Road Tenders
Road Tenders
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
United States
Details: U.s. Department Of Justice Federal
bureau Of Prisons
federal Prison Camp (fpc)
alderson, Wv 24910
february 28, 2025
(i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number Is _15b10125q00000004__this Solicitation Is Issued As A Request For Quote (rfq). Please Read It In Its Entirety.
(iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-04.
(iv) This Solicitation Is Being Issued As Total Small Business Set-aside. The Naics For This Requirement Is 311811 With A Size Standard Of 700 Employees. 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644).
(v) The Following Items Are Required
various Subsistence Items For The Federal Prison Camp, Alderson, West Virginia, As Detailed In Attachment A – National Menu Specifications Quote Sheet.
(vi) This Solicitation Will Result In A Single Award Of A Firm-fixed Price Contract For Bread Items.
(vii) Terms Of Fresh, Weekly Deliveries Are F.o.b. Destination Beginning
april 1, 2025, And Ending June 30, 2025, Between The Hours Of 7:00 Am - 10:00 Am And Will Resume 12:00 Pm - 2:00 Pm Eastern Standard Time(est).
no Delivery On Holiday's Or Weekends.
federal Prison Camp, Alderson
glen Ray Road
alderson, Wv 24910
(viii) Far 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services (sep 2023) Applies To This Acquisition. References To Offer And Offeror Are Hereby Changed To Quote And Quoter Respectively.
(ix) Award Will Be Made By Trade-off Method To The Responsible Quoter Whose Quote Conforms To The Requirements And Is Determined To Provide The Best Value To The Government, Considering The Evaluation Factors Outlined Below.
(1) Price - The Government Will Evaluate The Quoter’s Proposed Price To Ensure It Is Fair And Reasonable; And
(2) Past Performance - Past Performance Information Shall Include Prior Experience And Similar Performances Undertaken By The Contractor.
(x) Far 52.212-3, Offeror Representations And Certifications – Commercial Products And Commercial Services (may 2024) Must Be Submitted With Quote.
(xi) Far 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services (nov 2023), Is Applicable To This Acquisition.
(xii) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024), To Include The Below, Are Applicable To This Acquisition.
(b)
x (4) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712) X (5) 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note).
x (9) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328).
x (12) 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note)
x (18) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644).
x (26) (i) 52.219-28, Post Award Small Business Program Re-representation (feb 2024) (15 U.s.c. 632(a)(2)).
x (31) 52.222-3 Convict Labor (june 2003).
x (33) 52.222-21 Prohibition Of Segregated Facilities (apr 2015).
x (34) (i) 52.222-26 Equal Opportunity (sept 2016) (e.o.11246).
x (36) 52.222-36 Equal Opportunities For Workers With Disabilities (jun 2020) (29 U.s.c. 793)
x (39) (i) 52.222-50 Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627).
x (47) (i) 52.224-3 Privacy Training (jan 2017) (5 U.s.c. 552 A).
x (51) 52.225-13 Restrictions On Certain Foreign Purchases (feb 2021) (e.o.s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury)
x (55) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513).
x (59) 52.232-33 Payment By Electronic Funds Transfer-system For Award Management (oct 2018) (31 U.s.c. 3332).
x (61) 52.232-36 Payment By Third Party (may 2014) (31 U.s.c.3332).
(c)
x (9) 52.226-6 Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792).
(xiii) The Selected Quoter Must Comply With The Additional Contract Terms And Conditions, Which Are Incorporated Herein By Reference: Provisions
far 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements-representation (jan 2017)
far 52.204-7 System For Award Management (oct 2018)
far 52.204-16 Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
far 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
clauses
far 52.204-13 System For Award Management (oct 2018)
far 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020)
far 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (nov 2021) Far
52.232-18 Availability Of Funds (apr 1984)
far 52.252-2 Clauses Incorporated By Reference (feb 1998) Doj-02 – Contractor Privacy Requirements (jan 2022)
doj-08 – Continuing Contract Performance During A Pandemic Influenza Or Other National Emergency (oct 2007)
the Full Text Of The Referenced Far Provisions And Clauses May Be Accessed Electronically At Www.acquisition.gov/far Or By Contacting A. Tabor, Pps, By Email To Atabor@bop.gov (xiv) Not Applicable To This Solicitation.
(xv) The Completed Solicitation Package Must Be Returned No Later Than 12:00 P.m. Eastern Daylight Time On March 10, 2025.
(xvi) Vendors Shall Submit Quotes In .pdf Format To Ashley Tabor, Procurement And Property Specialist, By Email To Atabor@bop.gov Only. No Fax, Hand Delivered, Or Mail-in Quotes Will Be Accepted. Quotes Must Be Good For 30 Calendar Days After Close.
please Ensure All Information Requested Is Included. Information Will Be Posted To The General
services Administration, Contract Opportunities: Sam.gov | Contract Opportunities. All Future
information About This Acquisition, Including Amendments, And Cancellations Will Also Be
distributed Through This Site. Interested Parties Are Responsible For Monitoring This Site To Ensure
they Have The Most Up-to-date Information About This Solicitation.
***question Submission: Interested Quoters Must Submit Any Questions Concerning The Solicitation
at The Earliest Time Possible To Enable The Buyer (fpc Alderson) To Respond. Questions Must Be
submitted By Email Only, Atabor@bop.gov. No Phone Calls Please.
Closing Date10 Mar 2025
Tender AmountRefer Documents
FLP Ferrovie Luganesi SA Tender
Services
Switzerland
Description: Switzerland – Repair, Maintenance And Associated Services Related To Aircraft, Railways, Roads And Marine Equipment – Gestione Del Verde Secondo I Criteri Di Tutela Della Biodiversità In Ambito Ferroviario; Lotta Alle Neofite Invasive; Potatura E Taglio Delle Piante Interferenti Con La Linea Ferroviaria; Servizio Di Picchetto. Veicoli E Attrezzature. Periodo 25-28.
Closing Date25 Apr 2025
Tender AmountRefer Documents
Municipality of Tremesne Tender
Czech Republic
Details: The Subject of the Public Contract Is the Execution of Construction Works and Related Supplies, Within the Implementation of the Investment Action: "Bezděkov U Třemešného - Residential Zone", Consisting of the Construction of the Building and the Execution of Related Construction Works. The Buildings Will Be Used as Public Transport Infrastructure, the Areas of the Newly Defined Plots Will Then Be Used for the Construction of Family Houses in the First Stage and Two Apartment Buildings and a Kindergarten in the Second Implementation Stage. The Second Implementation Stage Must Be Understood for the Time Being as a "Territorial Reserve". However, the Location Was Designed as a Whole for Reasons of Coordination and Continuity of the Individual Stages. The construction in the location will consist of three types of buildings: family houses for rural housing (12 plots), apartment buildings with a capacity of four residential units each (a total of 2 Bd) and one kindergarten building with a capacity of up to 30 children. No commercial activity is expected in Rd and Bd, and no other properties with other types of activity and transport will be connected to the road. The new road will therefore provide access and transport service only to the listed buildings in the location itself. No other operation is considered, even in the future. All houses will be connected to the usual engineering networks (electricity, water, sewage) except for gas (there is none in the village). From the above, it follows that normal traffic will be represented most frequently by vehicles of group 1 in connection with housing and the operation of the nursery (passenger cars, possibly vans), occasionally and regularly by vehicles of group 2 or 3 for the collection of household waste, irregularly and with the least frequency by vehicles of groups 2 and 3 for the import of solid fuel (fireplace heating, etc.). A different situation will be at the access section of the road, to which will be connected (in view) both the access road for another (smaller) location of new construction (family houses of rural housing on private land) and also the exit (field road) for the adjacent agricultural land. Traffic connected to the view location on private land will be of the same nature as for the location in question, but with a significantly lower frequency. The operation associated with the use of agricultural land will have a seasonal character with occasional lower frequency, however, it is necessary to count on the movement of large-sized agricultural equipment, i.e. vehicles of group 4. The subject of the public contract is defined in more detail in the tender documentation, in the annexes to the tender documentation, the commercial conditions, the draft SOD, the project documentation and in the statement of measurements.
Closing Date26 Mar 2025
Tender AmountCZK 36 Million (USD 1.5 Million)
National Institutes Of Health Tender
United States
Details: (i) This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Subpart 12.6 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number Is 75n95025q00162 And The Solicitation Is Issued As A Request For Quotation (rfq).
this Acquisition Is For A Commercial Product Or Commercial Service And Is Conducted Under The Authority Of The Federal Acquisition Regulation (far) Part 13—simplified Acquisition Procedures; And Far Part 12—acquisition Of Commercial Products And Commercial Services, And Is Not Expected To Exceed The Simplified Acquisition Threshold.
this Is A Non-competitive (notice Of Intent) Combined Synopsis Solicitation To Award A Contract Or Purchase Order Without Providing For Full And Open Competition (including Brand-name).
the National Institute On Drug Abuse (nida), Office Of Acquisition (oa), On Behalf Of The National Institute On Aging (nia), Intends To Negotiate And Award A Purchase Order Without Providing For Full And Open Competition (including Brand-name) To Agilent Technologies, 2850 Centerville Road, Wilmington, De 19808 For Service And Maintenance For A Dna Qualification Instrument (femto Pulse System) .
this Acquisition Is Conducted As Non-competitive For A Commercial Product Or Commercial Service And Is Conducted Pursuant To Far 13.106-1(b)(1).
(iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) Number 2025-03, With Effective Date January 17, 2025.
(iv) The Associated Naics Code Is 811210 And The Small Business Size Standard Is $34 Million.
(v) This Requirement Is For The Following Services: Service And Maintenance For A Dna Qualification Instrument (femto Pulse System). Please See The Attached Statement Of Work (sow) For Detailed Requirements.
(vi) The National Institute On Aging (nia) Owns A Femto Pulse System Manufactured By Agilent Technologies. This Instrument Is Used By The Center For Alzheimer’s And Related Dementias(card) And Requires Maintenance To Ensure Continued Full Function And Continuity Of Niaresearch Data.
(vii) The Government Anticipates Award Of A Firm Fixed-price Purchase Order For This Acquisition, And The Anticipated Period Of Performance Is:
base Year: April 7, 2025 – April 6, 2026
option Year One: April 7, 2026 – April 6, 2027
option Year Two: April 7, 2027 – April 6, 2028
(viii) The Provision At Far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998), Applies To This Acquisition. This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At These Addresses:
https://www.acquisition.gov/browse/index/far
https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
https://www.acquisition.gov/caac-letters
(end Of Provision)
the Following Provisions Apply To This Acquisition And Are Incorporated By Reference:
far 52.204-7, System For Award Management (nov 2024)
52.204-8, Annual Representations And Certifications (jan 2025) (deviation Feb 2025) See Caac_letter_2025-01_supplement-1.pdf And Caac_letter_2025-02_supplement-1.pdf
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-29, Federal Acquisition Supply Chain Security Act Orders – Representation And Disclosures (dec 2023)
far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sep 2023)
far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) (deviation Feb 2025) Caac_letter_2025-01_supplement-1.pdf And Caac_letter_2025-02_supplement-1.pdf
the Clause At Far 52.252-2, Clauses Incorporated By Reference (feb 1998), Applies To This Acquisition. This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At These Addresses:
https://www.acquisition.gov/browse/index/far
https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
https://www.acquisition.gov/caac-letters
(end Of Clause)
the Following Clauses Apply To This Acquisition And Are Incorporated By Reference:
far 52.204-13, System For Award Management Maintenance (oct 2018)
far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023).
far 52.217-9, Option To Extend The Term Of The Contract (mar 2000). 3 Years
hhsar 352.222-70 Contractor Cooperation In Equal Employment Opportunity Investigations (december 18, 2015)
hhsar 352.239-74, Electronic And Information Technology Accessibility (december 18, 2015)
the Following Provisions And Clauses Apply To This Acquisition And Are Attached In Full Text. Offerors Must Complete The Provisions Below And Submit Completed Copies As Separate Documents With Their Proposal.
far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
far 52.204-26 Covered Telecommunications Equipment Or Services-representation (oct 2020)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025) (deviation Feb 2025) Per Caac Letters 2025-01 And 2025-02, Far 52.222-21, Prohibition Of Segregated Facilities And Far 52.222-26 - Equal Opportunity Will Not Be Considered When Making Award Decisions Or Enforce Requirements.
far 52.222-48exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-certification (may 2014).
far Deviation Statement: The Caac Letter 2025-01 -supplement 1 And Caac Letter 2025-02-supplement 1 Are Applicable To This Acquisition.
system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations. Examples Include 52.222-25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services. Contracting Officers Will Not Consider These Representations When Making Award Decisions Or Enforce Requirements. Entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam.
the Mentioned Caac Letters May Be Accessed Electronically At This Address: Caac Letters | Acquisition.gov.
the Following Invoice Instruction Is Included And Will Be Incorporated In The Final Award:
nih Invoicing Instructions With Ipp (mar 2023).
(ix) The Provision At Far Clause 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), Applies To This Acquisition.
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: (i) Technical Capability Of The Service Offered To Meet The Government Requirement; (ii) Past Performance [see Far 13.106-2(b)(3)]; And (iii) Price.
technical And Past Performance, When Combined, Are Significantly More Important Than Price.
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(x) Offerors Must Include A Completed Copy Of The Provision At Far Clause 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) (deviation Feb 2025), With Its Offer. If The Offeror Has Completed Far Clause 52.212-3 At Www.sam.gov, Then The Offeror Does Not Need To Provide A Completed Copy With Its Offer. See Deviation Statement Above Regarding Applicable Caac Letters.
(xi) There Are No Additional Contract Requirement(s) Or Terms And Conditions Applicable To This Acquisition.
(xii) The Defense Priorities And Allocations System (dpas) Are Not Applicable To This Requirement.
(xiii) Responses To This Solicitation Must Include Clear And Convincing Evidence Of The Offeror’s Capability Of Fulfilling The Requirement As It Relates To The Technical Evaluation Criteria. The Price Proposal Must Include The Labor Categories, An Estimate Of The Number Of Hours Required For Each Labor Category, Fully Loaded Fixed Hourly Rate Or Each Labor Category, Breakdown And Rationale For Other Direct Costs Or Materials, And The Total Amount.
the Unique Entity Id From Sam.gov, The Taxpayer Identification Number (tin), And The Certification Of Business Size Must Be Included In The Response. All Offerors Must Have An Active Registration In The System For Award Management (sam) Www.sam.gov.
all Quotations Must Be Received By Wednesday, March 12th, 2025 At 9:00 Am Eastern Daylight/standard Time And Reference Solicitation Number 75n95025q00162. Responses Must Be Submitted Electronically To Rashiid Cummins, Contracting Officer, At Rashiid.cummins@nih.gov
a Determination By The Government Whether To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered To Determine Whether To Proceed On A Non-competitive Basis As Indicated Above, Or To Conduct A Competitive Procurement.
fax Responses Will Not Be Accepted.
Closing Date12 Mar 2025
Tender AmountRefer Documents
Joint Stock Company Karazhanbasmunai Tender
Kazakhstan
Description: Road Maintenance Works
Closing Date14 Mar 2025
Tender AmountKZT 78 Million (USD 155.5 K)
61-70 of 10000 active Tenders