Ppe Tenders
Ppe Tenders
Province Of South Cotabato Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 130 K (USD 2.2 K)
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0080 February 07, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 18, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 1 Photocopier , Digital Photocopier A3 Black And White Multifunction 130,000.0 Unit Copy, Print, Scan, Print Speed: 27 Ppm, Print Resolution: 600x600 Dpi, Multiple Copying: Up To 999 Copies, Copy Resolution: 600dpi, Zoom: 25% To 400% In 1% Steps, Scanning Speed: Mono: 18ipm Color: 6ipm, Scan Resolution: 600dpi, Memory: 512mb, Recommended Paper Size: A3, A4, A5, A6, B4, B5, B6, Paper Input Standard: 500 Sheets + 100 Sheets Bypass, Max Input 1,600 Sheets Paper Output Capacity: Standard: 250 Sheets, Paper Output Standard: 250 Sheets, Paper Weight: 52 - 105g/m², Bypass: 52 - 216g/m² Input Tray: 1x500-sheet Paper Tray, 2x500-sheet Paper Tray, Ardf Function: Ardf Capacity: 50 Sheets, Operation Panel: 4-line Lcd. Conditions: 1. Supplier/bidders Shall Have An Existing Or Authorized Service Center Within Tacurong City, Koronadal City And General Santos City. 2. Lifetime Free Service Warranty 3. One Year Warranty On Equipment From The Date Of Delivery 4 .with Two Extra Toner 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: 110010003; Pr.no.25 - 0145 Page 1 Of 2 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0080 February 07, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 18, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 5. With Machine Cabinet Or Pedestal. X-x-x Nothing Follows X-x-x Note: For Use Of The Provincial Administrators Office, Records Section. Note: "please Indicate Brand And Model". "please Submit Product Brochure". Source Of Fund: Padmin-1031 - 1-07-05-020 - Ppe- 25 - 02 -10828 Approved Budget: P 130,000.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: 110010003; Pr.no.25 - 0145 Page 2 Of 2
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: The Department Of Veterans Affairs, Networking Contracting Office (nco 01) Located In
providence, Ri Intends To Enter Into A Sole Source Procurement, Pursuant To The Authority Of Far 6.302-1, With Airgas Usa, Llc., For The Following Requirement: statement Of Work
lease Of Medical Gas Cylinders
this Statement Of Work Describes The Requirements For The Lease, Delivery, Removal, And Filling Of Both Leased And Government Owned Cylinders For Vha Medical Facilities. Base +4 Years scope Of Work: Providence Va Medical Center Leases Various Medical Gas Cylinders And Needs To Establish A Committed Source For The Leased Cylinders And Supply Services For Medical And Specialty Gases. The Contractor Shall Provide All Labor, Personnel, Equipment, Tools, Materials, Supervision And Other Items And Services Necessary To Perform The Following. base +4 Years
lease Of Medical Gas Cylinders: Large Cylinders, Small Cylinders And High-pressured Cylinders.
delivery Of Full Cylinders, Clean And Ready For Immediate Patient Use.
removal Of Empty Cylinders To Refill At Their Facility. 1. Equipment
all Cylinders Leased By The Contractor Shall Be Fda Approved For Use, In Good Condition, And Fully Operational. the Providence Va Medical Center Shall Provide A Suitable Location For The Drop Off For New Cylinders And The Collection Of Used Cylinders. Through The Duration Of The Contract The Contractor Shall Be Liable For The Integrity, Suitability And Safety Of Contractor Owned Tanks. the Contractor Shall Provide All Tools And Equipment Necessary To Properly And Safely Perform The Services Set Forth Within This Statement Of Work. This Shall Include, But Is Not Limited, To All Personal Protective Equipment (ppe) Which May Be Required For The Work To Be Completed In A Safe Manner. The Contractor Shall Provide Any Equipment Necessary For Proper Infection Control Measures.
2. Salient Characteristics the Contractor Shall Provide A Fully Functional System That Meets The Following Characteristics: compressed Gas Cylinders Responsible For Protecting Compressed Gas Quality And Stability, From Fill Through To Point Of Use.
ergonomic User-friendly Cylinder And Valves For Small, Medium, And Mobile Gas Needs. 2. Areas To Be Serviced
department Of Veterans Affairs
providence Va Medical Center
830 Chalkstone Ave
providence, Ri 02908 3. Delivery
delivery Of Requested Items Shall Be Delivered By The Vendor Within Seven (7) Business Day. (specific Delivery Time Per Negotiated Solicitation/contract Within These Defined Time Periods Or By Special Request Per Negotiated Fss Contract) After Receipt Of Request.
cylinders Delivered Must Be Clean, In Good Working Condition, And Available For Immediate Patient Use. contractor Shall Call Requesting Service When Dropping Off New Cylinders And Removing Empty Cylinders.
an Employee Will Accompany The Contractor To The Oxygen Storage Area. the Employee Will Verify The Replacement Of New And Removal Of Empty Cylinders. 4. Training
the Contractor Shall Provide Onsite General Overview Technical Training For Clinical And Logistics Staff As Requested. Training Shall Include A Technical Overview Of The Mechanics, And General Operations Of Leased Cylinders. Training Shall Cover Detailed Instruction Regarding The Preventative Maintenance, Troubleshooting, And General Maintenance Of The Equipment. 5. Inspection And Acceptance
the Contractor Shall Conduct A Joint Inspection With An Employee From The Requesting Service Upon Delivery Of Cylinders. 6. Warranty
the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair. 7. Task Frequency And Instructions
cylinders Will Be Filled As Needed.
empty Cylinder Quantity Being Returned To The Contractor Should Equal The Number Of Cylinders Being Delivered By The Contractor. cylinders Delivered Will Be Filled To The Maximum Functional Capacity.
8. Special Work Requirements
the Contractor Shall Comply With Any And All Infection Control Risk Assessment Requirements Deemed Appropriate By The Providence Va Medical Center During All Portions Of The Work Set Forth In The Scope Of Work. the Contractor Must Comply With Security, Privacy, And Safety Issues In Accordance With Va Standards, Policies, And Directives Set Forth At All Times While Providing The Work Outlined In The Scope Of Work.
9. Property Damage
the Contractor Shall Take All Necessary Precautions To Prevent Damage To Any Government Property. The Contractor Shall Report Any Damages Immediately And Shall Be Assessed Current Replacement Costs For Property Damaged By The Contractor Unless Corrective Action Is Taken. Any Damaged Material (e.g. Trees, Shrubs, Lawn/turf, Curbs, Gutters, Sidewalks, Etc.) Will Be Replaced In A Timely Manner Or Corrected By The Contractor With Like Materials, At No Extra Cost To The Government, Upon Approval Of The Contracting Officer.
10. Attachments
none.
11. Identification, Parking, Smoking, Cellular Phone Use And Va Regulations
the Contractor's Employees Shall Wear Visible Identification At All Times While On The Premises Of The Va Property. It Is The Responsibility Of The Contractor To Park In The Appropriate Desig Nated Park Ing Areas. Information On Parking Is Available From The Va Police-security Service. The Va Will Not Invalidate Or Make Reimbursement For Parking Viola Tions Of The Con Tractor Under Any Con Ditions. Smoking Is Prohibited Inside Any Buildings At The Va. Cellular Phones And Two-way Radios Are Not To Be Used Within Six Feet Of Any Medical Equipment. Posses Sion Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Sub Ject To Search. Violations Of Va Regulations May Result In A Citation Answer Able In The United States (federal) Dis Trict Court, Not A Local District State, Or Municipal Court.
12. Compliance With Osha Bloodborne Pathogens Standard The Contractor Shall Comply With The Federal Osha Blood Borne Pathogens Standard. The Contractor Shall: A. Have Methods By Which All Employees Are Educated As To Risks Associated With Blood Borne Pathogens. B. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Blood Borne Pathogens. C. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Blood Borne Pathogens. D. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, And Mouthpieces For The Employee During Performance Of The Contract.
the Naics Code For This Requirement Is 325120. airgas Usa, Llc Is The Only Contractor Capable Of Satisfying The Statement Of Work Because They Are The Sole Provider Of The Specialty, Medical Air Gas Rental Cylinders. this Notice Of Intent Is Not A Solicitation Nor Is It A Request For Proposal. However, All
responsible Sources May Submit A Capability Statement Demonstrating The Ability To
provide The Requested Services, In Writing By Friday, January 17, 2025 At 5 Pm Est Time. Responses Should Be Sent To Rosangela Pereira At Rosangela.pereira@va.gov.
information Submitted In Response To This Notice Will Be Used Solely To Determine Whether
competitive Procedures Could Be Used For This Acquisition. A Determination Not To Open
the Requirement To Competition Based Upon Responses To This Notice Is Solely Within The
discretion Of The Government.
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500412 Title Clothing Items Various Items Description 10 Each X Golf Shirt - Unisex - Small - Branded 10 Each X Golf Shirt - Unisex - Medium - Branded 5 Each X Golf Shirt - Unisex - Large - Branded 5 Each X Golf Shirt - Unisex -x Large - Branded 5 Each X Golf Shirt - Unisex - 2x Large - Branded 5 Each X Golf Shirt - Unisex - 4x Large - Branded Specification* Refer To Ga12500412 Kindly Supply And Deliver 10 X Golf Shirt - Unisex - Small - Branded Specifications Size Small Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping Name & Surname Raymein Classens E-mail Address Raymein.classens@capetown.gov.za Telephone No. 0812329107/0214003041 Delivery Address 200 On Main, Claremont, 7708, 3rd Floor Quotation Conditions Clause - 2.14.1 & 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier's Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. ",,wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" ",,nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Kindly Supply And Deliver 10 X Golf Shirt - Unisex - Medium - Branded Specifications Size Medium Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - Large - Branded Specifications Size Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - Extra Large - Branded Specifications Size Extra Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - 2x Large - Branded Specifications Size 2x Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping * Kindly Supply And Deliver 5 X Golf Shirt - Unisex - 4x Large - Branded Specifications Size 4x Large Material Polyester Gsm 195g Colour Black With White Embroidery As Per Artwork Features Button Front Placket With Buttons To Match Fabric Flat Knit Collar Fabric Neck Taping Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/02/27 Delivery Tosupport Services Suse Delivery Address1 200 On Main - 3rd Floor, Claremont Contact Personraymein Classens Telephone Number0214003041 Cell Number Closing Date2025/02/17 Closing Time03 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressga1.quotations@capetown.gov.za Buyer Detailsr.ross Buyer Phone0214009530 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Closing Date28 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500363 Title Clothing Items : Overall Jackets Description 300 Each X Overall Jacket;cot;org;34/87cm;cct 300 Each X Overall Jacket;cot;org;38/97cm;cct 300 Each X Overall Jacket;cot;org;40/102cm;cct Specification* Refer To: Ga12500363 Overall Jacket - Material: 100%cotton J54 Fabric; Colour: Orange Cks 129 21 C; Size: 34/87cm; Branding: Cct To Be Embroidered On Back In Black Text With 40mm High Century Gothic Font; Specifications: With Collar And Lapels, Breast Pocket With Flap, Two Side Pockets. Zip Up Front, One Piece Back, One Piece Sleeves Set In With Plain Hemmed Cuffs, Full Length Style Jacket Without Waistband With Side Slits, Reflective Band 54 Mm Width Polyester Petersham Tape In Neon Yellow Colour, 25mm Width Silver Reflective Tape With Minimum Brightness Of 475-500 Candela (complying With Sans 50471 Standard) Stitched Around Chest And Sleeves; Unit Packaging: Garment To Be Individually Wrapped In A Clear Plastic Bag, Indicating The Size Of The Garment; Packaging: Garment To Be Wrapped In Bundles Of 10 Items Per Same Size, Supplied In Cardboard Boxes. Boxes Are To Be Identified/marked With Content Description, Size Of Garments, Quantity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number; Fabric Standards: Manufactured To Sans 1387 Parts 1 And 2, Cotton Work Wear Fabric; Manufacturing Standards: Manufactured In Accordance With Sans 434 And Bearing The Mark; Origin: Made In South Africa; Guideline: Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By. 1. Nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Refer To: Ga12500363 Overall Jacket - Material: 100%cotton J54 Fabric; Colour: Orange Cks 129 21 C; Size: 38/97cm; Branding: Cct To Be Embroidered On Back In Black Text With 40mm High Century Gothic Font; Specifications: With Collar And Lapels, Breast Pocket With Flap, Two Side Pockets. Zip Up Front, One Piece Back, One Piece Sleeves Set In With Plain Hemmed Cuffs, Full Length Style Jacket Without Waistband With Side Slits, Reflective Band 54 Mm Width Polyester Petersham Tape In Neon Yellow Colour, 25mm Width Silver Reflective Tape With Minimum Brightness Of 475-500 Candela (complying With Sans 50471 Standard) Stitched Around Chest And Sleeves; Unit Packaging: Garment To Be Individually Wrapped In A Clear Plastic Bag, Indicating The Size Of The Garment; Packaging: Garment To Be Wrapped In Bundles Of 10 Items Per Same Size, Supplied In Cardboard Boxes. Boxes Are To Be Identified/marked With Content Description, Size Of Garments, Quantity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number; Fabric Standards: Manufactured To Sans 1387 Parts 1 And 2, Cotton Work Wear Fabric; Manufacturing Standards: Manufactured In Accordance With Sans 434 And Bearing The Mark; Origin: Made In South Africa; Guideline: Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By. * Refer To: Ga12500363 Overall Jacket - Material: 100%cotton J54 Fabric; Colour: Orange Cks 129 21 C; Size: 40/102cm; Branding: Cct To Be Embroidered On Back In Black Text With 40mm High Century Gothic Font; Specifications: With Collar And Lapels, Breast Pocket With Flap, Two Side Pockets. Zip Up Front, One Piece Back, One Piece Sleeves Set In With Plain Hemmed Cuffs, Full Length Style Jacket Without Waistband With Side Slits, Reflective Band 54 Mm Width Polyester Petersham Tape In Neon Yellow Colour, 25mm Width Silver Reflective Tape With Minimum Brightness Of 475-500 Candela (complying With Sans 50471 Standard) Stitched Around Chest And Sleeves; Unit Packaging: Garment To Be Individually Wrapped In A Clear Plastic Bag, Indicating The Size Of The Garment; Packaging: Garment To Be Wrapped In Bundles Of 10 Items Per Same Size, Supplied In Cardboard Boxes. Boxes Are To Be Identified/marked With Content Description, Size Of Garments, Quantity Of Items In The Box, Cct Material Code And The Cct Purchase Order Number; Fabric Standards: Manufactured To Sans 1387 Parts 1 And 2, Cotton Work Wear Fabric; Manufacturing Standards: Manufactured In Accordance With Sans 434 And Bearing The Mark; Origin: Made In South Africa; Guideline: Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By. Delivery Date2025/04/11 Delivery Tologistics - Ndabeni Store Materials Store / Ph: 444 5456 Delivery Address25 Oude Molen Road, Ndabeni Contact Personrasheed Erasmus Telephone Number0214004808 Cell Number Closing Date2025/01/28 Closing Time03:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressga1.quotations@capetown.gov.za Buyer Detailsr.ross Buyer Phone0214009530 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities: Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500424 Title Clothing & Footwear Description 1 Pair X Bova Hamburg Safety Shoe Size 6 1 Pair X Bova Hamburg Safety Shoe Size 7 2 Pair X Bova Hamburg Safety Shoe Size 8 1 Pair X Bova Hamburg Safety Shoe Size 9 Specification* Ref Ga12500424 Please Deliver To: Block A2, Electricity Hq, Bloemhof Centre, Bloemhof Road Contat Person Reanette Geswind: 021 444 8474 Specs: Sizes 4-12 Colour Grey Upper Suede Leather 4 Pair Eyelet Lace-up Reflective Safety Stripes For Enhanced Visibility Padded Tongue And Collar For Comfort Lining The Quarter Lining Is From An Industrial Quality Ferrabelle Non-woven Material The Vamp Lining Is From A Hi-tech Needle-fibre Blend With Excellent Perspiration Absorbency In Sock Anti-static Non-woven In-sock For Comfort And Stability Top Sock Anti-static Non-woven In-sock For Comfort And Stability Midsole Shank Reinforcement For Arch Support Toe Cap Steel Sole Dual Density Pu/pu (heat-resistant Up To 95°c) Nrcs/9002/287766/0116 Sans / Iso 20345 Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Please Deliver To: Block A2, Electricity Hq, Bloemhof Centre, Bloemhof Road Contat Person Reanette Geswind: 021 444 8474 Specs: Sizes 4-12 Colour Grey Upper Suede Leather 4 Pair Eyelet Lace-up Reflective Safety Stripes For Enhanced Visibility Padded Tongue And Collar For Comfort Lining The Quarter Lining Is From An Industrial Quality Ferrabelle Non-woven Material The Vamp Lining Is From A Hi-tech Needle-fibre Blend With Excellent Perspiration Absorbency In Sock Anti-static Non-woven In-sock For Comfort And Stability Top Sock Anti-static Non-woven In-sock For Comfort And Stability Midsole Shank Reinforcement For Arch Support Toe Cap Steel Sole Dual Density Pu/pu (heat-resistant Up To 95°c) Nrcs/9002/287766/0116 Sans / Iso 20345 * Please Deliver To: Block A2, Electricity Hq, Bloemhof Centre, Bloemhof Road Contat Person Reanette Geswind: 021 444 8474 Specs: Sizes 4-12 Colour Grey Upper Suede Leather 4 Pair Eyelet Lace-up Reflective Safety Stripes For Enhanced Visibility Padded Tongue And Collar For Comfort Lining The Quarter Lining Is From An Industrial Quality Ferrabelle Non-woven Material The Vamp Lining Is From A Hi-tech Needle-fibre Blend With Excellent Perspiration Absorbency In Sock Anti-static Non-woven In-sock For Comfort And Stability Top Sock Anti-static Non-woven In-sock For Comfort And Stability Midsole Shank Reinforcement For Arch Support Toe Cap Steel Sole Dual Density Pu/pu (heat-resistant Up To 95°c) Nrcs/9002/287766/0116 Sans / Iso 20345 * Please Deliver To: Block A2, Electricity Hq, Bloemhof Centre, Bloemhof Road Contat Person Reanette Geswind: 021 444 8474 Specs: Sizes 4-12 Colour Grey Upper Suede Leather 4 Pair Eyelet Lace-up Reflective Safety Stripes For Enhanced Visibility Padded Tongue And Collar For Comfort Lining The Quarter Lining Is From An Industrial Quality Ferrabelle Non-woven Material The Vamp Lining Is From A Hi-tech Needle-fibre Blend With Excellent Perspiration Absorbency In Sock Anti-static Non-woven In-sock For Comfort And Stability Top Sock Anti-static Non-woven In-sock For Comfort And Stability Midsole Shank Reinforcement For Arch Support Toe Cap Steel Sole Dual Density Pu/pu (heat-resistant Up To 95°c) Nrcs/9002/287766/0116 Sans / Iso 20345 Delivery Date2025/02/28 Delivery Toelectricity - Bloemhof Materials Store / Ph: 444 1859 Delivery Address1 Bloemhof Road, Bellville Contact Personreanette Geswind Telephone Number0214448474 Cell Number Closing Date2025/02/18 Closing Time03:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressga1.quotations@capetown.gov.za Buyer Detailsr.ross Buyer Phone0214009530 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities: Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500375 Title Hat Le Cricket Brush Cot Twill N/blue M Description 238 Each X Hat Le Cricket Brush Cot Twill N/blue M Specification* Ga12500375 Hat - Type Le Cricket Hat Wide Stiff Brim Material Brushed Cotton Twill Colour Navy Blue Size Medium Branding Rubberized "law Enforcement" Logo On Front 65mmx65mm To Be Stitched .sweat Band Inside The Hat. Embroidered Le Text Single Colour White On The Back In 10mm Century Gothic Font, With Adjustable String Lanyard. Specifications Air Vents For Airflow. 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Ga12500375 Helmet - Type Flip-up Full-face Size Large Specific Use Law Enforcement Colour White Material Polycarbonate Shell Branding Law Enforcement Logo (sticker) Above The Visor Specifications Flip-up Mechanism Located Under The Chin Piece # One Handed Operation. Anti-scratch Visor With Easy Change Mechanism. Side Vents, Front Vents And Extractor Vents. Removable Cheek Pads - Fully Removable Replaceable Antibacterial Coolmax Lining. Ratchet Retention System. Integrated Sun Visor. 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Ga12500375 Epaulette - Type Metallette Rank Inspector Specific Use Law Enforcement Material 100% Polyester Colour Royal Blue Top 55mm Bottom 65mm Specifications Step Out,looped Style,two Seven Point Stars With City Of Cape Town Logo. 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/04/29 Delivery Tolaw Enforcement Store Le Uniform Stores Delivery Address5 Hopkins Street, Parow Contact Personsimphiwe Mzanywa Telephone Number0214004539 Cell Number Closing Date2025/02/05 Closing Time03 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressga1.quotations@capetown.gov.za Buyer Detailsr.ross Buyer Phone0214009530 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Description: Description
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).
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.
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339112. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
the Department Of Veterans Affairs (va), Visn 5 Network Contracting Office, Is Seeking Sources That Can Provide A Compact Eye Exam Lane As Part Of The Expansion Of Service Involved With The Technology-based Eye Care Services (tecs) Program For The Charlotte Hall Va Clinic.
statement Of Work (sow)
contract Title. Topcon 5000 Exam Lane Tecs Program background. The Charlotte Hall Va Clinic Is Requiring A Compact Eye Exam Lane As Part Of The Expansion Of Service Involved With The Technology-based Eye Care Services (tecs) Program. The Room Will Be Used To Check Patient S Vision, Perform Autorefraction And Slit Lamp Examination. Due To The Size Of The Room, A Compact Equipment System Is Needed To Screen Patients. scope Of Work. The Procurement Shall Include All Parts, Materials, Labor, Software/licenses, Resources, And Training Required To Implement And Utilize The Equipment/system To Their Fullest Capacity. All Items Must Be Covered By Manufacturer S Warranty And Procured Through A Manufacturer-approved Distribution Channel. Distributers And Resellers Must Be Able To Document Ability To Provide Items Through Manufacturer-approved Distribution Channels Upon Request. specifications.
4.1 Equipment line Item Description quantity
mini-lane Refraction Desk
1
cv-5000s Digital Phoropter
1
deluxe Stool With Back
2
dual Table-top
1
auto Kerato-refractometer
1
slit Lamp
1
auto Lensmeter
1 4.2 Required Features compact System Combining Exam Lane Equipment Into One Space-saving Set-up: Digital Phoropter, Autorefractor, Lensmeter, Visual Acuity Chart And Chair & Stand
customizable Refraction Programs, On-screen Technician Scripts And Emr Connectivity
fit In A Foot Print Of 6 X 7 digital Phoropter
high-speed Lens Disc Rotation To Reduce Overall Refraction Time, Ocular Stress And Confusion For The Patient
ability To Connect To Network For Reduce Potential Transcription Errors small Optical Head Requiring Minimal Space
dual Table Top - To Allow For The Use Of Two Instruments, Such As A Slit Lamp And An Auto Refractometer
auto Kerato-refractometer
ability To Perform Subjective Va Measurement For Far & Near Distance, Glare Test, Grid Test & Contrast Test
slit Lamp
auto Lensmeter
fully Automate To Measure Glasses Prescription. This Is A Required Feature To Allow Staff To Quickly Gather Results With Little Training In A Very Busy Eye Clinic In Dcva specific Tasks. 5.1 Delivery. all Equipment Shall Be Delivered To:
washington Dc Va Medical Center 50 Irving St Nw Washington, Dc 20422
attn: Vhawas Equipment Committee
contract Va Purchase Order (po) Number Shall Be Included With Delivery Information (e.g., Packing Slip). delivery Hours: The Warehouse Is Open To Receive Deliveries Monday Through Friday, 8:00 A.m. To 4:00 P.m., Excluding Holidays.
contractor Shall Coordinate Delivery With The On-site Point Of Contact (poc) And Provide Shipment Tracking Information. contractor Shall Verify Delivery Date And Time With The On-site Poc At Least 3 Business Days Prior To Scheduled Delivery. delivery Is Required Within 90 Days From Award Of The Contract. 5.2 On Site Procedures.
covid-19 Screening: All Persons Entering The Facility Shall Be Subject To Screening For Covid-19 Per The Current Cdc (center For Disease Control) Guidelines. mask Requirement: All Contractors Shall Wear Masks While Indoors. contract Personnel Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. time Spent On Site Shall Be For A Period Sufficient To Complete The Work Set Forth In The Statement Of Work. on Site Visits Shall Be Scheduled In Advance With The Designated On-site Poc.
contractor Shall Check In And Out With Biomedical Engineering Prior To Visiting The Worksite For Each Day Of Work. the Va Campus Is Non-smoking. Contractor Personnel Are Required To Comply With This Policy. parking: It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas.
contractor Personnel S Tool Bags Are Subject To Inspection. 5.3 Installation/implementation. installation/implementation Will Be Completed By Personnel Certified And Knowledgeable With The Designated Equipment/system. installation Shall Be Completed Within The Period Of Performance.
contractor Shall Be Responsible For Any Personal Protection Equipment (ppe) Required When Performing Work On Site.
contractor Shall Submit All Removable Media To Be Used On A Va System To Biomedical Engineering For Scanning With Anti-virus Software Prior To Use. in The Case Turn-in, Exchange, Repair, Or Replacement Of Equipment Containing Hard Drives Used By The Va, The Hard Drives Shall Be Removed From The Equipment And Remain In Possession Of The Va (this Includes Loaned Or Rented Equipment).
the Contractor Shall Take All Necessary Precautions To Prevent Damage To Any Government Property. The Contractor Shall Report Any Damages Immediately And Shall Be Assessed Current Replacement Costs For Property Damaged By The Contractor, Unless Corrective Action Is Taken. Any Damaged Material (i.e., Trees, Shrubs, Lawn/turf, Curbs, Gutters, Sidewalks, Etc.) Will Be Replaced In A Timely Manner Or Corrected By The Contractor With Like Materials, At No Extra Cost To The Government, Upon Approval Of The Contracting Officer. 5.4 Training.
contractor Shall Be Responsible For Providing On-site Training To Clinical Staff/users. training Is To Be Scheduled In Advance With The Designated On-site Poc.
education Shall Be Provided Prior To And/or At Time Of Installation. education Professional Shall Be Certified To Provide Instruction On The Designated Equipment/system. education Curriculum Must Include: Operations And Set-up, User Maintenance, Safety, And User Troubleshooting Tips. 5.5 Inspection And Acceptance. contractor Shall Conduct A Joint Inspection With The On-site Poc Upon Completion Of Installation. in The Event Deficiencies Are Identified, The Contractor Shall Provide The Date When The Identified Deficiencies Will Be Addressed If Not Addressed On The Date Of Installation. The Contractor Shall Conduct A Joint Inspection With The On-site Poc After Addressing All Deficiencies. All Deficiencies Identified In The Joint Inspections Shall Be Corrected By The Contractor Prior To Government Acceptance Of The Item. Any Disputes Shall Be Resolved By The Contracting Officer. 5.6 Deliverables.
the Contractor Shall Provide The Below Documentation For The Proposed Equipment To Tba Within 10 Business Days Of Work Completion:
service Report.
warranty Information.
electronic Copy Of The Operators Manual.
electronic Copies Of The Complete Technical Service Manuals, Including Troubleshooting Guides, Necessary Diagnostic Software And Equipment Information, Schematic Diagrams, And Parts Lists. hours Of Operation.
dc Vamc S Normal Business Hours Are Monday-friday, 8:00 Am To 4:30 Pm, Excluding Observed Federal Holidays: new Year S Day
labor Day
martin Luther King S Birthday
columbus Day
president S Day
veteran S Day
memorial Day
thanksgiving Day
juneteenth
christmas Day
independence Day
any Other National Holiday As Declared By The President Of The United States period Of Performance. Delivery Within 90 Days From Contract Award. item Information
item Number
description Of Supplies/services
quantity
unit 0001 1.00
un
__________________
__________________ topcon Ids-300 Mini-lane With Cv-5000s Refraction Desk 0002 2.00
un
__________________
__________________ topcon Os-300 Deluxe Stool With Back 0003 1.00
un
__________________
__________________ topcon Cv-5000s Kit W/polarized Mc-5s 0004 1.00
un
__________________
__________________ topcon Ids-300 Dual Table-top 0005 1.00
un
__________________
__________________ topcon Kr-800s Auto Kerato-refractometer 0006 1.00
un
__________________
__________________ topcon Sl-d701 Slit Lamp 0007 1.00
un
__________________
__________________ topcon Solos Auto Lensmeter 0008 1.00
un
__________________
__________________ installation, Calibration & On-site Training the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications. If You Are Interested And Are Capable Of Providing The Sought-out Supplies/services, Please Provide The Requested Information As Well As 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) 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.
(2) Is Your Company Considered Small Under The Naics Code Identified Under This Rfi?
(3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items?
(4) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
(5) 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.
(6) 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?
(7) Please Provide General Pricing For Your Products/solutions For Market Research Purposes.
(8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes?
*** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics.
responses To This Notice Shall Be Submitted Via Email To Ryan.singletary@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Friday, January 24, 2025, At 10:00 Am Est. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Housekeeping Services
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Description: Valet Services
martinsburg Va Medical Center
rfq 36c24525q0249
questions And Answers 1. Where Is The Valet Parking Area? Right Corner Bottom Parking Lot Facing Away From Hospital. 2. Will You Provide A Map Indicating Where The Parking Area Is Located? Yes 3. Is The Parking Area Dedicated To Valet Use Only? Yes 4. How Manyâ parking Spaces Are Set Aside For Valet Use? 54 5. What Are The Daily Valet Volumes For The Past 12 Months As Reported By The Current Contractor? 90-100 6. Where Is The Valet Podium To Be Located? Contractor Will Provide Their Own Podium. 7. How Many Lanes Are Available For Dedicated Valet Use? Shared Space 8. How Many Feet Of Curb/lane Is Available For Valet Use? 50 Ft 9. Can The Contractor Use An Indoor Area Near The Main Entrance Such As A Vestibule Or Sectionâ of The Lobby During Inclement Weather? Yes, Vestibule, It Is Inside The Main Entrance On Left Corner 10. Where Can The Contractorâ store Equipment And Supplies? Contractor Will Need To Provide A Locked Cabinet Inside The Main Entrance Near Their Podium Of The Vestibule. 11. Is The Contractor Requiredâ to Assist Aâ patient With Getting Into Or Out Of A Vehicle Or Wheelchair? Please Refer To Pws For Details. 12. Is The Contractor Required To Use Any Lift Assistance Equipment?â If So, Please Describe The Requirement. Please Refer To Pws Patient Assistance Section. 13. Why Was The Contract For Valet Services Awarded Last Year (36c24524c0111) Cancelled Before Service Began? The Contract Was Terminated For Convenience. 14. The Pws Requires Personnel To Perform Under The Contract Without Exceeding The Required Wait Time To Valet Park And Retrieve Vehicles, But There Is No Required Time Listed. What Is The Required Time Limit (example: 10 Minutes) Valet Attendants Have To In-process Vehicles From The Time Of Arrival? 3-5 Mins Is Acceptable. 15. What Is The Required Time Limit To Return Vehicles Once A Vehicle Owner Requests Their Vehicle? See Answer 14 16. The Solicitation Provides Instructions For Experience Information To Be Submitted. In Order To Help The Government Mitigate Performance Risks Associated With Performance While Maintaining Fair Competition, Will The Government Clarify The Specific Criteria That Will Be Used To Determine Technical Acceptability, Including The Minimum Required Experience, Qualifications, And Certifications For Personnel? Please Refer To The Rfq. 17. Will The Government Consider Evaluating Past Performance Relevance Also Based On Operational Complexity And Scope, Rather Than Solely On Contract Value And The Type Of Facility Services Were Provided, To Ensure Offerors With Experience Managing Valet Services At High-traffic Facilities With Similar Operational Tempo And Service Expectations Are Considered Technically Favorable? See Section E.11 For Details Regarding Past Performance. 18. In Addition To Offerors Demonstrating They Have The Necessary Staff And Are Properly Licensed To Operate Vehicles; Will The Government Establish A Minimum Staffing Plan Based On Operational Needs To Ensure Offerors Propose An Adequate Workforce To Meet Peak And Non-peak Demand? Contractors Are To Provide Adequate Staffing Of Customer Service Attendants, As Referenced In The Pws. 19. How Many Parking Spaces Does The Designated Valet Lot Have? Refer To Answer In Question 4 20. Is There An Overflow Lot That Can Be Used? If So, Where Is Its Location And
how Many Parking Spaces Does It Have? Over Flow Will Be Adjacent To The Valet Parking. There Would Be An Additional 27-54 Spaces. 21. The Pws States The Contractor Shall Direct Vehicles Who Do Not Wish To
use Valet Services To Appropriate Parking Lots. Are The Lots Clearly Marked For
them, Such As Visitor Parking Or Patient Parking ? Yes 22. Does The Government Provide Space To Store Valet Equipment During Nonoperational
hours? If So, Where At? Answered In Question 10 23. Is There A Cutoff Time Where Vehicles Are No Longer Accepted For Valet
services? See Pws 24. Key Turnover Is To Be To The Administrative Office On Duty (aod).
where Is The Aod Located (e.g. Emergency Department (ed))? Er 25. Is There A Different Area For Large Vehicles To Be Parked Or Is The Valet
team Required To Use The Same Designated Lot For Oversized Vehicles Also? See Pws 26. Does The Government Anticipate Any Changes To The Current Number Of
personnel Performing Valet Services At The Martinsburg Vamc? N/a 27. Can The Government Clarify If A Narrative Explanation Of The Pricing
criteria Is Required? Please See Section E.13(c) As It Answers This Question. 28. Will The Government Confirm That All Offerors Will Be Required To Adhere To The Current Department Of Labor Wage Determination Rates Applicable To The Contract Performance Location, And That Proposals Will Be Evaluated To Ensure Compliance With These Rates? Additionally, Will The Government Assess Whether Proposed Pricing Is Sufficient To Meet The Requirements Of The Performance Work Statement (pws) Without Sacrificing Quality Or Compliance With Applicable Labor Laws? All Offerors Must Adhere To Wage Determination Rates. This Is A Firm-fixed Price Contract, Awarding To The Lowest Price Technically Acceptable (lpta) Offeror, As Stated In The Rfq. 29. Is This An Existing Requirement Or Is This A New Requirement? New Requirement 30. 'if This Is An Existing Effort; What Is The Prior Contract Award Amount, Name Of Incumbent And Period Of Performance? $1,235,796.60, Navigator International, 08/01/2019 07/31/2024 31. Is The Current Incumbent Contract Currently Fully Staffed With Qualified Personnel At The Current Pws Level? There Is No Incumbent. 32. What Is The Total Number Of Qualified Contractor Personnel On Staff? There Is No Incumbent. 33. Does The Current Incumbent Workforce Meet All Training Specified In The Sow? There Is No Incumbent. 34. How Long Does It Take To Process A New Candidate For Suitability/naci? Typically, 10 Business Days. 35. Is There A Requirement For The Contractor To Provide Personal Protective Equipment? Va Does Not Provide The Ppe. 36. A. Staffing: The Contractor Will Provide Adequate Staffing Of Customer Service Attendant(s) For The Hours Of Operation Specified. The Contractor Will Always Provide Adequate On-site Supervision To Handle Customer Concerns And Parking Incidents. The Contractor Does All Recruiting, Hiring, Training, And Supervising. is The Current Contractor Fulfilling All Of The General Procedures In The Current Contract? If Not, What/which Items Are Not Being Currently Provided? There Is No Incumbent. 37. B. Contractor Should Base Their Plan On The Martinsburg Vamc Serving Approximately 100 Vehicles Per Day. what Historically Is The Average Parking Time A Patient's Vehicle? What Is The Average Parking Spot Turn Over Time? Can Not Be Answered Since It Varies. 38. D. Provide Professional Valet Booth(s), Locking Key Cabinet(s), Safety Cones, Signs, Roadblocks And Other Supplies And Materials And/or Miscellaneous Items Necessary To Operate And Manage Valet Services. All Signs Shall Be At Least 30 X 30 . Hand-written Signs Shall Not Be Allowed.
what Ticket System Is Currently Being Used To Track Keys, Cars And The Customer? There Is No Incumbent. 39. D. Provide Professional Valet Booth(s), Locking Key Cabinet(s), Safety Cones, Signs, Roadblocks And Other Supplies And Materials And/or Miscellaneous Items Necessary To Operate And Manage Valet Services. All Signs Shall Be At Least 30 X 30 . Hand-written Signs Shall Not Be Allowed.
is There A Valet Booth Currently In Place? There Is No Incumbent. 40. F. The Contractor Will Provide Va Approved Walkie-talkies Or Radios For The Valet Staff To Communicate With Each Other While Conducting Their Normal Duties Of Valet Parking.
what Is The Range Of Use On These Walkie Talkies? 1 Mile? 1/2 Mile? Any Commercial Walkie Talkie Will Suffice. 41. The Contractor Shall Have Complete Control Of Vehicles Parked In Designated Valet Parking Area(s) In The Context Of Maximizing The Space Available And Facilitating A Smooth Operation. The Martinsburg Vapd Will Always Maintain Authority Over All Vehicles And Parking At The Facility.
are Contractor Employees Allowed To Park At The Va Facility Without Any Fee? Yes 42. Are Electrical Outlets Available For Contractor Use At The Valet Station/post To Power Lighting And Heating/cooling Devices Designed For Outdoor Use? Outlets Are Available. 43. Training Is To Be Accomplished Outside Of Contract Duty Hours.
if Outside Of Normal Hours, How Will The Government Schedule This Training And How Long Will Take? Contractor Is Responsible For Training. 44. In Addition To Safe Driver Training, The Minimum Customer Service Training Must Be Provided And Documented For Each Employee. is This Training Provided By The Va? Contractor Provided. 45. To Be Eligible To Perform Under This Contract, Each Contract Employee Must Satisfactorily Complete Va Talent Management System (tms) Web Base Training. how Long Is Tms Training For Average Individual. Does System Provide A Completion Certificate? Each Course Takes 15-20 Mins. 46. All Vehicle Damage Claims Brought To The Attention Of The Valet Contractor Shall Be Immediately Investigated And Validated Claims Shall Be Processed For Settlement. who Determines If Claim Is Valid? See Pws. 47. Proposed Hours Of Operation Are 6:30 Am To 5:00 Pm Monday Through Friday For The Martinsburg Vamc, Excluding Federal Holidays. what Are The Historically Peak Hours Per Day And/or During Which The Days Of Week? Hours Of Operation Of 6:30am To 5pm, We Expect Full Performance For These Hours. 48. The Contractor Shall Be Notified In Advance Of Any Special Events Which Might Cause Parking Problems Because Of Additional Patients, Patrons, Or Visitors To The Medical Center.
historically, How Many Special Events In A Year Are Cause For Any Increase In Staff? Possibly 1-2 Events Per Year. 49. The Contractor Shall Be Responsible For The Replacement Of Items Or To Repair Vehicles Or Facilities To Previous Condition If The Contractor Is Determined To Be At Fault For The Damage.
what Entity Is Authorized To "determine" Fault? Va Police Has Investigative Authority. 50. The Participating Va Medical Center Shall Provide Orientation And Training On Va Policies And Procedures Relating To Security, Patient Privacy, Safety, Emergency Procedures, Accidents/injuries, And Communication With Va Staff. The Required Training Shall Be Scheduled At A Post Award Meeting On A Mutually Agreeable Date And Coordinated With The Cor.
how Long Is This Training And What Is The Frequency For Attrition / New Hires? Typically Done In 1-2 Days 51. All Contractor Employee S Will Be Issued A Government Piv Card (id Card). The Piv Card Must Be Always Worn While On Va Property.
what Is Piv Issuance Turn Around Time? 10 Business Days 52. Is There A Minimum Or Maximum Number Of Past Performance References That May Be Submitted? This Is Outlined In Section E.11 53. Is There A Specific Or Preferred Format For Information Submission? See Section E.13 For Instructions On Submittals. 54. May The Offeror Submit Cpars Either In Lieu Or In Addition To Past Performance References? This Is Answered In Section E.11 55. Is There A Page Limit For Past Performance Information? No, Section E.11 Details Past Performance Information. 56. Is The Past Performance Information To Be Submitted In A Separate Volume Or Included In One Of The Outlined Volumes? Volume I 57. Is There A Page Limit Or Any Formatting Requirements For Any Of The Submission Requirements? Refer To Section E.13 For Submission Requirement Details. 58. Is This A New Requirement Or Is There An Incumbent? New Requirement 59. If There Is An Incumbent, What Is The Current Contract Value? There Is No Incumbent. 60. Is There A Required Size For The Booth? No
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Closing Date24 Jan 2025
Tender AmountUSD 39.6 K This is an estimated amount, exact amount may vary.
Description: The Defense Logistics Agency (dla) Maritime Norfolk At Norfolk Naval Shipyard (nnsy) Intends To Award A Firm Fixed Price (ffp) Single Award Contract With Lowest Price Technically Acceptable (lpta) Evaluation Factors For The Item Listed Below. The Required Item Is For Commercial Items Prepared In Accordance With The Information In Far Part 13 And Far Subpart 12.6, As Supplemented With The Additional Information Included In This Notice. the Contract Line Items (clins) Are As Follows: hyd-mech S-23p Band Saw Quantity: 1 U/i: Ea capacity Rectangular (h X W) Round 90° 16" X 20" 16" 45° 16" X 14" 14" 30° 16" X 9-1/2" 9-1/2" blade Size: 1-1/4" X 16' 10" blade Drive: 8.8 Hp Vfd machine Voltage: 240v /3 Ph variable Vise Pressure adjustable Work Stop – 34” coolant Drip Pan – For Idler Conveyor blade Speed: 75-330 Sfm coolant Tank – Built In Coolant Drawer With Centrifugal Pump And 9 Us Gal Capacity work Load: 5,000 Lbs. machine Weight 2.900 Lbs. table Height: 33" cast Iron Blade Guide Arms. Idler Side Guid Arm Adjustable And Supported By Linear Rail. dimensions (w X L X H) 101” X 80” X 61” laser Light work Light mechanical Band Tensioning With Digital Readout 43" Material In-feed Roller Table And 19-1/4" Out Feed Table blade Breakage Switch cast Iron Band Wheels pre-set Replaceable Carbide Guide Inserts flood Coolant With Wash Down Hose safety Door Interlocks filler Plates For 5’ Idler Conveyor Below The Frame type 1 – 5’ In Feed/out Feed Idler Conveyor (26” W X 35” H) Material Support Rollers To Be Installed Below The Frame replaceable Blade Brush replaceable Carbide Guide Inserts miter Scale For The Head Miter Position In 1 Degree Increments With Cam Lock Brake Locking Mechanism steel Base semi-automatic Operator Plc Control Equipped With A Digital Lcd Display, Shall Show Machine Mode, Pieces Cut, Blade Speed, Blade Tension, Amperage Draw, Cut Duration, Overall Machine Run Time, And Head Position. full Capacity, Full Stroking Hydraulic Material Vise swinging, Heavy-duty, Cast-iron Saw Head That Can Swing Up To 60 Degrees In One Direction hydraulic Positive Down Feed Sawing Head With Infinite Down Feed Adjustments hydraulic Positive Downfeed – Dual Down Feed System Capable Of Controlling Both Feed Rate And Feed Force Parameters quality Assurance Provisions - Inspection And Acceptance Of The Supplies, Performed At Destination By Code 983 And Shall Consist Of Type And Kind; Condition; Operability, If Readily Determinable; Preservation; Packaging. preservation, Packaging And Packing – The Equipment Shall Be Packaged, Packed And Preserved For Shipment To Reach Ultimate Destination Undamaged. Package Shall Be Prominently Marked “not For Outside Storage”. Yellow Packaging, Packing, Preservation And Marking Are Prohibited. additional Requirements: nameplate: A Nameplate Shall Be Permanently And Securely Attached To Each Machine The Information Provided On The Plate Shall Be As Listed Below. nomenclature manufacturer's Name manufacturer's Model Designation manufacturer's Serial Number power Input (volts, Total Amps, Phase, Frequency) amp Rating Of Largest Motor short Circuit/over-current Protection Rating contract Number Or Order Number national Stock Number Or Plant Equipment Code date Of Manufacture operating And Maintenance Manual: Machines Shall Be Provided With Operating And Maintenance Manual (o&m), Electrical Manual, Mechanical Manual & Schematics Three (3) Each Shall Be Provided With The Machine And One (1) Each Searchable Electronic Copy (pdf) Shall Be E-mailed To Tpoc. verification Test: After Delivery The Contractor Shall Test Run The Machines At The Site To Ensure Conformance With This Purchase Description. warranty: These Machines Shall Be Warranted Against Any Defects In Material, Parts, And Workmanship For 12 Months After The Date Of Installation With Labor Provided By Dealer. Additional Parts Are To Be Warranted For Two (2) Years. installation: location: Machines Shall Be Installed Inside Norfolk Naval Shipyard, Portsmouth, Va 23709. training: The Contractor Shall Provide Training To Familiarize Norfolk Naval Shipyard Personnel With The Equipment And To Help Ensure Reliable Performance And Maximum Service Life, During Normal Usage. operator / Programmer On-site Training: Training Shall Be Provided At The Receiving Activity. Training Shall Include Preparation Of Part Programs, And Preparation Of Equipment For Safe Operation. The Trainees Shall Be Provided Instruction For All Aspects Of Machining Operations. Trainees Shall Be Provided Instruction For The Care, Use And Operation Of All Attachments And Accessories. Training Shall Be Provided For Three (3) Operators/programmers. The Training Period Shall Not Be Less Than Three (1) Consecutive, Eight (8) Hour Workday. A Training Manual (which Could Be An Additional Operator's Manual) Shall Be Provided For Each Student. entry Requirements: All Personnel Expected To Visit Nnsy Shall Be Us Citizens. Contractors/sub-contractors Including Truck Drivers Shall: 30 Days Before Arrival: Contractor Shall Provide Secnav 5512 Data On All Personnel Expected To Visit Nnsy To The Tpoc. This Shall Include List Of All Personnel Expected To Visit, Identifying Those That Require Secnav 5512 Forms & Those With Existing Valid Base Passes. All Personnel Expected To Visit Nnsy Shall Be Us Citizens. All Personnel Shall Provide Two Forms Of Identification. Accepted Required Identity Documentation For Proof Of Us Citizenship, Us Birth Certificate, Us Passport, Certificate Of Citizenship, Birthright Citizenship, Certificate Of Naturalization, Birth Abroad For Us Citizens. The Tpoc Shall Provide Secnav 5512 Forms Upon Request. The Tpoz Will Endorse The Secnav 5512 Form And Forward To The Nnsy Pass Office. vehicle Entry: The Contractor Shall Display The Company Name Of Each Door Of The Contractor’s Vehicles In A Manner And Size That Is Clearly Visible. All Contractor Vehicles Shall Display A Valid State License Plate That Complies With State Vehicle Code With Company’s Name Clearly Displayed On The Sides On Vehicle. Contract Vehicles Shall Meet All Other Requirements Of The State Vehicle Code, Such As Safety Standards, Proof Of Insurance And State Registration. Contract Vehicles Shall Have Insurance And Registration In The Company’s Name. Passes Will Be Issued For Vehicles To Enter The Shipyard. A Separate Pass Is Required For Entering The Cia. There Are Available Parking Spots Near Each Building, Including In The Cia. Unloading Can Be Accomplished At High Bay Door Loading And Unloading Zones However, The Loading And Unloading Zones May Not Be Near The Equipment For Each Building. portable Electronic Dive (ped): In Accordance With Comsublant/comsubpacinst 2075.1c, The Use Of Portable Electron Devices (peds) While In Or On Department Of Navy Controlled Industrial Areas Are Prohibited. A Portable Electronic Device (ped) Is Defined As Any Non-stationary Electronic Apparatus With Singular Or Multiple Capabilities Of, But Not Limited To Recording, Storing, And/or Transmitting Data, Voice, Video, Or Photo Images E.g.: Cell Phones, Laptops, Tablets And Wearable Devices Such As Fitness Bands And Smart Watches. Non-camera Cell Phones Are Acceptable (feature Phones). Where A Laptop Computer Is Required For Trouble-shooting And Machine Programming Purposes, Contractor Must Inform Tpoc No Later Than Two (2) Weeks Prior To Visit To Allow Time To Schedule Inspections And Vetting From Nnsy It Department. safety Or Security: Contractor Will Need Cia Access And Ppe. “per Far 22.102-1(a) Entitled “safety”, Contractors Are Hereby Informed That Their Employees Or Representatives Present On Property Under Norfolk Naval Shipyard Cognizance Must Follow Federal And State Osha Requirements And Norfolk Naval Shipyard Oshe Program Manual, Navshpydnorinst P5090.2 Requirements Or Safety Requirements For Site Specific Location Of The Contract.” critical Time Constraints: The Installation And Training Shall Be Performed Between The Hours Of 7:20 Am And 3:50 Pm Excluding Any Federal Holidays. installation Responsibilites government provide And Install Anchor Bolts And Nuts. connect Machine To The Provided Utilities Hook-up. material For Performance Testing At Gover provide Utilities Hook-up Within 20 Feet Of The Machinenment Facility contractor level And Align Machine. provide All Necessary Tools, Gages, And Instrumentation Necessary To Perform The Required Test. provide And Charge All Systems With Fluids In Accordance With Manufacturer’s Instructions. the Requirement Will Be Solicited As A Total Small Business Set Aside. The Naics Code Applicable To This Procurement Is 332216, Saw Blade And Handtool Manufacturing With A Size Standard Of 750 Employees. The Product Service Code Is 3405. the Anticipated Delivery Date For This Acquisition Is 30 Days After Contract Award. The Solicitation, Any Documents Related To This Procurement, And All Amendments Issued Will Be In Electronic Form Only. the Solicitation Number Is Spmym125q0034 And It Is Expected To Be Available On Or About 21 January 2025 And Posted To Sam.gov, Https://sam.gov/ Quotes Will Be Due By 5:00 Pm Est On 24 January 2025. Responses To The Solicitation Notice Shall Be Emailed To The Attention Of Monica Richardson As Monica.richardson@dla.mil Please Make Sure That The Solicitation Number (spmym125q0034) Is Included In The Subject Line Of Any Email Correspondence. Emails Without Subject Lines Will Not Be Read Because Of Security Issues. potential Offerors Are Hereby Notified That The Solicitation And Any Subsequent Amendments Will Only Be Available By Downloading The Documents At Www.sam.gov (contracting Opportunities). The Government Is Not Responsible For Inability Of The Offeror's To Access Solicitation Documents Posted. Prospective Offeror's Should Also Register On The Interested Vendor List Under Spmym125q0034. No Telephone Or Fax Requests Will Be Accepted, And No Hardcopy Solicitation/amendment Will Be Mailed Or Faxed. all Responsible Sources May Submit A Proposal Which May Be Considered By The Government. By Submitting A Quote, The Offeror Will Be Self-certifying That Neither The Principal Corporate Officials Nor Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency. Failure To Do So May Represent Grounds For Refusing To Accept The Proposal. By Submission Of A Proposal, The Offeror Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation, Except For Awards To Foreign Vendors For Work To Be Performed Outside The United States. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220, Or Via The Internet At Https://www.sam.gov. All Questions Shall Be Submitted In Accordance With The Solicitation, Dates And Procedures. Please Direct All Questions Regarding This Requirement To Monica Richardson At Monica.richardson@dla.mil.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services revision 01
effective: 05/30/2023
description
this Is A Combined Synopsis/solicitation For Commercial Products And Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As Rfq 36c24125q0227. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. the Associated North American Industrial Classification System (naics) Code For This Procurement Is Naics 541380 (testing Laboratories And Services) Sba Size Standard $19 Million. this Is Being Bid As A Vosb Set-aside. this Is A Solicitation For Va Connecticut Healthcare System Requires Both Ct Facilities Have Their Own Sterilization Processing Services For All Rme And Medical Equipment Processing. Sps Is A Critical Part Of Any Hospital As It Ensures All Clinical Departments Have A Readily Available Supply Of Sterile Equipment. One Of The Key Pieces Of Equipment Supporting Any Sps Is The Critical Water Support. Both West Haven And Newington Have Large Reverse Osmosis Based Water Treatment Systems That Provide A Direct Critical Water Supply To Sps Personnel And Equipment. The Duration Of The Contract Will Be A Base Plus 4 Oy. Any Technical Questions Will Be Directed At Cornelius Finnegan Iv (203) 932-5711 X3817. all Interested Companies Shall Provide Quotations For The Following: statement Of Work
vachs Critical Water Monitoring Program
background vachs Critical Water Monitoring Program Covers The Main Medical Center At West Haven, Ct And The Newington, Ct Medical Center. Both Ct Facilities Have Their Own Sterilization Processing Services For All Rme And Medical Equipment Processing. Sps Is A Critical Part Of Any Hospital As It Ensures All Clinical Departments Have A Readily Available Supply Of Sterile Equipment. One Of The Key Pieces Of Equipment Supporting Any Sps Is The Critical Water Support. Both West Haven And Newington Have Large Reverse Osmosis Based Water Treatment Systems That Provide A Direct Critical Water Supply To Sps Personnel And Equipment. the Updated Aami St-108-2023 Standard, Which Governs The Processes And Requirements For Sterile Processing, Added Requirements To The Roster Of Locations Needing Monthly Critical Water Sampling. Per The Standard, The Requirement To Test Critical Water At Every Point Of Use Has Significantly Raised The Quantity Of Water Samples Needed Each Month. Current Water Sampling Contracts Only Cover The Bare Minimum Of Testing Locations At The Source Of Critical Water Systems. at Vachs, We Have Been Without Any Backup Or Extra Testing On The Annual Contract. It Is Essential That An On-call Or Emergency Testing Balance Be Added To The New Contract Requirement. This Will Give Va Leaders The Ability To Quickly Re-test Any Areas That Have Been Positive For Contamination Or Allow Leaders To Check Any Area Of Concern. When An Emergency Re-test Is Needed, There Is No Time To Source Funding. The Test And Result Are Needed As Fast As Possible To Restore Operations In Affected Areas. A Robust On-call/emergency Testing Balance Is Needed For This New Contract. Furthermore, The Contractor Will Have To Guarantee A Quick Availability And Turn-around Time For These Tests. scope Of Work
the Purpose Of This Statement Of Work Is To Provide All The Details And Requirements In Developing A Monthly Water Testing Program For Vachs. There Will Be Designated Testing Locations Required For Testing Each Month. There Will Also Be General Purpose Testing Locations That Can Be Alternated As The Sps Department S Needs. the Primary Direction For This New Contract Requirement Are Detailed Updates In The Aami St-108:2023 Standard, Water For The Processing Of Medical Devices. All Contractor Proposals Should Thoroughly Review This Standard. the Contractor S Responsibility Of This Contract Includes, But Is Not Limited To The Following:
provide All Labor, Materials, Tools, Equipment, Applicable State Licenses And Permits To Accomplish This Sow. provide All Testing Requirements As Outlined By Aami St-108-2023 Water For The Processing Of Medical Devices. (see Chap 11, Table 6) For Testing Quantity Guides. provide A Fully Qualified Laboratory For Processing Of Water Samples To Meet All Metrics From Aami St-108-2023. Ensure All Laboratory Certificates, Credentials And Capabilities Are Provided To Va Fms. conduct Monthly Water Monitoring Program For Both Newington & West Haven provide A Sampling Of The Utility Or Supply Water At Each Monthly Testing Date. provide A Rapid Means Of Immediate Shipping Of All Water Samples To The Approved Laboratory. provide A Consolidated Monthly Report Of All Sample Locations, Results, Parameters On A Single Report. provide Immediate Notification Of Any Positive Samples Over The Bacteria And Endotoxin Threshold Per Aami St 108. provide An Annual Balance Of Emergency / On-call Tests For Any Locations That Require Re-testing Or Per Direction Of Va. Apart From The Routine Critical Water Locations, Va May Provide Locations With Any Remaining Balance Of Tests In Areas Such As: Dialysis, Pathology Labs, Research Labs, And Other Areas On Medical Facility. There Are Myriad Of Smaller Point Of Use De-ionization And Reverse Osmosis Units Throughout The Facility That May Need Testing As Required. Va Fms Will Direct As Needed In Advance Of Site Visit. un-intentional Or Accidental Contamination Of The Critical Water Samples Occurs When The Tester Does Not Maintain Proper Ppe, Flushing Of Test Port, Cleaning Of Site, Or Use Of Gloves. Va Staff Has Right To Have Tester Re-take A Sample If He/she Believes The Sample Was Taken Without Adherance To Rigid Ppe Or Sampling Discipline. ensure Contractor Staff Adhere To All Ppe Requirements When Testing In Ppe Required Areas. Ensure Contractor Staff Conducts A Thorough Test-location Wipe Down With Alcohol Wipes And Utilizes Latex Or Vinyl Gloves To Avoid Accidental Contamination Of Sample. ensure Contractor Staff Conducts Flushing Of Testing Location Valves, Sample Ports, Sinks, Sprayers Etc., To Avoid Accidental Contamination. enforce A Strict Chain Of Custody Of Sampling So That Samples Are Secured And Shipped By One Dedicated Technician. Contractor To Immediately Notify Va Of Any Breach In Chain Of Custody Or Shipping Issues That Would Render The Samples Un-usable. Contractor To Coordinate With Va On Providing Re-tests. All Work To Be Done During Normal Operation Hours. Any Request For Off Hours Work To Be Coordinated With Cor Or Mike Olechnicki Va Boiler Supervisor. the Contractor Shall Verify All Existing Utility Installations And Take Appropriate Action Prior To Working In The Vicinity Of Utility Services (electrical, Plumbing, Hvac, Etc.). contractor Policies And Procedures Shall Comply With Va Privacy And Security Policy, The Privacy Act And Health Insurance Portability And Accountability Act (hipaa). all Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Va Designee. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Va Designee A Valid (non-expired) Photo Identification Issued By A Us Federal, State, Or Local Government Agency. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. the Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. please See Below Documentation And Table From Aami St-108 On Sampling Requirements. The Following Table Shows A Baseline Requirement For Testing Quantities With Re-test Quantities Included As Well. Contractor To Review St-108 Standard And Table For Best Allocation Of Testing Quantities. required Quantities Of Critical Water Tests Monthly/quarterly
va Connecticut Health Care System - Aami St-108-2023 Critical Water Sampling & Testing Totals Required Each Option Year / 12 Months West Haven, Ct & Newington, Ct Medical Centers test Type
qty Per Year frequency â
â
â critical Water At Point Of Generation â bacteria (hpc) Heterotrophic Plate Count 84
monthly endotoxin (lal)
84
monthly ph
84
monthly total Organic Carbon 84
monthly conductivity 84
monthly alkalinity 84
monthly â
â
â â
â
â â
â
â critical Water Other Locations - Point Of Use â â
â
â bacteria (hpc) Heterotrophic Plate Count 96
monthlyâ endotoxin (lal)
96
monthly â
â
â â
â
â utility Water At Point Of Generation â â
24
monthlyâ â
â
â utility Water At Selected Point Of Use Locations â â
12
quarteryâ â
â
â â
â
â â
â
â critical Water Re-test Balance / On Call Testing â â
â
â bacteria (hpc) Heterotrophic Plate Count 12
per Option year endotoxin 12
â â
â
â â
â
â any Outstanding Balance Can Be Utilized As Needed By Va
â
â â
â
â â
â
â the Following Table From St-108 Highlighting Key Requirements (please Review Full Standard St-108 2023 For Further Information) table 6 Frequency For Water Quality Monitoring At Point-of-water-use water Quality Measurement
type Of Testing
routine Monitoring Sampling Site
minimum Frequency Of Testing*
utility Water
critical Water
steam
ph
ph Meter** Or Colorimetric Dipsticks (sample Tested Within 15 Minutes)
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
conductivity
conductivity Meter** Or Colorimetric Dipsticks
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
total Alkalinity
colorimetric Dipsticks Or Alkalinity Test Kit**
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
total Hardness
determination Of Ppm As Caco3 By Colorimetric Dipsticks, Titration Kit** ,or Handheld Meter**
at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop
quarterly
monthly
quarterly
bacteria
heterotrophic Plate Count (see Annex H)
each Location Of Point-of- Use In Department
quarterly
monthly
n/a
endotoxin
lal Test (see Annex H)
each Location Of Point-of- Use In Department
n/a
monthly
n/a
visual Inspection
visual Inspection Of Inside Of Equipment - Look For Residue, Staining, Scaling, And Discoloration (annex I)
spray Arms/inside Chamber Walls/inside Interior Of Machine
daily
daily
daily
*note 1 The Recommendations For Frequency Of Testing In This Table Are The Recommended Minimum Frequency. If Problems Or Issues Arise With The Water Quality, It May Be Necessary To Increase The Frequency Until They Are Resolved.
**note 2 Test Type Needed To Measure Critical Water And Steam Levels. Steam Condensate Must Be Filled To The Brim, Sealed, And Allowed To Cool Before Testing To Prevent Carbon Dioxide Absorption. the Minimum Frequency Of Testing Aligns With Established Water Monitoring Programs Performed During Medical Device Manufacturing. Device Processing Is An Extension Of The Medical Device Supply Chain, So A Continuation Of The Water Quality Requirements Is Necessary For Continued Patient Safety. The Testing Frequency Described In Table 5 And Table 6 Are Recommended Minimum Frequencies To Demonstrate The Water System Remains In A State Of Control. The Risk Assessment Performed By The Multidisciplinary Team May Identify Sampling Points That Will Require An Increase In Testing Frequency (e.g., Less Frequently Used Point-of-use, Portion Of Circulation Loop Containing A Dead-leg). evaluation Process award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process.
offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15. The Contracting Techniques Associated With Far Part 15 Are Not Mandatory.
the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:â price (follow These Instructions):
offeror Shall Complete The Attached Price Schedule, With Offerors Proposed Contract Line-item Prices Inserted In Appropriate Spaces.â ensure Your Representations And Certifications Are Complete In The System For Award Management (sam)( Https://www.sam.gov). Otherwise, You Will Need To Fill Out Solicitation Clause 52.212-3 "offeror Representation And Certifications -commercial Items And Submit With The Quote. Federal Acquisition Regulations Require That Federal Contractors Register In The Sam Database At Http://www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Quotation.
past Performance:
provide (3) References Of Work, Similar In Scope And Size With The Requirement Detailed In The Statement Of Work. References Must Include Contact Information; Brief Description Of The Work Completed, And Contract # (if Relevant).â Please Utilize Attachment 1 Past Performance Worksheet For Your References And Please Submit As Part Of Your Quote Submission. References May Be Checked By The Contracting Officer To Ensure Your Company Can Perform The Statement Of Work. The Government Also Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From All Sources. technical: The Offeror S Quote Shall Be Evaluated To Determine If The Organization Has The Experience And Capabilities To Provide The Requested Services Iaw The Statement Of Work In A Timely Efficient Manner.â
contractor Shall Demonstrate Their Corporate Experience And Approach To Meet All Requirements Stated In The Statement Of Work.
contractor Shall Demonstrate That Their Technicians Meet The Qualification Standards Stated In The Statement Of Work.
contractor Shall Provide All Current And Relevant Or License(s) To Include Manufacture Training Certificate Etc. if You Are Planning To Sub-contract Some Or All Of This Work, Please Provide The Name And Address(s) Of All Subcontractor(s) (if Applicable) And A Description Of Their Planned Subcontracting Effort. 4. Veterans Preference Factor (per 852.215-70): The Government Will Assign Evaluation Credit For An Offeror (prime Contractor) Which Is A Service-disabled Veteran-owned (sdvosb) Or A Veteran-owned Small Business (vosb). Non-sdvosb/vosb Offerors Proposing To Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. a. For Sdvosbs/vosbs: In Order To Receive Credit Under This Factor, An Offeror Shall Submit A Statement Of Compliance That It Qualifies As A Sdvosb Or Vosb In Accordance With Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors . Offerors Are Cautioned That They Must Be Registered And Verified In Vendor Information Pages (vip) Database (http://www.vetbiz.gov). verified Sdvosbs Will Receive A 5% Price Credit (e.g. If A Sdvosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $95.00). ii. Verified Vosbs Will Received A 2.5% Price Credit (e.g. If A Vosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $97.50). the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. (xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020), 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.228-5 Insurance-work On A Government Installation (jan 1997), 52.232-40 Providing Accelerated Payments To Small Business Subcontracting (dec 2013), 852.212-70 Provisions And Clauses Applicable To Va Acquisitions Of Commercial Items (apr 2020) 852.203-70 Commercial Advertising 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside 852.232-72 Electronic Submissions Of Payment Requests 852.233-70 Protest Content/alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives Of Contracting Officers 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018) as Prescribed In 819.7203(a) Insert The Following Clause: (a) This Solicitation Includes 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside, (b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor S Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor S Offices Where The Contractor S Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor S Compliance With This Requirement. (c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor S Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. (d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor S Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause) 852.219-77 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. as Prescribed In 819.7009(c) Insert The Following Clause:
va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (sep 2021) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.] (i) [x] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) [ ] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. The Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror].
printed Name Of Signee: _________________________________
printed Title Of Signee: ________________________________
signature: ______________________________________________
date: ___________________________________________________
company Name And Address: _____________________________________________________________________________________
(end Of Clause) 852.242-71 Administrative Contracting Officer. as Prescribed In 842.271, Insert The Following Clause: administrative Contracting Officer (oct 2020)
the Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Shall Be Furnished To The Contractor. (end Of Clause)
(xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (wage Determination West Haven And Newington Vamc Wd 2015-4127 And 2015-4119 (rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6
(xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above.
(xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement.
(xv) Rfq Questions Are Due Nlt 02/19/2025 At 17:00 Pm Est. Rfq Responses Are Due Nlt 02/21/2025 At 17:00 Pm Est. Rfq Responses Must Be Submitted Via Email With Rfq #36c24125q0227 In The Subject Line To: Nathan.langone@va.gov Hand Deliveries Shall Not Be Accepted.
(xvi) The Poc Of This Solicitation Is Nathan Langone (nathan.langone@va.gov)
461-470 of 531 archived Tenders