Software Tenders

Software Tenders

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Details: Amendment 0004: amendment 0004 Is Issued To Extend The Sf 330 Submission Date Regarding N0016425r1025. amendment 0003: amendment 0003 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025. amendment 0002: amendment 0002 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025. amendment 0001: amendment 0001 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025. original Posting: n0016425r1025 Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi‐ Discipline Architect‐engineer (a‐e) Services In Support Of Naval Surface Warfare Center Crane Division (nswc Crane) Facilities Projects At Naval Support Activitys Crane (nsa Crane), Crane, Indiana And Lake Glendora Test Facility (lgtf), Sullivan In. description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download. related Notices: N0016422snb83, N0016424snb55, N0016424r1025, N0016424snc12, N0016425snb08 background: the Naval Surface Warfare Center Crane Division (nswc Crane) Requires A-e Services In Support Of Various Projects At Nsa Crane And Lgtf. This Procurement Will Result In One Single-award Idiq Contract For Multi‐discipline A‐e Services For Planning, Design, Construction, Evaluation Of New Construction, And Renovation Projects. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, As Implemented By Federal Acquisition Regulation (far) Subpart 36.6. The Idiq Contract Will Be For A Five-year Ordering Period. This Is A Five-year Contract, With No Option Years. The Maximum Value For The Contract Term, Including All Awards, Shall Not Exceed $12,000,000. There Will Be No Minimum Dollar Limit Per Order And The Maximum Dollar Limit Per Order Will Be $5m In Compliance With The $9m Fy24 Ndaa Prescription. The Guaranteed Minimum For The Contract Ordering Period Is $5,000 And Will Be Satisfied By Simultaneous Award Of The Initial Task Order With The Basic Contract. Firm‐fixed Price Task Orders Will Be Negotiated At The Task Order Level. In Accordance With Dfars Subpart 236.6, The Contract Price Or The Estimated Cost And Fee For Production And Delivery Of Designs, Plans, Drawings, And Specifications Shall Not Exceed Ten (10) Percent Of The Estimated Construction Cost Of The Public Work Or Construction, Excluding Fees. there Will Be No Minimum Dollar Limits Per Task Order. The Estimated Award Date Is October 2025. this Proposed Contract Is Anticipated To Be A Full And Open Procurement. The North American Industry Classification System (naics) Code Is 541330, Engineering Services, And The Small Business Size Standard Is $25,500,000. The Product And Services Code (psc) Is C219 Architect And Engineering- General: Structural Engineering. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria Included Herein. comprehensive A‐e Services Are Required For The New Construction, Repair, Replacement, Demolition, Alteration, And/or Improvement Of Facility Projects. Projects May Include Single Or Multiple Disciplines, Such As: Structural, Civil, Mechanical, Electrical, Architectural, Planning, Environmental, Fire Protection, Cost Estimating, And/or Geotechnical. The Types Of Projects May Include: Building Renovations; Building Additions; Site Work Required To Support New Work; New Construction; Parking Areas; Foundations; Retaining Walls; Failure Investigation Including Destructive And Non‐destructive Testing; Seismic Evaluation And Design; Progressive Collapse Analysis; Blast Resistant Design; Structural Engineering Investigations; Utility Systems Including sanitary And Storm; Water Systems; Electrical Power Systems, Storm Water Management; Surveying; Pavement Design; And Civil Engineering Studies. the Selected Offeror Will Be Solely Responsible For The Designs Produced On The Resulting Task Order Contracts And Will Be Recorded As The Designer Of Record. The Successful Offeror Shall Also Be Accountable And Responsible For Contributions To Design-build Rfp Preparation And All Other Requirement Submittals To The Government. in Accordance With Far 36.604 And The Supplements Thereto, And Upon Final Acceptance Or Termination, All Task Orders Above $35,000 Will Receive A Performance Evaluation. A Performance Evaluation May Be Prepared For Lesser Task Orders And Interim Performance Evaluations May Be Prepared At Any Time. Performance Evaluations Will Be Maintained For Use In Future Source Selections For Architect-engineer Services. performance Location(s): crane, Indiana sullivan, Indiana requirements: for Complete Details On This Requirement See Attachment 1, “statement Of Work (sow).” Specific Types Of A‐e Services That May Be Required Under This Contract Include: facility Planning And Project Development: Services May Include Work Such As The Following: Prepare Master Plans, Project/site Plans For Proposed Facility/infrastructure Projects. Facility Planning May Be Requested For Renovation, Addition, Repair And New Construction Projects. development Of Design‐bid‐build (dbb) Packages: Services May Include Preparation Of Drawings And Specifications For Renovation, Addition, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design Solution(s) That Meet The Government’s Project Requirements. Electronic Document Delivery Details Will Be Specified At The Order Level. Electronic Delivery Shall Include Both .pdf And .dwg Formats. development Of Design‐build (db) Request For Proposal (rfp) Packages: Services May Include Working With A Construction Manager As Part Of A Design-build Team To Prepare Drawings And Specifications For Renovation, Additions, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design-build Solution(s) That Meet The Government’s Project Requirements. Electronic Document Delivery Details Will Be Specified At The Order Level. Electronic Delivery Shall Be Include Both .pdf And .dwg Formats. preparation Of Cost Estimates Using Unit Guidance, Parametric Methodologies, And Detailed Cost Estimating: Services May Include Preparing Cost Estimates To Include Rough Order Of Magnitude Through Construction Working Estimates For Renovation, Addition, Repair And/or New Construction Projects Based On Prepared Design Documents, As Called Out In The Task Order. development Of Alternatives And Economic Analysis: Service May Include Providing Alternate Design Solutions And Associated Economic Impacts For Renovation, Addition, Repair Or New Construction Projects. condition Assessment: Services May Include Performing Studies Of Existing Buildings And/or Components Of Buildings To Validate Existing Conditions That May Then Be Used To Inform Future Proposed Design Solutions. Site Visits May Be Required To Document Existing Facility/infrastructure Conditions. field Investigations (including Utility And Geotechnical): Services May Include Conducting Field Surveys/investigations Of Existing Sites, Buildings Or Specific Components Of A Building (i.e., Hvac Or Electrical Systems) In Order To Document Current Status Of A Facility’s Infrastructure. The Results Of Any Field Investigations May Then Be Used To Assist With The Preparation Of Design Documents For A Particular Project. surveying And Mapping: Services May Include Surveying And/or Mapping Of Existing Or Proposed Sites For A New Construction Project Or Building Addition. Survey Work May Be Required In Order To Document Existing Site Conditions To Support Site/civil Design Solutions. preparation Of Engineering Evaluations: Services May Include Performing Engineering Calculations To Support Civil, Mechanical, Electrical, Plumbing Or Fire Protection Design Solutions. incorporation Of Sustainable Engineering Design Practices: Services May Include Incorporation Of Design Principles For Renovation, Addition, Repair And/or New Construction Projects To Support Sustainable Design Solutions And/or Leadership In Energy And Environmental Design (leed) Certification. consultations: Services May Include Collaborating With Other Specialty Design Professionals To Offer And Propose Design Solutions Required To Respond To Unique Project Requirements. energy Computations: Services May Include Preparation Of Energy Calculations To Verify Proposed Design Solutions Comply With Required Building Codes, Federal, State And/or Local Energy Requirements. geotechnical Investigations: Services May Include Conducting Soil Boring Testing In Order To Identify Minimum Design Requirements For New Construction Projects Or Building Additions. obtaining Permits And Regulatory Approvals: Services May Include Submitting Design Documents To Local, State And/or Federal Jurisdictions For Review And Approval Prior To Proceeding With Renovation/construction Work. environmental Investigation And Consultation: Services May Include Providing Design Services Required To Meet Environmental/epa Regulations On Facility/infrastructure Projects And Providing Consultation(s)/collaboration With The Government To Discuss Acceptable Environmental Design Alternatives And Solutions. review Of Construction Contractor Submittals: Services May Include Review Of Project Submittals (such As Product Data Or Product Samples) In Order To Validate Proposed Materials/products Comply With Design Drawings And/or Specifications. field Consultation And Inspection During Construction: Services May Include Responding To Contractor Requests For Information (rfis) During Construction In Order To Address Design Questions That May Arise During Construction/renovation Projects. commissioning: Services May Include Supporting The Commissioning Process By Attending Commissioning Meetings In Order To Validate Engineered Design Solutions Are Incorporated Into The Project In Accordance With Design Specifications. operation And Maintenance Support Information (omsi): Services May Include Providing The Government With O&m Documentation And Training, Where Applicable, Based On The Final Design Solution And Construction. Electronic Document Delivery Details Shall Be Included With Each Order. Electronic Delivery Shall Include Both .pdf And .dwg Formats. as‐built Drawing Preparation: Services May Include Updating Design Documents Including Drawings And Specifications To Accurately Reflect Construction Field Changes And Document Final As-built Construction/renovation Projects. Electronic Document Delivery Details Shall Be Included With Each Order. Electronic Delivery Shall Include Both .pdf And .dwg Formats functional Analysis Concept Development (facd)/design Charrette/other Design And Construction Related Workshops And Meetings: Contractor Shall Attend Design Meetings To Collaborate With Government Representatives To Consider Design Options And Build Consensus Regarding Preferred Design Solution(s). Contractor Shall Provide Meeting Minutes (cdrl A005). document Deliverable Requirements: cdrl did Number did Title did Description/scope deliverable Schedule a001 di-misc-80508b technical Report - Study/services studies And Specifications at Milestone/ Asreq a002 di-fncl-81116 Not 2 manhour Estimate, Technical Cost Proposals manpower And Cost Estimate To Implement The Statement Of Work (sow) at Milestone a003 di-mgmt-80061a Not 2 engineering And Technical Services Accomplishment Report production Report weekly a004 di-misc-81274 Not 2 environmental Permits outlines Submittal Procedures To Be Applied To All Permits asreq a005 di-admn-81250c meeting Minutes meeting Minutes 2 Days After Meeting a006 di-mgmt-81597 personnel Resumes contractor’s Personnel Roster With Relevant Qualifications And Certifications post Award Kickoff a007 di-mgmt-80507 project Planning Chart schedule post Award Kick Off a008 di-admn-81249c meeting Agenda meeting Agenda 1 Day Before Meeting a009 di-facr-82278 installation Design Package designs And Drawings asreq other Special Considerations: as Defined By Paragraph 1‐5 Of United Facilities Criteria (ufc) 3‐ 600‐01, Fire Protection Engineering For Facilities, This Contract Requires The Services Of A Licensed Fire Protection Engineer Or Consultant. asbestos And/or Lead‐based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material During Removals/demolition Or At Utility Points Of Connections. Work On And Around Waterfront Structures, Including Under Deck And Underwater, And Work In Confined Spaces May Be Required On This Contract. A‐e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Poly‐chlorinated Biphenyls (pcbs), And Other Hazardous Materials, Work On And Under Waterfront Structures, And In Confined Spaces. all Engineering And Design Services Shall Comply With The Most Current Edition Of Facilities Criteria (fc) 1‐300‐09n Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide (wbdg) Web Site (www.wbdg.org). The Selected A-e Contractor Shall Have Online Access To Web‐based Support Programs Capable Of Creating Auto-cad Documents For Government Review, And Email Via The Internet For Routine Exchange Of Correspondence. The Selected A-e Contractor Shall Submit And Maintain An A‐e Accident Prevention Plan (app) In Accordance With U.s. Army Corp Of Engineers (usace) Em 385‐1‐1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In‐field Action. Key Personnel, Including Consultants, Must Be U.s. Citizens. a‐e Firms Are Advised That The Selected Firm, Its Subsidiaries Or Affiliates, And Its Consultants Which Design, Prepare, Or Provide Engineering Services In Support Of Construction Contract Documents Cannot Provide Construction Services For The Same Contract. This Includes Concept Design, Preparation Of Project Programming Documents (dd Form 1391), Facility Siting Studies, Environmental Assessments, Geotechnical Services, Engineering Studies And Services, Design‐build Request For Proposals (rfps), Or Other Activities That Result In Identification Of Project Scope And Cost. The Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest, Including H-209-h003, Required Disclosure Of Organizational Conflict Of Interest (navsea) (nov 2022). The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term. in Accordance With Far 19.702, Each Solicitation Of Offers To Perform A Contract That Is Expected To Exceed $750,000 ($1.5 Million For Construction) And That Has Subcontracting Possibilities, Shall Require The Apparently Successful Offeror To Submit An Acceptable Small Business Subcontracting Plan. If The Apparently Successful Offeror Fails To Negotiate A Subcontracting Plan Acceptable To The Contracting Officer Within The Time Limit Prescribed By The Contracting Officer, The Offeror Will Be Ineligible For Award. submission Requirements: submission Requirements - Sf 330 Part I typed, 12 Point Times New Roman, Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages criterion criterion Title criterion Requirements criterion 1 specialized Experience sf 330, Part I, Section F - Minimum Of Three (3) And Maximum Of Five (5) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years criterion 2 professional Qualifications And Technical Competence sf 330, Part I, Section E – Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G. criterion 3 past Performance submit A Completed Cpars/acass/ppq Evaluation For Each Project Under Criterion 1 criterion 4 quality Control describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. criterion 5 program Management And Capacity 1. Provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Include Small Business Participation Specifics. 2. Describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. 3. Describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets. criterion 6 knowledge Of General Geographic Area 1. Indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. 2. Provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract. 3. Provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. criterion 7 volume Of Work firms Shall Not Submit Data For This Factor. a‐e Firms Desiring To Be Considered For This Contract Shall Submit A Completed Sf 330 Package By Dod Safe To The Contracting Officer And The Contract Specialist. The Sf 330 Shall Be Typed, 12 Point Times New Roman. Part I Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages (the 100 Page Limit Does Not Include The First Eight (8) Instructional Pages Of The Sf 330, Individual Subcontracting Reports (isrs), The Small Business Subcontracting Plan Or Certificates/licenses, Nor Does The Page Limit Include Cover Sheets Or Dividers, Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. Introductions Shall Be Included In Sections E And F. A-e Firm Submissions Shall Include Its Unique Entity Identifier (uei), Commercial And Government Entity (cage), And Taxpayer Identification Number (tin) Numbers In Block 30 Of The Sf 330. submissions To This Proposal Announcement Must Be Submitted Electronically Through Dod Safe. No Paper Copies, Email, Cd-roms Or Facsimile Submissions Will Be Accepted. Electronic Proposal Submission Is Required Through The Army’s Electronic File Sharing Service, Dod Safe (https://safe.apps.mil). The Dod Safe Application Is Used To Send Large Files To Individuals That Would Normally Be Too Large To Send Via Email. There Are No User Accounts For Dod Safe. Authentication Is Handled Via Email. anyone Has Access To Dod Safe And The Application Is Available For Use By Anyone. The Dod Safe “getting Started Guide” Has Information On How To Utilize The System (https://safe.apps.mil/about.php). Instructions For Uploading Are As Follows: send An Email To The Contracting Officer And Contract Specialist To Receive The Link To Drop Off Your Proposal. This Will Need To Be Completed Five (5) Business Days Prior To The Proposal Due Date. contract Specialist, Aaron Hohl, Aaron.m.hohl.civ@us.navy.mil contracting Officer, Jared Myers, Jared.s.myers3.civ@us.navy.mil . you Will Receive An Email With The Link To Submit Your Drop Off. The Link Will Be Provided No Later Than Two (2) Business Days Prior To The Proposal Due Date. short Note To The Recipients: Click The Add Files Or Drag And Drop Your Files. For File Description, Enter N0016425r1025-firmname. click Upload Button To Send Documents. guest Users Will Need To Check Their Email To Verify Their Email Address Before The Recipients Will Be Notified. (government-issued Common Access Cards (cacs) Are Not Required). file Size Limitations: Offerors Are Advised To Follow The Dod Safe Instruction For Uploading Files. Dod Safe Supports Delivery Up To 8gb. If Needed, Offerors Are Advised To Break The Files Down To Smaller Sections In Order To Upload It To The System. In Such Cases, Please Divide The Sections As Logically As Possible And Be Sure To Clearly Name The Files As Specified Below. file Naming Convention: To Ensure Your Submission Is Received And Processed Appropriately, It Is Important That Interested Parties Carefully Ensure Their Electronic Files Adhere To The Following Naming Convention: xxx- Firmname- Volume I xxx- Firmname- Volume Ii each File Name Shall Begin With The Solicitation Number Followed By The Firm’s Name And A Brief File Description. Please See Examples Above. file Organization: Although Hard Copies Are Not Accepted, Each File Shall Be Clearly Indexed, And Logically Assembled. Font Size Shall Be 12 Or Larger. Pages Shall Be Letter Sized (larger Page Sizes (such As 11x17 Foldouts, Etc.) Will Be Counted As One Page. Proposals Shall Be In Narrative Format, Organized, And Titled So That Each Section Of The Proposal Follows The Order And Format Of The Criterion. Information Presented Should Be Organized So As To Pertain To Only The Evaluation Factor In The Section That The Information Is Presented. Information Pertaining To More Than One Evaluation Factor Should Be Repeated In Each Section For Each Factor. upload Completion And Deadline: Interested Offerors Shall Submit Proposals No Later Than The Date And Time Specified In This Synopsis. The Time And Date Of The Proposal Receipt Will Be Upload Completion/delivery Time And Date Recorded Within Dod Safe Site. Do Not Assume That Electronic Submission Will Occur Instantaneously. Large Files (e.g. 10mb Or More) Will Take Some Time To Upload. Offerors Should Time Their Upload Effort With Prudence By Not Waiting Until The Last Few Minutes- This Will Allow For Unexpected Delays In The Transmittal Process. Offerors Are Encouraged To Keep A Copy Of The Upload Confirmation For Their Record. Submissions After The Deadline Will Be Considered Late And Will Be Processed In Accordance With Far 15.208. electronic Files: Files Shall Be In Their Native Format (i.e .,.docx, .xlsx, .ppt, Etc.), Or If In .pdf Format, Shall Be In Searchable Text. Text And Graphics Portfolios Of The Electronic Copies Shall Be In A Format Readable By Microsoft Office Or Adobe Applications. Data Submitted In A Spreadsheet Format Shall Be Readable By Ms Excel (all Cells And Formulars Shall Be Unlocked). all Contractors Are Advised That Registration In System For Award Management (sam) Database Is Required Prior To Award Of A Contract. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site: Https://www.sam.gov. the Technical Data Package May Contain Information That Is Export Controlled. Only Those Companies That Have Completed Dd Form 2345 And Are Certified Under The Joint Certification Program (jcp) In An Active Status Are Authorized To Receive Export Controlled Information. Only Jcp Certified Firms Will Be Eligible For Any Future Award Made Related To This Effort. Additional Information About Jcp Is Available At Https://www.dla.mil/hq/logisticsoperations/services/jcp/. offerors Shall Restrict The Disclosure Or Use Of Its Proposal, (and) A Proper Legend Must Be Included On Materials Provided. Individual Subcontractor/vendor Proprietary Information May Be Submitted Separately. In Addition, If Proposal Volumes Include Technical Requirements That Have Been Identified As Cui, The Markings Shall Apply To The Technical Information Included In The Technical Volume. offeror Shall Mark Proposal Documents As Cui In Accordance With Nist Sp 800-171. Possible Categories For Use Include But Are Not Limited To The Following: cui Category: General Proprietary Business Information https://www.archives.gov/cui/registry/category-detail/proprietary-business-info.html#authority-list banner Marking For Specified Authorities: Cui//sp-propin banner Marking For Basic Authorities: Cui category Description: material And Information Relating To, Or Associated With, A Company's Products, Business, Or Activities, Including But Not Limited To Financial Information; Data Or Statements; Trade Secrets; Product Research And Development; Existing And Future Product Designs And Performance Specifications. *at A Minimum Technical Proposals Shall Safeguard In Accordance With Markings And Distributions Statements On All Technical Documents Within The Solicitation (sow, Specification, Drawings, Etc.). cui Category: Controlled Technical Information* https://www.archives.gov/cui/registry/category-detail/controlled-technical-info.html#authority-list banner Marking: Cui//sp-cti category Description: controlled Technical Information Means Technical Information With Military Or Space Application That Is Subject To Controls On The Access, Use, Reproduction, Modification, Performance, Display, Release, Disclosure, Or Dissemination. Controlled Technical Information Is To Be Marked With One Of The Distribution Statements B Through F, In Accordance With Department Of Defense Instruction 5230.24, "distribution Statements Of Technical Documents." The Term Does Not Include Information That Is Lawfully Publicly Available Without Restrictions. "technical Information" Means Technical Data Or Computer Software, As Those Terms Are Defined In Defense Federal Acquisition Regulation Supplement Clause 252.227-7013, "rights In Technical Data - Noncommercial Items" (48 Cfr 252.227-7013). Examples Of Technical Information Include Research And Engineering Data, Engineering Drawings, And Associated Lists, Specifications, Standards, Process Sheets, Manuals, Technical Reports, Technical Orders, Catalog-item Identifications, Data Sets, Studies And Analyses And Related Information, And Computer Software Executable Code And Source Code. category Marking: cti *at A Minimum Technical Proposals Shall Safeguard In Accordance With Markings And Distributions Statements On All Technical Documents Within The Solicitation (sow, Specification, Drawings, Etc.). cui Category: General Procurement And Acquisition https://www.archives.gov/cui/registry/category-detail/procurement-acquisition.html#authority-list banner Marking: Cui//sp-procure category Description: material And Information Relating To, Or Associated With, The Acquisition And Procurement Of Goods And Services, Including But Not Limited To, Cost Or Pricing Data, Contract Information, Indirect Costs And Direct Labor Rates. category Marking: procure cui Category: Source Selection https://www.archives.gov/cui/registry/category-detail/source-selection banner Marking For Specified Authorities: Cui//sp-ssel banner Marking For Basic Authorities: Cui category Description: per Far 2.101: Any Of The Following Information That Is Prepared For Use By An Agency For The Purpose Of Evaluating A Bid Or Proposal To Enter Into An Agency Procurement Contract, If That Information Has Not Been Previously Made Available To The Public Or Disclosed Publicly: (items 1-10). category Marking: ssel each Volume Submitted Shall Be Properly Marked With At A Minimum Ssel As Follows: a Cover Page Including The “cui” Marking In The Header And Footer As Required, As Well As The Requiredcui Designator Block If The Volume Contains Cui. This Designator Block Shall Be Included At The Bottom Right Portion Of The Cover Page And Read As Follows: controlled By: Department Of The Navy controlled By: Nswc Crane Code 02 cui Category: Propin/cti/procure/ssel distribution/dissemination Control: Fedcon poc: Nswccr 0253 Branch Head all Subsequent Pages Of The Document Shall Include The “cui” Marking In The Header And Footer. If Other Information Is Included In The Header Or Footer, The "cui" Marking Shall Be Centered On Its Own Line Within The Header And Footer. in Accordance With The Federal Acquisition Regulations (far) 36.601-4(b), The A-e Firm Must Be A Professional A-e Firm Permitted By Law To Practice The Professions Of Architecture Or Engineering In The State Of Indiana. This Requirement Can Be Achieved By Providing The Firm’s Indiana Secretary Of State Registration, And Currently Employing At Least Two (2) State Of Indiana Registered A-e Professionals. A-e Firms Shall Provide Proof That The Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering In Indiana (e.g., Indiana Secretary Of State Registration And Employee’s State Of Indiana Professional Engineering License With Stamp Or State Of Indiana Registered Architect License With Stamp). Failure To Submit The Required Proof Will Result In A Firm’s Elimination From Consideration. all Businesses Intending To Conduct Business In Indiana, Except Sole Proprietors And General Partnerships, Must Register With The Indiana Secretary Of State. If A Business Needs To Be Registered, Please Do So At Www.inbiz.in.gov. jv Offerors Must Ensure That Both Entities Are Either State Registered Individually In Accordance With The Information Above, Or State Registered As A Jv In Accordance With The Information Above. only Those Companies That Have Completed Dd Form 2345 And Are Certified Under The Joint Certification Program (jcp) In An Active Status Are Authorized To Receive Export-controlled Information. Only Jcp Certified Firms Will Be Eligible For Any Future Award Made Related To This Effort. please Provide A-e Professional Licensure Proof Within Sf 330, Part I, Section E. Please Provide Secretary Of State Registration Information Within Sf 330, Part I, Section H. please Provide Jcp Registration Specifics Within Sf 330, Part I, Section E. Include Jcp Certification Number, Jcp Status, And Jcp Expiration Date. If Currently Working To Acquire Jcp Certification, You May Provide A Brief Explanation Of Your Firm’s Progress Towards Certification. However, Only Actively Jcp Certified Firms Will Be Eligible For Award. Jcp Active Status Will Be Confirmed Via Https://www.public.dacs.dla.mil/jcp/ext/ On The Day Of Proposal Submission. firms Must Also Acknowledge All Amendments To The Solicitation Within Their Proposal. A Statement Of Amendment Acknowledgement Within Sf 330, Part I, Section H Will Suffice. Please Address Individual Amendments Along With Corresponding Date Of Issuance On Sam.gov With Your Proposal. A Signed Copy Of The Amendments Is Not Required. if An Sf 254/sf 255 Is Submitted For This Request, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number). interested Firms Shall Submit Proposals To Both The Contract Specialist And The Contracting Officer Via Dod Safe. sf 330 Submissions Are Due No Later Than 9 January 2025 At 12:00 Pm (est). Late Responses Will Be Handled In Accordance With Federal Acquisition Regulations (far) 52.215‐1. The Points Of Contact For This Acquisition Are Contract Specialist, Aaron Hohl, At Aaron.m.hohl.civ@us.navy.mil And Jared Myers, Contracting Officer, At Jared.s.myers3.civ@us.navy.mil. inquiries Concerning This Procurement Should Reference The Solicitation Number (n0016425r1025) And Title And Be Forwarded Via Email To The Points Of Contact Identified Above. Questions Pertaining To This Requirement Are Due No Later Than Fourteen (14) Days After Posting Of This Requirement In Sam.gov. list Of Attachments: statement Of Work (sow) cdrls past Performance Questionnaire (ppq) key Personnel Criteria dd 254 selection Criteria: firms Responding To This Special Notice Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria. failure To Comply With Instructions Or Provide Complete Information May Affect The Firm’s Evaluation Or Disqualify The Firm From Further Consideration. Evaluation Criteria (1) Through (4) Are Considered Most Important And Are Equal Among Themselves; Criteria (5) Through (6) Are Less Important And Are Equal Among Themselves; Criteria (7) Will Only Be Used As A Tie‐breaker Among Technically Equal Firms. Specific Selection Criteria Include: specialized Experience professional Qualifications And Technical Competence past Performance quality Control program Management And Capacity knowledge Of General Geographic Area volume Of Work (no Data Submission Required) criterion 1 —specialized Experience (sf 330, Part I, Section F): firms Will Be Evaluated On Specialized Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In: infrastructure/facility Design Utilizing The Following Criteria, Including, But Not Limited To, Unified Facilities Criteria (ufcs) And Military Standard (milstd); conducting On‐site Design Development Workshops, Charrettes, Functional Analysis, Schematic Design, Or Space Programming, Including Supporting Budgetary Or Parametric Cost Estimating; demonstrated Ability To Design To Project Budget And Schedule; experience Preparing Design‐bid‐build; experience Preparing Design‐build Rfp Packages; And designing Projects In Accordance With Dod, Navy, Or Other Government Agencies’ Criteria. use Of Specsintact For Package Generation And Submittal To The Government specialized Design Experience To Include Antiterrorism Force Protection (atfp), Seismic Design And Analysis, And Design Of Secure Spaces firms May Be Considered More Favorably Under Criterion 1 By Demonstrating The Following: demonstrated Experience On Military Bases Within The Primary Geographic Area Of The Contract. experience In The Delivery Of Multiple Types Of A‐e Services Identified In The Requirements Above. experience On Multiple Facility Types, Such As Business, Educational, Industrial, Assembly, Health Care, Residential, Storage, Laboratory, And Mixed-use Occupancies, Identified In The Requirements Above. demonstrated Experience Using Rsmeans-based (or Equal) Electronic Cost Estimating Software. demonstrated Experience Designing Modifications To Existing Structures And Developing Construction Phasing While Associated Facilities Are Required To Remain In Service. demonstrated Experience Specific To Navy Facility Projects, Illustrating The Capability Of The A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Consultants) To Work Within The Navy Project Planning Process Including: dd Form 1391 Development In The Navy’s Electronic Procurement Generator (epg), dd Form 1391 Validation Procedures Including Cost Validation. demonstrated Understanding Of Procedures And Timely Submission Of Base Access Documents In Adherence With Security, Safety, Environmental, And Accident Prevention Regulations In Order To Support A‐e Activities And Maintain Project Schedules. experience Of A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Sub‐ Consultants) With Facilities Located In Historic Areas That Will Require Consultation With State Historic Preservation Officer (shpo) Throughout The Design Process. criterion 1 Submission Requirements: provide Up To A Minimum Of Three (3) And Maximum Of Five (5) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Is Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted. all Projects Provided In The Sf 330 Must Be Completed By The Actual Office/branch/regional Office/ Individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Uei And Cage Along With Each Firm Name In The Sf 330 Part I, Section F, Block 25, “firm Name.” Include A Contract Number Or Project Identification Number In Block 21. Include An E‐mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. For Projects Performed As A Sub-contractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Sub-contractor Or By Those Firms On The Project Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Firm Will Be Eliminated From Award Consideration. note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects Must Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For Both Partners Combined. Each Partner Within A Jv May Not Be Responsible For More Than Three (3) Projects Within The Past Performance Submission. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion. projects Shall Be Submitted On The Sf 330 At Part I, Section F And Shall Be Completed Projects. Projects Not Completed Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand‐alone Contract Award. Do Not Submit An Idiq Base Contract As An Example Project. Instead, List Relevant Task Orders Or Stand‐ Alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. all Information For Criterion 1 Shall Be Submitted In The Sf 330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Part I, Section F In The Evaluation Of Criterion 1. criterion 2—professional Qualifications And Technical Competence (sf 330, Part I, Sections E & G): films Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects In The Sf 330, Part I, Section G. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Specific Disciplines That Must Be Included In Key Personnel Are: project Manager, Registered Architect Or Professional Engineer, 10 Years quality Control Specialist, Architect Or Professional Engineer, 15 Years architect, Senior, Registered Architect, 15 Years architect, Junior, Registered Architect, 10 Years civil Engineer, Senior, Registered Professional Engineer, 15 Years civil Engineer, Junior, Registered Professional Engineer, 10 Years structural Engineer, Senior, Registered Professional Engineer, 15 Years structural Engineer, Junior, Registered Professional Engineer, 10 Years mechanical Engineer, Senior, Registered Professional Engineer, 15 Years mechanical Engineer, Junior, Registered Professional Engineer, 10 Years electrical Engineer, Senior, Registered Professional Engineer, 15 Years electrical Engineer, Junior, Registered Professional Engineer, 10 Years registered Communication Distribution Design (rcdd), 15 Years fire Protection Engineer, Registered Professional Engineer, 15 Years cost Estimator, Certified Cost Professional Or Equivalent, 15 Years key Personnel, Including Consultants, Shall Be U.s. Citizens. submissions Must Demonstrate Key Personnel Relevant Experience, Formal Education (e.g. Bachelor’s Or Master’s Degrees), And Relevant Professional Development Or Professional Certifications. See Key Personnel Attachment For Specific Qualification Criteria. If An Offeror Is Unable To Meet Key Personnel Requirement List In Its Entirety, The Government Still Urges A Response For Consideration Which Illustrates The Firm’s Maximum Personnel Capabilities. If Certain Key Personnel Roles Cannot Be Fulfilled, Please Indicate Those Role Vacancies Individually With A Course Of Action For Fulfillment. criteria 2 Submission Requirements: sf 330, Part I, Section E – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three (3) Single-sided Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines To Include Document/licensure Numbers; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G. The Firm Must Hold A Current And Active License In The State Of Indiana As Well As Currently Employ At Least Two (2) State Of Indiana Registered A-e Professionals. offeror Will Not Be Permitted To Simultaneously Fulfill Multiple Roles With An Individual On The Same Project. The Individuals Identified As Key Personnel On The Sf330 May Not Have Multiple Duties Or Be “dual-hatted.” Offerors Shall Provide Individual Resumes In Sf330 Section E For Each Of The Individuals Listed Above. criterion 3—past Performance (sf 330, Part I, Section H): firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. evaluating Past Performance And Experience Will Include Information Provided In The Contract performance Assessment Reporting System (cpars) / Architect-engineer Contract Administration Support System (acass) Or A Completed Past Performance Questionnaire (ppq) For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. criteria 3 Submission Requirements: submit A Completed Cpars/acass/ppq Evaluation For Each Project Under Criterion 1. firms May Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1—specialized Experience. Firms May Also Address Any Adverse Past Performance Issues. Information For Each Past Performance Submission Shall Not Exceed Five Single‐sided Pages In Total. offeror Shall Submit One (1) Past Performance Questionnaire Provided As An Attachment To This Synopsis To Each Of Its Customer Pocs Identified In Criterion 1 For Referenced Projects With No Cpars/acass Available. In Order To Expedite The Assessment Process, The Offeror May Complete The “contract Information” Portion Of The Past Performance Questionnaire For The Convenience Of The Customer Poc. A Ppq Submission Is Not Required For Criterion 1 Projects Accompanied By A Cpars/acass. However, A Ppq Submission For Every Criterion 1 Project, Including Those With A Cpars/acass Evaluation On Record, Would Assist The Government In Evaluation Accuracy And Is Encouraged. the Offeror Shall Not, However, Complete Any Other Section Of The Past Performance Questionnaire. The Questionnaire Shall Be Provided To The Customer Poc With Instructions To Complete And Submit It Directly To The Contracting Officer And/or The Point Of Contact Identified In This Announcement On Or Before The Proposal Due Date. Electronic Submission Via Encrypted E-mail By The Customer Is Required. under No Circumstances Shall The Questionnaires Be Returned To The Offerors After Completion. Any Information Provided By The Offeror’s References Is Subject To Verification/validation By The Government During The Evaluation Process. The Government May Make Contact And Follow Up With The Listed References Identified On The Contractor Past Performance Data Documents/data. The Offeror May Provide Information On Problems Encountered On The Identified Contracts As Well As The Offeror’s Corrective Actions. The Government Reserves The Right To Solicit Feedback Beyond What Is Identified In The Questionnaire. awards, Letters Of Commendation, Certificates Of Appreciation, Etc., Shall Not Be Submitted And Will Not Be Considered In The Evaluation. criterion 4—quality Control Program (sf 330, Part I, Section H): firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract And Means Of Ensuring Quality Services From Their Consultants/subcontractors. criteria 4 Submission Requirements: describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall: describe Specific Quality Control Processes And Procedures Proposed For This Contract To Achieve Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services. provide A Quality Control Process Chart Showing The Inter‐relationship Of The Management And Team Components. identify The Key Personnel (submitted Under Criterion 2—professional Qualifications And Technical Competence) Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities. describe How The Firm’s Quality Control Program Extends To Management Of Sub-contractors. explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf 330, Section F Or How The Plan Will Work If It Has Not Been Used Previously. criterion 5—program Management And Capacity (sf 330, Part I, Section H): firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract And The Capacity To Accomplish The Work In The Required Time. criteria 5 Submission Requirements: provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff, Sub- Contractors And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets. include Small Business Subcontracting Plan Specifics Which Detail Level Of Participation Of Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business And Veteran Owned Small Business Team Members. attach A Small Business Subcontracting Plan Which Estimates The Proposed Extent Of Participation Of Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business And Veteran Owned Small Business Team Members In The Contract Team. Clearly Specify Each Small Business Firm That Is A Team Member, Their Small Business Category, And Their Proposed Level Of Participation Measured As A Percentage Of The Overall Estimated Effort. The Small Business Subcontracting Plan Draft Will Not Count Against The Total Page Count Limitation For The Firm’s Response. The Small Business Subcontracting Plan Should Be Included As An Attachment To The Sf 330 Response. Small Business Subcontracting Plan Specifics May Be Referenced Within The Sf 330 Response, But The Subcontracting Plan Should Also Be Attached In Its Entirety. criterion 6— Knowledge Of General Geographic Area (sf 330, Part I, Section H) firms Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The General Geographic Areas In Which Projects Could Be Located. Evaluation Of Firms Will Include Consideration Of Their Location Within The General Geographic Area Of The Anticipated Projects (primarily At Naval Surface Warfare Center Crane Division, Crane, In). criteria 6 Submission Requirements: indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract. provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. Provide Timelines And Examples Of The Team’s Success In Providing This Response. Include Both Primary And Sub‐contractor Support As Required. Teams With A Demonstrated History Of Providing Timely Support May Be Considered More Favorably. criterion 7—volume Of Work (sf 330, Part 1, Section H) (tie-breaker) in The Event Of A Tie Among Equally Rated Firms, Those Firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602‐1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve (12) Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A‐e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A‐e Contracts. criterion 7 Submission Requirements: firms Shall Not Submit Data For This Factor.

Stadt Rathenow Tender

Software and IT Solutions
Germany
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: The city of Rathenow is planning to replace the active network components in the core network and on the floors at the town hall location at Berliner Strasse 15 with specified network technology. The systems to be procured must implement the existing and future planned network segmentation and the internal routing with access control lists securely and efficiently in accordance with the state of the art. The data network is to be expanded in terms of performance in such a way that future scalability is ensured. The aim is to guarantee secure and stable operation of the network using modern and energy-saving system components. A particular aim of the tender is to comply with the current legal requirements (e.g. BSI basic protection and NIS2) and to be as well prepared as possible for the current threat situation. The procurement measure includes in particular delivery, configuration, installation and integration into the existing data network as well as reused components. Documentation, hardware and software maintenance services are also to be provided as part of this procurement.

U S COAST GUARD USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: General Requirements   1. Scope     1.1 Intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.     2. References     coast Guard Drawings     none.     coast Guard Publications   surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements     other References     none.   3. Requirements     3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.     3.2 Period Of Performance. The Period Of Performance For This Work Is 24mar2025-05may2025   3.3 Location. The Contractor Must Perform The Work While The Uscgc Waesche Is Alongside The Pier At U.s. Coast Guard Base Alameda, Coast Guard Island, Alameda Ca 94501. 58310_mla_1124_418 item 1: Folding Boom Cranes, Biennial Maintenance, Perform 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Inspect, Perform Maintenance, And Test Folding Boom Cranes Listed In Table 1. table 1 – List Of Folding Boom Cranes crane location manufacturer / Model Number coast Guard Tech Pub crane No. 2 main Deck, Port Side, Aft Of Frame 95 appleton Marine Inc. / Fb90-28 7903 crane No. 4 main Deck, Port Side, Aft Of Frame 90 appleton Marine Inc. / Fb90-28 7903 crane No. 3 main Deck, Stbd Side appleton Marine Inc. / Fb90-28 7903 1.2 Government-furnished Property. mti item Description nsn/pn qty estimated Cost ($/unit) y *cb-oth Mark Iv (coast Guard Drawing 26b-cb-iv-801-001) n/a 1 Ea. n/a y *long Range Interceptor Ii (lri-ii) Cutter Boat (coast Guard Drawing 35-lri-ii-801-001) n/a 1 Ea. n/a 2. References coast Guard Drawings coast Guard Drawing 26b-cb-iv-801-001, Rev -, Booklet Of General Plans coast Guard Drawing 35-lri-ii-801-001, Rev -, General Arrangement coast Guard Drawing 418a-wmsl 801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-320-579, Rev -, Electrical Installations Iwo New Aft Folding Cranes coast Guard Drawing 750-wmsl-583-508, Rev -, Installations Iwo Aft Folding Cranes coast Guard Fleet Drawing Fl-1702-11, Rev -, Inspection Of Sheaves coast Guard Publications coast Guard Technical Publication (tp) 7903, Swbs 583, Oct 2021, Aft Boat Handling System –model Fb90-28 surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References the Society For Protective Coatings (sspc) Surface Preparation Specification No.11 (sspc-sp 11), 2020, Power Tool Cleaning To Bare Metal 3. Requirements 3.1 General. 3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s): 3.3 Inspect And Repair Task Particulars (task #1, #2, #3 And #7) 3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Folding Boom Cranes, Appleton Marine Inc. Model Fb90-28, To Accomplish The Following On Site: advise On Manufacturer's Proprietary Information Pertinent To The System. ensure Compliance With Manufacturer's Procedures And Standards During Inspections, Repairs, Calibration And Testing. 3.1.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2 Submit The Name And Résumé Of The Tech Rep With The Contractors Bid. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000. 3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000. 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: piping electrical Cables note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr. 3.3 Inspect And Repair Task Particulars. The Contractor With Tech Rep Support Must Perform Tasks Listed In Table 2 In Accordance With Sflc Std Spec 5000 And Tp 7903. See Applicable Drawings And Tech Pub In Section 2 For Technical Information And Installation Details. table 2 – Task List additional Requirements # task Type qty component Or Assembly appendix And Para. From Sflc Std Spec 5000 other tech Pub 7903 1 operate And Inspect 3 folding Boom Crane 3.2.1 submit A Cir. Document The Existing Software Program/version. note: There Is An Issue While Running Cranes #2 And #4 In Tandem (with A Load In Remote). While Hoisting, The Operator Receives Indication Crane #4 Is Overloading. Users Must Override To Operate The Cranes In Tandem. The Contractor Will Need To Conduct This “operate And Inspect” Task Under Load To Troubleshoot This Issue. 2 operate And Inspect 1 chest Pack (chest Pack Controls And Junction Boxes) 3.2.1 submit A Cir. note: There Is One Chest Pack. It Should Be Rotated Between All Three Cranes. 3 operate And Inspect 1 control Console 3.2.1 submit A Cir. 4 service & Inspect & groom & Lubricate 3 crane Assembly 3.2.2 perform All Preventive Maintenance Actions As Indicated On Table 4-1 Of Cg Tp 7903, Regardless Of Specified Interval. Inspect Hydraulic Hoses For Leaks, Abrasions, Swelling And Defects. Inspect Entire Folding Crane Assembly For Signs Of Leakage, Cracks, Structural Damage And Deformations. Submit A Cfr. note 1: Only Check The Torque Of 25% Of The Turntable Bearing Mounting Bolts (4-3.18.1) – Include A Diagram Of The Bolts That Were Checked In The Cfr For This Section. note 2: Take Off Removable Hose Sleeves And Hose Fitting Tape For Inspection, If Applicable. Reinstall Hose Sleeves And Fitting Tape Upon Completion Of Inspection 5 service And Inspect 3 cranes (mechanical/hydraulic) 3.2.2 inspect Swing Drives, Swing Motor, Swing Manifold, Hydraulic Swivel, Slew Bearing, Slew Bearing Gear, Slew Bearing Bolts, Slew Bearing Wear Inspection, Main Control Manifold, Wire Rope, Elr Manifold, Heel Pins, Jib Pins, Telescope Cylinders, Slide Pads, Jib And Luffing Cylinders, Sheaves, Crane Block Assembly, 10 Ton Hook, Snatch Block, Winch, Constant Tension System, Overhaul Ball. Fasteners, Submit A Cfr. 6 partially Preserve 3 folding Boom Crane Assembly 3.2.4, 3.2.4.3.2, 3.2.4.4, And 3.2.4.5.1 7 hydraulic Lube Oil Analysis 3 hydraulic System c2.1.3.1 submit A Cir. 8 service And Inspect 1 hydraulic Power Unit (hpu) 3.2.2 inspect Prime Mover/link Motor, Hpu Pumps, Hpu Reservoir, Hpu Tank Heaters, Oil Cooler, Hpu Manifold And Hoses. Hpu Temperature Transmitter, Hpu Display, Hpu Controls, Joysticks And Control Cabinet In Accordance With Tp 7903. 9 system Relief Valves, Switches And Indicators 1 hydraulic System in Accordance With Tp 7903, Verify Set Points, Adjustment And Calibration On: pump Compensator Relief Valve system Relief Valve. winch Limit Adjustment. load Monitor Indicators crane Position Indicators submit A Cfr. 10 disassemble And Inspect 1 hydraulic Oil Heat Exchanger 3.2.3 disassemble To The Minimum Extent Necessary To Clean The Heat Exchanger. 11 service And Inspect 2 hydraulic System crane Motor A And B 3.2.2 perform Insulation Resistance Test In Accordance With Ansi/easa Ar 100-2020.and Section 3 Of Tp 7903 Submit A Cfr. 12 service And Inspect 3 cranes (electrical) 3.2.2 inspect Load Pin, Boom Angle Transducer, Jib Angle Transducer, Swing Angle Encoder, Length Transducer, Turret Enclosure, Flood Lights And Electrical Cables 13 operational And Weight Test 3 folding Boom Crane Assembly perform In Accordance With Paragraph 3.5 Of This Work Item. 14 fabricate And Install 3 label Plate b2.9 name Plate Must Also Include Additional Information Of Dynamic Load Test, Brake Test And Wll Weights. 3.3.1 Materials. The Contractor Must Provide All Parts (i.e. All Greases, Lubricating Oils, Hydraulic Fluid, Hydraulic Oil Filters, Tank Breather Elements And Other Miscellaneous Materials) And Materials Including, But Not Limited To, The Items Listed In Table 3 Below, To Conduct The Required Maintenance Actions Listed Above. table 3 – List Of Parts quantity part Number description source Of Supply 1 ymd-8861-r hpu Hydraulic Return Filter appleton Marine Inc. 1 ymd-10416 hpu Hydraulic Return Filter 2 ymd-12209-r pressure Filters (for Crane No.2 & 4) 1 ymd-12234-r (0280d005bh4hc) pressure Filters (for Crane No.3) 1 ymd-12234-r (0060d005bh4hc) pressure Filters (for Crane No.3) 3.3.2 Hose Inspection. The Contractor Must Visually Inspect The Condition Of All Flexible Hoses; Tp7903 Has A Comprehensive List Of Hoses And Their Locations. Submit A Cfr With The Following: hose Number hose Physical Condition service Life Dates (date For Required Hose Renewal; If Not Specified, Add Twelve Years To Installation Date) 3.3.2.1 If Not Present, The Contractor Must Provide New Hose Tags, In Accordance With Sflc Std Spec 5000, Paragraph C2.2.1.4. Ensure Tag Color Coding Of Black On Natural Or Black On White. Ensure That Tags Must Be Attached Using Materials That Will Not Damage Hose Assembly In Any Way Or Interfere With The Normal Flexing Motion Of The Hose. 3.3.2.2 The Contractor Must Stamp, Engrave, Or Etch The Following Information On Each Tag. Handwritten Information On Each Tag Is Not Acceptable. Utilize The Cutter’s Hose Log For Information As Necessary. hose Log Item Number (serial Number) hydrostatic Test Pressure (psi) hydrostatic Test Date (dd/mm/yy) service Life (replacement Date) Date (qtr "q"/fy) 3.4 Preservation Requirements. The Contractor Must Perform The Following Work To Accomplish The First Bulleted Requirement Of Sflc Std Spec 5000 (para 3.2.4.3.2). 3.4.1 All Other Requirements As Specified From Sflc Std Spec 5000 Regarding “partially Preserve” Remain Applicable. 3.4.2 In Addition To Partial Preservation, Abrade Entire Crane Surface And Provide Aesthetic Topcoat. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. note certain Water Weight Bags May Be Too Large To Fit Within The Notch. Ensure Test Weights Are Able To Fit Within The Notch To Accomplish All Testing. caution do Not Exceed The Working Load Limit (wll) Of The Cranes For Any Of The Tests Listed In Appendix A, Cg Tp 7903. Exceeding The Wll Could Result In Equipment Damage And/or Personnel Injury. 3.5 Operational And Weight Testing. The Contractor Must Perform The Appleton Marine Inc. “start-up And Overhaul Test Procedure”, Appendix A Of Cg Tp 7903 Items 1-10. Static Load Test (item 2.1) Is Not Required. Perform All Testing With Cutter At Or Near 0-degree Trim And 0-degrees List. Record And Provide All Testing Data Of Appendix A, Cg Tp 7903 Via A Cfr. Utilize Test Weights That Will Ensure The Boom Can Be Extended Horizontal In The Notch. 3.5.1 The Contractor Must Supply Weights And A Certified Dynamometer To Conduct Load Testing, Submit Cfr With Certification Details. Perform All Testing In The Presence Of The Coast Guard Inspector And The Tech Rep. 3.5.2 Upon Successful Completion Of The Load Testing, Operational Testing Must Be Performed Using The Various Gfp Small Boats In Accordance With The Test Procedure Detailed In Appendix A, Cg Tp 7903. 3.6 Bearing Wear Inspection. The Contractor Must Conduct A Bearing Wear Inspection Of The Turntable Bearing, For All Cranes In Table 1, In Accordance With Cg Tp 7903 Appendix B. Submit A Cfr With Test Results As Compared With The Baseline Measurements In Table 4. table 4 – Cgc Waesche Turntable Bearing Baseline (15july2018) 3.7 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr. 3.8 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310. 4. Notes this Section Is Not Applicable To This Work Item.

Municipality Of Pamplona, Negros Oriental Tender

Software and IT Solutions
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 2.1 Million (USD 36.1 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Pamplona Invitation To Bid For Purchase And Installation Of Electronic Record Archive And Legislative Tracking System With Paperless Esession Application, Pamplona, Negros Oriental The Municipality Of Pamplona, Through The General Fund Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos Only (4,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase And Installation Of Electronic Record Archive And Legislative Tracking System With Paperless Esession Application, Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Pamplona, Through The General Fund Intends To Apply The Sum Of Two Million One Hundred Thousand Pesos Only (2,100,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot/item. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Important: 1. Please Pay The Amount Of P 5,000.00 As Payment For This Bid At The Office Of The Municipal Treasurer. Quote Your Price For Each Item Only. 2. Remember That 2% Cash/check Deposit Of The Amount Of Abc Or Bid Securing Declaration Is Required Before Your Bid Will Be Considered No. Qty Unit Description Unit Price 1 1 Lot Desktop Computer Preloaded With Data Management System Specifications: Core I7 Processor Compatible Motherboard 16 Gb Memory 4 Terabyte Hdd (single Partition) 500 Gb Ssd Dvd Rw Drive Casing W/ 500watts Keyboard/mouse Ups 650va 19” Led Monitor Wide Screen Windows 11 64 Bit License Operating System Descriptions: • Designed To Electronically Archive, Preserve And Organize Huge Amount Of Documents (pdf, Microsoft Word, Scanned Documents, Picture, Audio, Video, Etc.) • Pdf Files, Ms Word And Other Files Are Converted To Binary When Uploaded And Saved In The Database (not Stored On The Local Folder Or Directory. • With More Than 15,000 Preloaded Electronic References (accessible By Paperless App): (dilg Legal Opinions (electronically Updatable By Clicking The Menu), Local Government Code, Irr Of The Local Government Code, 1987 Philippine Constitution, Guide For Local Legislations, Executive Orders From The President (electronically Updatable By Clicking The Menu), Dilg Circulars (electronically Updatable By Clicking The Menu), Coa Circulars, Dbm Circulars, The Philippines Legal Codes, Laws (electronically Updatable By Clicking The Menu), Jurisprudence (electronically Updatable By Clicking The Menu), Ordinances Of Other Lgus, Etc.). These References Are Accessible By Paperless Native Ios, Mac Os, Windows And Android Based Applications For Paperless Esession Setup. • System Can Access The Dilg Website And Download The Dilg Legal Opinions And Dilg Memorandum Circulars Using Internet. All Downloaded Files Will Be Automatically Included In The System’s Library Or Electronic References Under The Classification Of Dilg Legal Opinions And Circulars. • Upload And Search Menu: Ordinances, Resolutions, Minutes Of The Session, Agenda, Committee Reports, Journal, Privilege Speeches, Moa, List Of Standing Committees And Their Officers, Past & Present Sp/sb Officials, Local Chief Executive Order, Session Files (provision For Session’s Agenda/calendar Of Business Including Drafts And Attachments) (accessible By Paperless App). • Regulatory (vehicle Franchise, Ngos Accreditation, Subdivision Clearance And Other Issuances), In & Out Communications (received, Sent Out), Travel Order, Notice Of Meetings, Certifications, References, Attendance Of Sanggunian Members With Attachment • Easy And Quick Retrieval Menu: By Author, By Title, By Year, By Classification, By Date Approved • Legislative Tracking Or Status Of Proposed Measures With Attachments And Brief Remarks (from First Reading Up To Their Final Approval And Lce Action With Attachment) • Generate Printable Reports: Inventory Of Ordinances, Resolutions (by Inclusive Date/by Classification/by Author), Minutes And Journals • Generate Printable Report Of Sb Attendance (by Inclusive Date) • Session Done And Provision For Crawling Text Features For Paperless Esession Setup • Menu With Icons (all Menu And Icons Must Be Displayed Horizontally On The Top Part Of The Desktop Screen With The Following Arrangement Of The Icons From Left To Right: Ordinances, Resolutions, Committee Report, Privilege Speech, Minutes Of The Session, Journals, Agenda, Regulatory, In & Out Communications, Attendance, Referrals, Scheduler, View Files, Clear List, Delete, Session Files) • Preview Document • Print Document • Add And Delete Document • Compatible With Old And Latest Hardware And Programs (core I3, I5, I7) (windows 7, 8, 10, 11 And Windows Server) • Dual Connectivity: (local Signal Or Internet Exposure) • Main System’s Login Page Requires User Name And Password • Paperless Clients Logs (records Type Of Documents Searched And Documents Opened By Client With Date And Time) • Sb Employees Leave Credits Recording *register/edit/delete Employees, View All Employees, Computes Vacation Leave/sick Leave Credits Based On Start Of Employment, Setup Daily And Monthly Credit Values, View Credits By Year • Customize Communication Received With Document Tracking Up To Action Taken By Sp Secretary With The Following Features: Encode New Received Documents With Date Receive, Code Number, Source, Type Of Communication, Attached Files, Particulars And Action Taken By Sec/sp *printout Barcode Sticker *tracking Of Every Communication/letter From Date Of Received, Update Of Status, Up To Filling/archiving *auto Generate Code Number *open Attached Files *edit Details Of Encoded Communication *deleted Encoded Communications *refresh Option To Retrieve Newly Encoded Received Communications By Other Users *print, Options To Add Type Of Source, Type Of Communications, Action Taken By Sec/sp For Easy Selection *update And Tracking Of Documents Can Be Viewed On Paperless Application *the Administrator Of The System Can Assign User Rights To The Encoder Such As Add New Edit Details, Attach File, Open File And Delete Document Tracking Search And Retrieval Menu *check And View Status Of Specific Document *retrievals Or Search Options A. By Barcode Scanner B. By Code Number C. Data Inclusive D. Communication Type E. Source Of Documents F. Particulars G. Action Taken By Sp Secretary H. By Remarks / Status • No Monthly Subscription Fee • System Is Managed And Operated By The User • One Time Purchase And Software License Has No Expiration • Back Up & Restore Option • Agency’s Logo And Names Of Incumbent Officials And Sb Secretary Text Blasting For Information Dissemination • Capable To Send Thousands Of Text Messages (single Composed Message) From Server To Celfones Of Constituents With Just A Click • Capable To Receive And Store Thousands Of Replied Text Messages From Celfones • 8 Sims Ready: Each Sim Processes Two (2) Messages At A Time In Totality The System Is Processing 16 Messages At Time In Sending Messages • It Does Not Rely On Internet. But It Can Be Shifted To Internet When Sending Brand Text Messages. • Text Message Has Header And Footer • Sending Option: By Barangay Or All Barangay, Sector Or Ngos, Barangay Officials, Business Owners, Real Property Owners, 4ps Members, Tricycle Drivers Association • Sending: 1,400 Characters Icons And Settings Are Displayed Horizontally On The Top Part Of The Laptop/desktop Screen With Following Arrangements Of The Icons: Profile, Messages (inbox Or Sent Items Box), Contacts By, Search Contacts, Remove Selected, Clear Contacts. 2 12 Copies Paperless Electronic Session Application To Be Installed On Laptops Or Desktop Computers (windows Based Application) Descriptions: • This Windows Based Application Is Electronically Connected To Data Management System. • This Is A Windows-based Application (not Web-based) • View Sp Documents, All Session’s Files Or Calendar Of Business Including Drafts And Attachments (scheduled To Be Tackled In The Sessions) Are Uploaded On The Main System (server) But Electronically Viewed/accessed By The Sp/sb Members, Sp/sb Secretary & The Vice Mayor/vice Governor Through Their Laptops/desktops Using The Application. • The Paperless Application Has An Archive And Elecronic References Menu Where Sp Members Can Electronically Search And Retrieve, Even During The Session, Through Application, The Approved Measures (archived Ordinances, Resolutions, Committee Reports, Minutes, Journals, Internal Rules, Approved Moa, List Of Standing Committees And Their Officers Including Executive Orders Issued By The Lce) And More Than Fifteen Thousands (15,000) Preloaded References (dilg Legal Opinions, Local Government Code, Irr Of The Local Government Code,1987 Philippine Constitution, Guide For Local Legislations, Executive Orders From The President, Dilg Circulars, Coa Circulars, Dbm Circulars, The Philippines Legal Codes, Laws, Ordinances Of Other Lgus, Etc.). • Paperless Penless Application Does Not Rely On Internet, No Need Of Lan Wires As Long As Within The Range. But Its Connection Can Be Shifted Or Exposed On The Internet For Outdoor Usage. • Notepad Feature (to Take Down Notes With Easy And Quick Retrieval Options) (no Pen Or Pencil Needed). • Crawler • Session History • Refresh Option • Paperless Application’s Login Page Requires User Name And Password • Search Engine • Printout Document Feature. • Electronic Voting • Chatroom (receiving In Real Time), Create/delete/rename Group, Add And Delete Members In A Group • Files Electronic Submission • Login Page Requires Username And Password • For Easy And Quick Retrieval, The Current Session Files, Documents And Attachment Are In Rectangular Blue Boxes Displayed Vertically On The Left Side Of The Laptop Or Desktop Screen With The Arrangement That Conforms With The Actual Order Of Business.. Every Rectangular Blue Box Contains One Separate File Where It Can Be Quickly Opened By The End-user By Clicking It. 3 12 Units Desktop Computer (for Paperless Application) 4 Cores, 8 Threads Processor Memory: 8gb Ddr4 Memory Compatible Motherboard 500 Gb Ssd Windows 11 64 Bit (license) 19.5” Monitor Display Hd (1366 X 768 Resolution) Graphics: Hd Graphics Processor Audio Support Hd Audio Usb Wifi 5ghz Casing With Psu Keyboard/mouse 4 5 Units Access Point Wall Mount Dual Band 2.4ghz/5ghz • Poe Port • 450 Mbps Speed Mimo Antenna 5 1 Unit Wireless Router Dual Band 2.4 Ghz/5ghz 6 1 Box Cat6 Utp Cable 7 1 Unit 16 Port Gigabit Switch 8 1 Unit Printer 3 In 1 • Printer/scanner/copier • With Document Feeder Capable To Scan Long Size Bond Paper 8.5” X 13 “ 9 1 Unit 2tb Usb External Hardisk 10 1 Set 3kw Inverter/charger For Power Backup • Descriptions: • 1 Units 3kw Inverter With Charger Capability • 2 Units 200ah 12 Volts Battery Battery Cables, Battery Lug Nuts 2. The Municipality Of Pamplona Now Invites Bids For Purchase And Installation Of Electronic Record Archive And Legislative Tracking System With Paperless Esession Application, Pamplona, Negros Oriental. Delivery Of The Goods Is Required 30 Calendar Days After Purchase Order. Bidders Should Have Completed, Within [insert Relevant Period] From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, Select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.4.1.2 Of The Irr Of Ra 9184: (i) Select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Do Not Exist: Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. (ii) Select This Paragraph If Condition (a), (c), Or (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Exists: Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Pamplona And Inspect The Bidding Documents At The Address Given Below During 8:00 Am- 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Address Below. Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of A Non-refundable Amount Of Php 5,000.00 (fee For Bidding Documents) To The Municipal Treasurer Of Pamplona, Negros Oriental. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Municipality Of Pamplona Will Hold A Pre-bid Conference On January 28, 2025 At The Office Of The Municipal Mayor Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 13, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 13, 2025 At The Municipality Of Pamplona, Office Of The Municipal Mayor. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. N/a. 10. The Municipality Of Pamplona Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ronald A. Rojas Municipal Mayor’s Office Municipal Hall, Poblacion, Pamplona Negros Oriental 09751449538 Ronald.rojas38@gmail.com Pamplonito S. Catacutan Bac Chairman

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And 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. solicitation Number 70z04025qag139 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811310. nsn 5855-01-615-8016 fdvs Camera System oem: Drs Rsta Group pn: Wm-0300 qty: 02 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: nsn 5855-01-615-8016 fdvs Camera System oem: Drs Rsta Group pn: Wm-0300 qty: 02 Ea delivery: delivery Is Required Jun 30, 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88a 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)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). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than Jan 21, 2025 By 10:00 Am Eastern Daylight Savings Time (dst). 17. Email Proposed Pricing To: Yvette.r. Johnson@uscg.mil

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And 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. solicitation Number 70z04024qag162 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03, Dated January 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811310. nsn 6115-01-528-7750, Generator, Alternating, oem: Kato Engineering pn: 475-670361111 qty: 02 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: nsn 6115-01-528-7750, Generator, Alternating, oem: Kato Engineering pn: 475-670361111 Qty: 02 Ea shipping Weight: Xxxx Lbs (including Crate) government Contract No.: 70z080xxxxxxxxxxx (per Contract). words: Coast Guard Sflc Material Condition A, 1 Ea. delivery: delivery Is Required Oct 28, 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88a 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)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). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than Feb 20, 2025, By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Yvette.r.johnson@uscg.mil Donna Scandaliato No Later Than Feb 20, 2025. Quote Shall Be Emailed To: Yvette.r.johnson@uscg.mil

Municipality Of Krasov Tender

Others...+1Electrical and Electronics
Czech Republic
Closing Date31 Jan 2025
Tender AmountCZK 1.6 Million (USD 68.1 K)
Details: The subject of the contract is the installation and connection of photovoltaic panels on the municipal office building, the installation of cable routes for the DC and AC parts, the installation of inverters, batteries and the connection to the existing electricity distribution and to the distribution network. A maximum of 41 panels with a total output of min. 19.68 kWp - max. 25 kWp will be installed on the roof of the municipal office; the battery storage will then have a capacity of min. 20.0 kWh. The installation of PV on the roof of the building does not entail any fundamental structural changes. Energy management will be introduced as part of the project, including control software and measuring and control elements for the optimization of energy production and consumption. The contracting authority also intends to use the excess electricity produced. Energy from PV to be shared with other consumption points – this is public lighting (department No. 186 and 229). The contract therefore also includes the preparation and execution of the connection of the affected consumption points to continuous metering in accordance with the rules for connection through the distribution system.

U S COAST GUARD USA Tender

Machinery and Tools...+2Automobiles and Auto Parts, Aerospace and Defence
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And 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. solicitation Number 70z04025qcv103 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811310. nsn 2010-01-628-0276 propeller Left Hand oem: Michigan Wheel pn: 531915 qty: 02 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Michigan Wheel And/or Their Authorized Distributor Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: nsn 2010-01-628-0276 propeller Left Hand oem: Michigan Wheel pn: 531915 qty: 02 Ea delivery: delivery Is Required Jun 30, 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88a 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)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). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than Jan 21, 2025. 17.quote Shall Be Emailed To Yvette.r.johnson@uscg.mil

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And 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. solicitation Number 70z04025qag141 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01, Dated January 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811210 nsn 6605-00-459-4310 control Unit Navigation Set oem: Northrop Grumman Systems pn: 1884066-1 qty: 06 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: nsn 6605-00-459-4310 control Unit Navigation Set oem: Northrop Grumman Systems pn: 1884066-1 qty: 06 Ea shipping Weight: Xxxx Lbs (including Crate) government Contract No.: 70z080xxxxxxxxxxx (per Contract). words: Coast Guard Sflc Material Condition A, 1 Ea. delivery: delivery Is Required Oct 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)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). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Then Feb 06, 2025 By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Yvette R. Johnson No Later Than Feb 06, 2025. Quote Shall Be Emailed To Yvette.r.johnson@uscg.mil. control Unit,navigagation Set stock Number 6605-00-459-4310 part Number 1884066-1 used On 210 items As Received By The Contractor Must Be Complete And Of the Proper Cited Part Number. Discrepancies Shall Be Reported To the Coast Guard Contracting Officer. overhaul Requirements: overhaul & Repair Of Mk 27 Gyrocompass And Control Unit To Oem specifications. The Control Unit Interfaces With Gyrocompass And Other shipborad Systems. warranty: x A. Standard Manufacturer's Warranty b. Item Being Repaired As An "onboard Repair" Or A "system Stock" Item and Will Be Put Into Inventory. Not For Immediate Installation. contractor Must Guarantee Item Against Defects That Lead To Failure For days After Installation For A Period Of Up To Two (2) Years After delivery To Coast Guard. government Acceptance: acceptance Will Be Made At Destination By A Government Representative. acceptance Will Be Contingent Upon The Representative's Verification Of No damage In Transit, Correctness And Completeness Of Order And Contractor's conformance To Preservation/packaging, Packing And Marking Requirements.

U S COAST GUARD USA Tender

Machinery and Tools...+1Automobiles and Auto Parts
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Details: Notice Not Set A Side the United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And 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. solicitation Number 70z08025qty030 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01, Dated Nov 2024. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811310. nsn 6115-01-383-0760 auxillary Set Engine oem: Caterpillar pn: 73122/382549/sp91-001-65 qty: 01 Ea **uscg Quality Assurance Required** open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: Nsn 6115-01-383-0760 auxillary Set Engine oem: Caterpillar pn: 73122/382549/sp91-001-65 qty: 01 Ea shipping Weight: Xxxx Lbs (including Crate) government Contract No.: 70z080xxxxxxxxxxx (per Contract). words: Coast Guard Sflc Material Condition A, 1 Ea. delivery: delivery Is Required March 10, 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88a 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)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). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than Dec 12, 2024, By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Yvette R Johnson No Later Than Dec 12, 2024. Quote Shall Be Emailed To Yvette.r.johnson@uscg.mil.
9171-9180 of 9266 archived Tenders