evaluated Favorably Or Unfavorably On Past Performance (see Far 15.305 (a)(2)(iv)). Therefore, The Offeror Shall Be Determined To Have Unknown Past Performance. In The Context Of Acceptability/unacceptability, “unknown” Shall Be Considered “acceptable.” pricing (factor 3)- Schedule Pricing For Requirements. The Offeror Shall Submit Proposed Pricing For All Contract Line-item Numbers (clins) And Or Exhibit Line-item Numbers (elins) Identified In The Request For Proposal, Pricing Schedule Unless Otherwise Noted. Note: Do Not Include Quantities In The Price List. All Quantities Will Be Included In Individual Task Orders. a The Offeror Shall State If They Have An Indirect Rate Agreement With Any Government Agency And, If So, Provide That Agency’s Contact Information. b Other Pricing Data. The Offeror Shall Submit Pricing Data To Support The Prices Proposed. All Hourly Rates Shall Be Fully Burdened To Include Overhead, G&a Expenses, Fringes And All Other Applicable Costs And Profit. c Price Will Be Evaluated For Fairness And Reasonableness Through The Use Of Price Analysis. The Contracting Officer Will Conduct The Price Analysis In Accordance With Far 15.404-1(b). The Price Analysis Will Also Check For The Appearance Of Unbalanced Line-item Prices. d Prices Will Be Reviewed For Minor Or Clerical Errors. If Necessary, Offerors Will Be Afforded An Opportunity To Resolve Any Such Errors. Any Exchange With Offerors Under This Subparagraph Shall Be For The Purpose Of Clarification (far 15.306(a)) And Shall Not Constitute Negotiations As Defined At Far 15.306(d). In The Event Of Discrepancy Between A Unit Price And The Extended Amount, The Unit Price Shall Be Controlling e Prices Will Be Reviewed For Apparent Mistakes. Should This Review Reveal Any Prices That Seem Unreasonably Low, The Contracting Officer Will Contact The Offeror And Ask The Offeror To Confirm The Questioned Price. If The Offeror Confirms The Price, No Further Action Will Be Taken Under This Subparagraph. If, However, The Offeror Alleges A Mistake, The Offeror May Modify The Proposal In Accordance With Far 52.215-1(c) (6). Any Modification Submitted For The Purpose Of Correcting A Mistake Shall Include Documentation Explaining How The Mistake Was Made. f After Resolution Of Minor Or Clerical Errors And/or Mistakes, Prices Will Be Reviewed For Reasonableness, Realism, Unbalanced Pricing Or Any Other Price Related Issue That Could Pose An Unacceptable Risk To The Government Or Indicate The Offeror Does Not Clearly Understand The Requirement At Hand. supplement Paragraph 52.212-1(a) With The Following: government’s Minimum Acceptance Period. the Minimum Period For Acceptance Of Offers Is 180 Calendar Days After The Date Specified For Receipt Of Proposals, Or Date Of Final Proposal Revisions (if Requested), Whichever Is Later. Offerors Providing For Less Than 180 Calendar Days For Government Acceptance After The Date Specified Will Be Rejected Without Consideration. addendum To 52.212-2 Evaluation--commercial Items (sep 2023) Supplement Paragraph 52.212-2(a) With The Following: the Government Will Evaluate Each Proposal Strictly In Accordance With Its Contents. A Proposal That Is Unrealistic In Terms Of Technical Quality Of Price Will Be Deemed Reflective Of An Inherent Lack Of Technical Competence Or Indicative Of Failure To Comprehend The Contractual Requirements. Such Proposals May Be Determined Unacceptable. after Review Of Initial Proposals By The Contracting Officer, The Source Selection Evaluation Board Will Conduct An evaluation Of The Offeror’s Technical Proposal. Prior To Being Considered For Award, An Offeror Shall Demonstrate That it Possesses The Capabilities Which The Government Has Determined Essential To The Reliable, Efficient And Timely accomplishment Of The Required Services. award Will Be Made Using The Lowest-price, Technically Acceptable Source Selection Process. Award Will Be Made To the Offeror That Presents The Offer That Possesses All Of The Following Characteristics: (1) Meets The Acceptability Standards For Non-price Factors, (2) Conforms To The Solicitation, (3) Is Determined Acceptable To The Government, (4) Is From A Responsible (as Defined In Federal Acquisition Regulation Part 9) Offeror. (5) Has The Lowest Price Of Those Offerors Receiving An Acceptable Technical Rating the Government Anticipates The Issuance Of A Firm Fixed Price (ffp) Lowest Priced Technically Acceptable (lpta) Contract In Accordance With The Procedures Authorized In Far Part 13, Simplified Acquisition Procedures, And Considering The Following Factors: (1) Technical; (2) Past Performance; (3) Price. To Be Eligible To Receive An Award, Proposals Submitted In Response To This Combined Synopsis/solicitation Shall Consist Of The Contents Required In The Sub-paragraphs Described Below: basis For Award this Acquisition Will Utilize A Best Value Approach In Which The Government Seeks To Award To An Offeror Who Provides The Greatest Confidence That They Will Meet The Government’s Requirements Affordable. The Best Value Technique Chosen For This Particular Acquisition Will Be The Lowest Priced Technically Acceptable Offer. . Contract Award Will Be Made On The Basis Of The Lowest Evaluated Price Or Proposals Meeting Or Exceeding The Acceptability Standard For Non-cost Factors. Each Proposal Will Be Evaluated For All Factors Listed Below. proposals That Are Unrealistic In Terms Of Technical Or Price May Be Rejected At Any Time During The evaluation Process. Offerors Are Cautioned To Follow The Detailed Instructions Fully And Carefully, As The Government Reserves The Right To Make An Award Based On Initial Offers Received, Without Discussion Of Such Offers. note: If The Offeror Receives An Unacceptable Rating In Any One Factor And/or Sub-factor, They Will Be Considered Overall “unacceptable” And Will Not Be Considered For Award. the Following Factors Shall Be Used To Evaluate Offers: factor 1: Technical Capability factor 2: Past Performance factor 3: Price factor 1: Technical Capability Factor 2: Past Performance Factor 3: Price factor 1-technical Capability (vol Ii):the Term “technical,” As Used Herein, Refers To The non-price Subfactors Listed Below. Proposal Will Be Rated As “acceptable” Or “unacceptable” In Regard To The Ability To Meet Each Subfactor. Refer To Table 1 For A Description Of The Ratings. The Minimum Requirements Of Each Subfactor Must Be Met In Order For The Technical Factor To Be Considered Acceptable And For The Proposal To Be Considered For Award. The Offeror’s Proposal Shall Include Documentation Addressing The Qualification Requirements In Part 5 Of The Performance Work Statement (pws). Offerors Shall Demonstrate An Understanding Of The Solicitation Requirements By Describing In Detail Their Approach And Plan To Perform And Manage The Work In Accordance (iaw) Pws. Offerors Shall Demonstrate An Understanding For The Solicitation Requirements By Describing In Detail Their Approach And Plan To Perform And Manage The Work Specifically Required By The Performance Work Statement (pws). Technical Capability Will Be Determined Solely On The Content And Merit Of The Information Submitted In Response To The Request For Proposal (rfp). Therefore, It Is Incumbent On The Offeror To Provide Sufficient Technical Documents In Order For The Government To Make An Adequate Technical Assessment Of The Offeror’s Documentation. The Technical Capability Portion Of The Proposal Is Limited To A Length Of 20 Pages, And Must Be Written In A Practical, Clear And Concise Manner. The Technical Approach Must Identify The Methodology And Analytical Techniques The Offeror Will Use To Fulfill The Pws Requirements. The Government Will Evaluate Technical Proposals On The Basis Of Sub-factor 1) Management Plan, Overview, Capabilities, And Approach; Sub-factor 2) Organization And Personnel. For Evaluation Purposes, An “acceptable” Or “unacceptable” Rating Will Be Assigned To Each Sub-factor As Described In Table-1 Below. subfactor I-management, Overview, Capabilities, And Approach. subfactor Ii-organization And Personnel table I: Technical Acceptable /unacceptable Ratings acceptable meet Evaluation Criteria And Minimum Requirements. Proposal Is Acceptable. Minor Clarifications/corrections Can Be Readily Made. unacceptable fails To Meet Minimum Requirements. Deficiencies Are Significant And Require Major Revisions To Proposal To Make It Acceptable. If Determined To Be Unacceptable, This Will Render The Entire Proposal As Technically Unacceptable And Eliminate The Offeror From Further Consideration. factor Ii-past Performance (vol Iii): Offerors Shall Include Reference Information As indicated In Their Offeror Performance Information Data Sheets. Offerors Shall Provide Information On Up To Three (3) Previous Government Contracts Whose Effort Was Relevant To The Effort Required By This Solicitation; The Contracts Provided Shall Have Been Performed Within The Last Three (3) Years. The Information Shall Include Contract Numbers, Point Of Contact With Telephone Numbers And Other Relevant Information. The Government May Evaluate An Offeror’s Past Performance On Less Than The Maximum Possible Number Of References. if The Offeror Has Not Had At Least Three (3) Government Contracts Within The Last Three, (3) Years, Information On Relevant Subcontracts And/or Commercial Contracts May Be Submitted Instead (the Information Must Be Clear Whether The Work By The Offeror Was Done As A Prime Contractor Or A Subcontractor). Offerors Who Describe Similar Contracts And Subcontracts Shall Provide A Detailed Explanation Demonstrating The Similarity Of The Contracts To The Requirements Of The Rfp. For Each Of The Three (3) Contracts Provided As A Reference, The Offeror Shall Provide A Completed Offeror Performance Questionnaire Data Sheet. the Government May Verify Past Performance Information. The Government May Contact Some Or All Of The References Provided, As Appropriate, And May Collect Information Through Questionnaires, Telephone Interviews And Existing Data Sources To Include But Not Limited To Contractor Performance Assessment Reporting System (cpars), Past Performance Information Retrieval System (ppirs). The Government Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources Including Sources Outside Of The Government. This Past Performance Information Will Be Used For The Evaluation Of Past Performance. The Government Does Not Assume The Duty To Search For Data To Cure The Problems It Finds In The Information Provided By The Offeror. The Burden Of Providing Thorough And Complete Past Performance Information Remains With The Offeror. past Performance Will Be Rated On An “acceptable” Or “unacceptable” Basis Using The Ratings In The Table 2 Below. table 2: Past Performance Acceptable /unacceptable Ratings acceptable based On Offeror’s Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort, Or The Offeror’s Performance Record Is Unknown. (see Note Below.) unacceptable based On Offeror’s Performance Record, The Government Has No Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort. note: In The Case Of An Offeror Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Or So Sparse That No Meaningful Past Performance Rating Can Be Reasonably Assigned, The Offeror May Not Be Evaluated Favorable Or Unfavorable On Past Performance (see Far 15.305(a) (2)(iv)). Therefore, The Offeror Shall Be Determined To Have Unknown Past Performance. In The Context Of Acceptability/unacceptability, “unknown” Shall Be Considered “acceptable. factor Iii-price (vol Iv): Each Offeror’s Price Will Be Evaluated For Completeness And, Unrealistically low Proposed Costs/prices May Be Grounds For Eliminating A Reasonableness Proposal From Competition Either On The Basis That The Offeror Does Not Understand The Requirement, Or The Offeror Has Made An Unrealistic Proposal. technical Acceptability And Past Performance, When Combined, Are Significantly More Important Than Cost Or Price. the Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options, Including The Potential Six Months Option Period Available Under Far 52.217-8, To The Total Price For The Basic Requirement. The Pricing Used For The Option Under Far 52.217-8 Will Be Based On The Fourth Option Year Unit Price Multiplied By The Quantities Provided In The Attachment Pricing Schedule. a Written Notice Of Award Or Acceptance Of An Offer, Emailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.the Government Reserves The Right To Require The Offeror To Submit Additional Information As Necessary To Support A Pre-award Determination Of Responsibility. Note: Offeror Responsibility to Be Eligible For Award Of A Contract Hereunder, An Offeror Must Be Determined By The Contracting Officer To Be A Responsible Prospective Offeror Iaw Far 9.104-1. to Be Determined Responsible, An Offeror Must: have Adequate Financial Resources To Perform The Contract, Or The Ability To Obtain Them; Please Provide Financial Information To Include The Name Of The Bank With Point Of Contact. be Able To Comply With The Required Or Proposed Delivery Or Performance Schedule, Taking Into Consideration All Existing Commercial And Governmental Business Commitments; have A Satisfactory Performance Record; have A Satisfactory Record Of Integrity And Business Ethics; have The Necessary Organization, Experience, Accounting And Operational Controls, And Technical Skills, Or The Ability To Obtain Them (including, As Appropriate, Such Elements As Production Control Procedures, Property Control Systems, Quality Assurance Measures And Safety Programs Applicable To Materials To Be Produced Or Services To Be Performed By The Prospective Contractor And Sub-contractors; have The Necessary Production, Construction, And Technical Equipment And Facilities, Or The Ability To Obtain Them; And be Otherwise Qualified And Eligible To Receive An Award Under Applicable Laws And Regulations. (end Of Provision) the Provision At 52.212-3 Offeror Representations And Certifications - Commercial Items, Applies To This Acquisition. Offeror Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer. the Clause At 52.212-4 Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition. the Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition. additional Far Clauses Cited In 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, That Apply To This Acquisition: 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020), Alternate I 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards 52.204-14 Service Contract Reporting Requirements 52.204-27 Prohibition On A Bytedance Covered Application 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. 52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters 52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns 52.219-6 Notice Of Total Small Business Set-aside (nov 202) (15u.s.c. 644) 52.219-8 Utilization Of Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.219-16 Liquidated Damages—subcontracting Plan 52.219-28 Post-award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor-cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity For Veterans 52.222-36 Equal Opportunity For Workers With Disabilities 52.222-37 Employment Reports On Veterans 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act 52.222-50 Combating Trafficking In Persons 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671, Et Seq.). 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671, Et Seq.). 52.222-54 Employment Eligibility Verification 52.223-20 Aerosols (may 2024) (42 U.s.c. 7671, Et Seq.). 52.223-21, Foams (may 2024) (42 U.s.c. 7671, Et Seq.). 52.223-23, Sustainable Products And Services (may 2024) (e.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l). 52.225-13 Restrictions On Certain Foreign Purchases 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513). 52.229-12 Tax On Certain Foreign Procurements 52.232-33 Payment By Electronic Funds Transfer—system For Award Management (oct 2018) 52.242-5 Payments To Small Business Subcontractors 52.222-41 Service Contract Labor Standards 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-43 Fair Labor Standards Act And Service Contract Labor Standards--price Adjustment (multiple Year And Option Contracts) 52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706) 52.203-13 Contractor Code Of Business Ethics And Conduct 52.203-17 Contractor Employee Whistleblower Rights 52.204-30 Federal Acquisition Supply Chain Security Act Orders—prohibition--alternate I 52.224-3 Privacy Training -- Alternate I additional Provisions That Apply To This Acquisition: 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees 52.203-7 Anti-kickback Procedures 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements—representation 52 52.204-7 System For Award Management 52.204-9 Personal Identity Verification Of Contractor Personnel 52.204-13 System For Award Management Maintenance 52.204-14 Service Contract Reporting Requirements 52.204-16 Commercial And Government Entity Code Reporting 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures 52.209-7 Information Regarding Responsibility Matters 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I 52.217-5 Evaluation Of Options 52.222-56 Certification Regarding Trafficking In Persons Compliance Plan 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications 52.232-18 Availability Of Funds 52.233-2 Service Of Protest 252.201-7000 Contracting Officer's Representative 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7004 Antiterrorism Awareness Training For Contractors 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.205-7000 Provision Of Information To Cooperative Agreement Holders, 252.215-7007 Notice Of Intent To Resolicit 252.215-7008 Only One Offer 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors 252.225-7050 Disclosure Of Ownership Or Control By The Government Of A country That Is A State Sponsor Of Terrorism 252.226-7001 Utilization Of Indian Organizations, Indian-owned Economic enterprises, And Native Hawaiian Small Business Concerns 252.225-7055 Representation Regarding Business Operations With The Maduro Regime 252.243-7002 Requests For Equitable Adjustment 252.244-7000 Subcontracts For Commercial Products Or Commercial Services 252.247-7023 Transportation Of Supplies By Sea full Text Provisions That Apply To This Acquisition: 52.252-1 Solicitation Provisions Incorporated By Reference this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/ (end Of Provision) 52.252-5 Authorized Deviations In Provisions (a) The Use In This Solicitation Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Provision With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Date Of The Provision. (b) The Use In This Solicitation Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Provision With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Of The Regulation. (end Of Provision) additional Clauses That Apply To This Acquisition: 52.202-1 Definitions 52.203-3 Gratuities 52.203-7 Anti-kickback Procedures 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-7 System For Award Management 52.204-9 Personal Identity Verification Of Contractor Personnel 52.204-13 System For Award Management Maintenance 52.204-14 Service Contract Reporting Requirements 52.204-16 Commercial And Government Entity Code Reporting 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.204-21 Base Safeguarding Of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.204-26 Covered Telecommunications Equipment Or Services-- Representation 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures 52.209-5 Certification Regarding Responsibility Matters 52.209-7 Information Regarding Responsibility Matters 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations 52.212-3 Offeror Representations And Certifications—commercial Products And Services 52.212-4 Contract Terms And Conditions--commercial Products And Commercial Services 52.217-5 Evaluation Of Options 52.219-6 Notice Of Small Business Set Aside 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-43 Fair Labor Standards Act And Service Contract Labor 52.222-56 Certification Regarding Trafficking In Persons Compliance Plan 52.223-5 Pollution Prevention & Right-to-know Information 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications 52.232-18 Availability Of Funds 52.232-33 Payment By Electronic Funds Transfer—system For Award Management 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-1 Disputes—alternate I 52.233-2 Service Of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.237-3 Continuity Of Services 52.242-13 Bankruptcy 52.253-1 Computer Generated Forms 252.201-7000 Contracting Officer’s Representative 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training For Contractors 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support 252.204-7016 Covered Defense Telecommunications 252.204-7017 Prohibition On The Acquisition Of Covered Defense 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements 252.204-7023 Reporting Requirements For Contracted Services - Basic 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.205-7000 Provision Of Information To Cooperative Agreement Holders 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime. 252.227-7037 Validation Of Restrictive Markings On Technical Data 252.232-7003 Electronic Submission Of Payment Request And Receiving Reports 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests For Equitable Adjustment 252.244-7000 Subcontracts For Commercial Products Or Commercial Services 252.246-7008 Sources Of Electronic Parts fill-in Clauses That Apply To This Acquisition: 52.217-8 Option To Extend Services the Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 30 Days Of Contract Expiration. (end Of Clause) 52.217-9 Option To Extend The Term Of The Contract (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed Five (5) Years, Six (6) Months. (end Of Clause) 52.219-28 Post Award Small Business Program Representative (h) If The Contractor Does Not Have Representations And Certifications In Sam, Or Does Not Have A Representation In Sam For The Naics Code Applicable To This Contract, The Contractor Is Required To Complete The Following Rerepresentation And Submit It To The Contracting Office, Along With The Contract Number And The Date On Which The Rerepresentation Was Completed: (1) The Contractor Represents That It [ ] Is, [ ] Is Not A Small Business Concern Under Naics Code Assigned To Contract Number _____. 52.252-2 Clause Incorporated By Reference this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/ (end Of Clause) 52.252-6 Authorized Deviations In Clauses (a) The Use In This Solicitation Or Contract Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Date Of The Clause. (b) The Use In This Solicitation Or Contract Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Of The Regulation. (end Of Clause) open Market Pricing Is Required. anticipated Award Date Is Nlt 01 March 2025. technical Inquiries And Questions Relating To This Combined Synopsis/solicitation Are Due By 12:00 Pm Est, 13 Feb 2025. Questions Shall Be Sent Via Email To Glenn.i.jenkinson@usace.army.mil, And Gerald.l.garvey@usace.army.mil. When Submitting Questions, Please Include The Solicitation Number, And Title. the Government Reserves The Right To Limit And/or To Not Respond To Any Further Questions Pertaining To This Project Received After February 13, 2025. Offerors Should Base Their Offers On The Information Provided In The Solicitation And All Issued Amendments Thereto. all Answers To Technical Inquiries And Questions Are Reviewed By The Contracting Officer Prior To Response. Answers To Technical Inquiries May Result In Amendments To The Solicitation. If An Amendment Is Issued, It Will Be Posted On The System For Award Management (sam) Website (https://sam.gov/content/home). proposals Are Due By 12:00 Pm Est, Feb 21, 2024. Proposals Shall Be Sent Via Email To Glenn.i.jenkinson@usace.army.mil, And Gerald.l.garvey@usace.army.mil. any Other Questions Regarding This Acquisition Should Be Directed To The Contract Specialist, Glenn Jenkinson At (904) 232-1002 And Gerald Garvey At (904) 232-3055 Or By E-mail. attachments: solicitation Sf 1449 past Performance Short Form pricing Schedule (sheet) qasp

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.  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.   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.   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.  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.  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

Food Products
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents 
Details: This Request For Information (rfi) /â sources Sought Notice Is Issuedâ  Solely For Information And Planning Purposes. This Is Not A Solicitation. submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought/rfi Description this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 311812 (size Standard Of 1,000 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Network Contracting Office (nco) 22 Is Seeking Sources Capable Of Providing Multiple Fresh Bread Types To Visn 22 Va Medical Centers. the List Of Draft Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required. statement Of Work objective the Department Of Veterans Affairs Requires Network Contracting Office (nco) 22 To Set Up Base Plus Option Four Years A Single Award Firm Fixed-price Indefinite Quantity Indefinite Delivery (idiq) Contract For Fresh Bread Types. The Contractor Shall Provide Fresh Bread Products Listed On The Schedule To The Va Greater Los Angeles, Long Beach, San Diego, And Loma Linda Healthcare Systems As Needed Basis. Orders Shall Be Placed By Email, Telephone, Or In Writing Via Fax, As Mutually Agreed Upon Between The Facility Point Of Contact (poc) And Contractor At Least Two Business Days Prior To The Anticipated Delivery Date. participating Va Medical Centers va Greater Los Angeles Healthcare System (691) 11301 Wilshire Boulevard, los Angeles, Ca 90073-1003 va Long Beach Healthcare System (600) 5901 East 7th Stret, long Beach, Ca 90822-5201 va San Diego Healthcare System (664) 3350 La Jolla Village Drive, san Diego, Ca 92161-0001 va Loma Linda Healthcare System (605) 11201 Benton Street, loma Linda, Ca 92357-1000 period Of Performance base: 5/1/2025 6/30/2026 option Year 1: 5/1/2026 6/30/2027 option Year 2: 5/1/2027 6/30/2028 option Year 3: 5/1/2028 6/30/2029 option Year 4: 5/1/2029 6/30/2030 deliverables quantities Are Estimated Only. Quantities Are Estimated For A Year Performance. Estimated Quantities Shall Remain The Same Throughout All Base Plus Option Four Years: station item # description estimated Quantity/year 691 amilf-s bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf 1,600 691 pralf-s bread, Wheat (prairie), 1/2" Sliced, 21 Slices Per Loaf 1,600 691 amib amish Bun, Plain Hamburger Bun 6pk 6,000 691 amihd hot Dog Bun 12pk 2,000 691 drfr french Dinner Roll (12ct) 5,500 691 drpre pretzel Dinner Roll (12ct) 3,200 600 lob lobster Roll 30ct 144 600 ob onion Bun 6pk 720 600 brib brioche Buns 6pk 1,290 600 drrs rosemary Sage Dinner Roll 12ct 360 600 drche cheese Dinner Roll 12ct 360 600 brisb brioche Slider 12ct 720 600 drpre pretzel Roll 12ct 360 664 amilf-s bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf 218 664 amilf-s3 bread, White (amish), 3/4" Sliced, 13 Slices Per Loaf 1 664 pralf-s bread, Wheat (prairie), 1/2" Sliced, 21 Slices Per Loaf 327 664 bri-s3 brioche Loaf, 3/4" Sliced, 21 Slices Per Loaf 400 664 drfr-bx french Roll, Par-baked Box-96ct 133 664 drcia-bx ciabatta Roll, Par-baked Box-96ct 145 664 drcf-bx country French Roll, Par-baked Box-96ct 123 664 drmb-bx malted Brown Roll, Par-baked Box-96ct 83 664 drgar-bx roasted Garlic Dinner Roll, Par Baked Box-96ct 149 605 amipdm-s bread, White (amish), 1/2" Sliced, 30 Slices Per Loaf 500 605 amipdm-s3 amish Pain De Mie, Sliced 3/4", 21 Slices Per Loaf 100 605 amilf-s bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf 50 605 amihd hot Dog Bun 12pk 50 605 drche cheese Dinner Roll 12 Ct. 450 605 drgar garlic Dinner Roll 12 Ct. 450 605 drmb malted Brown Dinner Roll 12 Ct. 450 605 drsd sourdough Dinner Roll 12 Ct. 450 605 pralf-s prarie Loaf, Sliced (ww), 1/2" Sliced, 21 Slices 1,400 the Quantities Cited Above Chart Are Estimated Quantities Per Year For Base And All Option Periods; Quantities Are Not A Contractual Statement Of Precise Quantities That The Government Will Order. The Quantities Given Are Estimated Only, And No Guarantee Of Their Accuracy Is Either Given Or Implied. The Government Will Only Pay For Quantities That Are Actually Ordered And For Which The Services Are Fulfilled. contractor May Offer Alternate Pack Sizes; However, The Estimated Quantities Shall Be Adjusted Accordingly. order Limitations minimum Order Threshold Per Delivery Order: $5,000.00 maximum Order Threshold Per Delivery Order: $100,000.00 compliance With Federal Laws And Regulations all Deliveries Shall Conform In Every Respect To The Provision Of The Federal Food, Drug, And Cosmetic Act Usc Title 21, Chapter 9 (fd&c Act) And Regulation Promulgated There Under. where Applicable, The Interpretation Of Requirements (descriptive Terms), Methods Ascertaining Grades, Testing, Etc., Shall Be In Accordance With Those Contained In The U.s. Standards For The Particular Products In Effect On The Date Of Solicitation. the Contractor Agrees To Provide The Products Listed To Participating Va Medical Centers For Base Period, And Option Years If Exercised By The Government. Deliveries Shall Be In Such Quantities And At Such Times As May Be Required In Accordance With All Terms, Conditions, Provisions, And Schedules Of This Contract. Please Note Quantities Are Estimated Only. There Is Not A Contractual Statement Of Precise Quantities That The Government Will Order Under This Idiq Contract. The Government Will Only Pay For Quantities That Are Actually Ordered And For Which The Services Are Fulfilled Off Of Each Delivery Order. all Products Furnished Under This Contract Shall Be Processed And Packaged Under Sanitary Conditions In Strict Accordance With Guidelines Provided By The U.s. Food And Drug Administration And The U.s. Department Of Agriculture, Using The Best Commercial Practices That Are Standard For The Industry. All Containers Shall Be Clean, Sound, And Securely Covered Or Sealed To Provide Adequate Protection From Dirt, Filth, Or Contamination. All Ingredients Shall Be Clean, Sound, Wholesome And Free From Evidence Of Rodent Or Insect Infestation. Failure To Comply With Provision Shall Be Considered Grounds For Default Of The Contract. all Current Usda Standards And Guidelines Must Be Followed And Met Through The Entire Production, Packaging, Labeling, And Delivery Process. ingredients For Fresh Or Frozen Bread And Bakery Products Shall Consist Of Flour, Water, Salt, Yeast, Emulsifiers Or Stabilizers, And Other Ingredients Appropriate For The Type Of Bread Specified In The Schedule Of Products. The Fresh Or Frozen Bread Include Mold Inhibitors Of Proper Levels As Allowed By The Federal Food, Drug And Cosmetic Act. products Shall Be Delivered In An Enclosed Truck, Which Protects The Bread Products From Dirt Or Other Contamination. Bread Products Shall Be Delivered On Racks And Not Stacked One On Top The Other Unless Separated By Shelving Or Spacers. All Loaves, Packages And Individually Wrapped Breads And Rolls Will Be Clearly Labeled With The Expiration Or Used By Date. by Submitting An Offer, The Contractor Certifies That The Products Offered Meet The Requirements Of The Solicitation And: requirements Of Federal, State, And Local Regulations conforms To The Producer S Own Specifications And Standards, Including Product Characteristics, Manufacturing Procedures, Quality Control Procedures, And Storage And Handling Practices contractor Shall Obtain All Necessary Licenses Required To Perform Work Stated Under This Statement Of Work. contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Program Office Manager With The Final Decision Being Made By The Contracting Officer. product Requirements enriched Flour: When The Bread Or Bakery Product Is Enriched, The Wheat Flour Used For The Bread Shall Conform To The U.s. Standards Of Identity For Enriched Flour (1 Cfr 137.165) And Shall Be Milled From A Variety Of Hard And Or Soft Wheat. appearance And Color: The Fresh Or Frozen Bread And Applicable Bakery Products Shall Have A Uniformly Brown Crust Which Is Characteristic Of The Bread Product. The Fresh Or Frozen Bread And Baker Products Shall Have A Typical Volume, Characteristic Grain, And Be Evenly Baked And Without Evidence Of Foreign Odors Or Flavors, Burnt, Scorched, Stale, Rancid Or Moldy. The Delivered Products Shall Not Be Crushed O Damaged. quality And Freshness: Fresh Bread And Bakery Products Shall Conform To The Following Freshness Requirements: bread (loaf, Muffins, Hamburger, And Hotdog Rolls) Shall Be Delivered To The Va Facilities Within 24 Hours After Baking. brown And Serve Rolls Shall Be Delivered Within 36 Hours After Production. the Government Reserves The Right To Return Products In The Original Packing For Full Credit If They Have Visible Signs Of Poor Quality Within 24 Hours After Delivery. physical Hazards: Products Shall Be Clean, Sound, Wholesome, And Be Free From Foreign Material Such As, But Not Limited To, Dirt, Insect Parts, Hair, Wood, Glass, Or Metal. bread/bakery Items Must Be Freshness Dated In Either Of The Following Methods: production Date Or Freshness Expiration Date Directly Marked On Packaging Or Twist Tie/plastic Closure. production Date Or Freshness Expiration Date Color Coding Or Similar Type Markings On Packaging Or Twist Tie/plastic Closure. special Note: Production Date On Individually Wrapped Items. bread Shall Have A Minimum Of 5 Days Of Shelf Life After The Date Of Delivery. packaging, Packing And Labeling unless Otherwise Specified, Preservation, Packaging, And Packing Shall Be To A Degree Of Protection To Preclude Damage During Normal Shipping Conditions, Handling, Etc., And Shall Conform To Normal Commercial Practice And Applicable Carrier Rules And Regulations Involving Shipment From The Contractor To The Receiving Activity For Storage. Shipping Containers Shall Be Incompliance With National Motor Freight Classification And Uniform Freight Classification (issue In Effect At The Time Of Shipment). the Package Shall Be Clean, Sound, And Securely Covered To Sealed To Provide Adequate Protection From Dirt, Filth, And Contamination. All Products Shall Be Clean, Sound, Wholesome And Free From Evidence Of Rodent Or Insect Infestation. Failure To Comply With This Provision Shall Be Considered Grounds For Default Of The Contract. labeling Shall Be In Accordance With Commercial Labeling, Complying With The Federal Food, Drug, And Cosmetic Act And Regulations Promulgated There Under. unless Otherwise Specified, Preservation, Packaging And Packing Shall Be To A Degree Of Protection To Preclude Damage During Normal Shipping Conditions And Shall Conform To Normal Commercial Practices And Applicable Carrier Rules And Regulations Involving Shipment From Contractor To Receiving Activity For Storage. all Items Must Be Identified With Readable Dates (open Code Dates, Or Color-coded Dates. The Product Color Code Shall Explain The Actual Date Of Production. The Successful Offeror Shall Furnish The Poc And The Contracting Officer With The Instructions For Deciphering The Date On Which The Pasteurization Process Was Completed. This Information Is To Be Furnished Within Five Days Of Award Of A Contract. Failure To Comply With This Requirement Will Render A Contract In Default And Grounds For Termination. ordering participating Va Medical Centers Shall Place Orders Through An Approved Delivery Order (do) And Purchase Order (po). An Approved Purchase Order Shall Be Signed By A Warranted Contracting Officer. the Poc Or Other Delegate Of Nutrition And Food Service Shall Place Orders By Website, Email, Telephone, In Writing Via Fax, Or Any Manner Consistent With Accepted Business Practices At Least Two (2) Business Day Prior To The Anticipated Delivery Date. an Order Number Will Be Provided To Each Facility At The Time The Order Is Placed. participating Va Medical Centers Intend To Place Multiple Orders Per Week. Consequently, The Contractor Is Required To Deliver Multiple Orders Per Week (deliveries Vary One (1) To Five (5) Deliveries Per Week). availability, Substitutions And Alternates: contractor Will Order Quantities Of Products Based On The Facility S Menu Needs, With Oversight And Concurrence From Facility. all Products Offered Will Be Available To Be Ordered For Delivery At Any Station Location Listed In The Contract. any Proposed Alternate Items Shall Meet The Requirements Of The Government Specifications As Cited In The Index Of Federal Specifications/standards (fed) And Or Commercial Item Description (cid). A-a-20052b And A-a-20053b. contractor Will Not Substitute Any Items And Will Not Increase Or Decrease Quantities Ordered Without Prior Approval From The Poc. should Any Product Under This Contract Become Unavailable Or Available On A Limited Basis, Either Temporarily Or Permanently, The Contract Shall Provide The Government With Sufficient Notification Thereof, Offering Possible Substitutions And/or Alternative Sources, To Afford The Government Adequate Opportunity To Approve Or Reject Offered Substitution And/or Make Other Procurement Arrangements. deliveries deliveries Shall Be Made To The Area(s) Listed, Unless Otherwise Directed By The Poc Or Designated Individual Shall Sign For All Deliveries. Off-loading Of Products Shall Occur In The Presence Of Va Authorized Receiving Personnel As Indicated (contact Person) Or His/her Designated Representative. delivery Addresses And Po Numbers Shall Be Provided On Each Delivery Order. replacement Of Rejected Products(s) Shall Be Delivered The Same Day No Later Than 1:00 Pm, Unless Otherwise Specified By The Poc. no Deliveries Will Be Required On Sundays Or National Legal Holidays. This Is Applicable To All Delivery Points. in Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97 The Following National Holidays Are Observed And For The Purpose Of This Contract Are Defined As Legal Federal Official Holidays. Refer To Federal Holidays For A List Of Federal Holidays. note: If Delivery Falls On A Holiday, The Contractor Must Then Delivery The Next Business Day Unless The Poc At The Va Facility; Makes Other Arrangements. delivery Of Goods: The Government Reserves The Rights To Inspect Delivered Goods For Compliance Of Specifications, Including, But Not Limited To Correct Product(s) And Quantities, Proper Packaging, Damage Goods, Etc. The Contractor Shall Demonstrate Compliance With Performance Standards By Showing That Their Process Adherences To An Appropriately Designed, Validated Hazardous Analysis Critical Control Point (hacccp) Plan. Any Item(s) Determined Unacceptable Shall Be Refused With Full Credit/replacement, At The Discretion Of The Government. off-loading Of Products Shall Occur In The Presence Of Va Authorized Receiving Personnel As Indicated, Or His/her Designated Representative. contractor Shall Be Responsible For Providing Hand Trucks, Dollies For Produce, Required To Affect Delivery To Appropriate Location. delivery Shall Not Be Stacked Higher Than Five (5) Feet High. delivery Personnel Shall Wait Until The Delivery Is Fully Inspected By Designee Before Leaving Premises. delivery Vehicles: The Government Further Reserves The Right To Enter And Inspect Any Vehicle Used To Deliver Good To Assure The Safe And Sanitary Transport Of Items Ordered. Such Inspection Shall Be Made On A Random Basis, Upon Delivery, At The Discretion Of The Poc. inspection Of Facilities: The Government May, Prior To Contract Award Or At Any Time During The Term Of The Contract Inspect The Contractor S Plant, Personnel, Equipment, And Process To Ensure Compliance With State/federal Sanitation Regulation Requirements. all Products Furnished Under The Awarded Contract Shall Be Process At Plants That Have Been Inspected By Federal Government. Approved Inspection Reports Of Another Va Facility Or Other Federal Government Agency Will Be Accepted As Satisfactory Evidence That The Facilities/plants Meet These Requirements, Provided That The Inspections Were Made Not More Than Six (6) Months Prior To The Proposed Contract Period. recall Notices notification To Contracting Officer And Participating Va Medical Centers Shall Be Given Immediately Upon Receiving Recall Notices From The Food And Drug Administration Enforcement Report Publications. Notifications Shall Be Delivered To The Program Manager, Or Designated Personnel Through Phone And Email For Any Food Recalls Related To Items Delivered To The Va From The Contractor. physical Security And Facility Considerations the Contractor Employees And/or Subcontractors Approved By The Poc Shall Wear Visible Identification At All Times While On The Premises Of The Facilities With The Visn. Identification Shall Include But Not Be Limited To A Company Identification Care, Which Shall Include The Company Name, Employee Name, Title, And A Photograph Of The Employee. Contractor Employees Shall Maintain A Professional Appearance Commensurate To Their Industry. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police Section. The Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. any Interior Or Exterior Doors That Shall Be Unlocked To Gain Access Shall Be Kept Locked During The Performance Of Work Unless It Results In The Creation Of A Safety Hazard. In Those Instances, The Contractor Is Responsible To Take Necessary Actions To Maintain The Same Level Of Security Prior To Gaining Access/performing Work. Should Any Other Devices Need To Be Unlocked Like An Entry Gate, Those Devices Shall Be Locked Immediately Upon Entry Or Exit. At No Time Shall The Contractor Allow Any Person Into A Locked Area Or Lean Keys/access Cards To Another Person. Contractor May Be Held In Default For Failure To Comply With This Requirement And Subject The Contractor And Its Employee To Contractual And Other Legal Remedies. contractor Personnel Are Required To Check Into The Facility Police & Security Office At Each Visit To Pick Up A Contractor Badge Prior To Contracting The Poc. The Contractor S Staff Shall Also Be Required To Sign In And Out Each Day At A Designated Location Determined By The Poc. the Contractor Agrees That One Of Its Officers Or Employees Shall Use Or Reveal Any Research, Statistical, Medical, Or Security Information Which May Be Obtained During The Performance Of The Work Or As A Result Of Their Presence On Government Premises Without The Written Consent Of The Government. smoking Is Prohibited Inside Any Buildings At Facilities With Visn 22. possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. the Contractor Shall Not Allow His/her Employees, Including Subcontractors Employees, To Open Desk Drawers, Cabinets, Or To Use Office Equipment, Including The Use Of Non-pay Telephones For Any Purpose Other Than A Local Emergency Call. The Contractor Shall Be Responsible To Provide All Necessary Equipment, Tools, Parts, And Materials To Perform The Work. The Government Shall Not Be Obligated To Provide Any Equipment, Tools, Parts, And Materials To Assist The Contractor In Performing The Work. authorization the Contractor Shall Contact The Contracting Officer On All Matters Pertaining To Administration. subcontractors: The Contracting Officer Shall Approve/disapprove All Subcontractors Used At Any Time During This Contract. Contractor Shall List The Name And Address Of All Subcontractors. The Contracting Officer Shall Be Notified Immediately If The Contractor Should Change Any Of The Subcontractor(s) Utilized For This Contract And Provide Their Name And Address. Contracting Officer Shall Approve/disapprove Subcontractors. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Sow Requirements. For Instances Where Your Company Cannot Meet The Sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a. (3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi? (5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Sow? (6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified. (8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items? (10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act? (12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate. (13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail? (14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained. (15) Does Your Organization Offer A Leasing Solution? Please Elaborate. (16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s). (17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract. (18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number. responses To This Notice Shall Be Submitted Via Email To Hestia.sim@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Thursday, February 27, 2025 By 4:00 Pm Est. Please Ensure To Answer All Questions Asked Above. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.

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
4151-4160 of 4197 archived Tenders