Software Tenders

Software Tenders

City Of Bais Tender

Software and IT Solutions
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 2.6 Million (USD 46 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, Cpicad, Viz: Item Approved Budget For The Contract (abc) J/sor No. 337-24 Php 2,693,025.00 One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, 36 Sets Computer Hardware Delivery Core I5-12400 Processor Motherboard With Built In Wi-fi 8gb Ddr4 Memory ; 512gb Ssd 2.5" 19" Monitor Led Mouse And Keyboard Usb Mousepad With Voltage Regulator 10 Sets Laptop Computer/netbook Delivery Operating System: Genuine Windows 11 Aluminum Lcd Cover-material 14.0-inch Panel Size ; Intel® Uhd Graphics Led Backlit Touch Screen Touch Panel Brightness 300nits Wuxga (1920 X 1200) 16:10 Intel® Core™ I3-1315u Processor 10m Cache, Up To 4.5ghz, 6 Cores) 8gb Ddr5 So-dimm. 512gb M.2 2280 Nvme™ Pcie® 4.0 Ssd Front-facing Camera With Privacy Shutter Wi-fi 6e(802.11ax) (dual Band) 2*2 + Bluetooth® 5.3 Wireless Card Fingerprint Authentication Backlit Chiclet Keyboard 1x Usb 3.2 Gen 2 Type-c Support Power Delivery 2x Usb 3.2 Gen 2 Type-a ; 1x Hdmi 2.1 Tmds 1x Thunderbolt™ 4, Compliant With Usb4, Supports Display / Power Delivery 1x 3.5mm Combo Audio Jack ; 1x Rj45 Gigabit Ethernet Built-in Speaker. Audio By Dirac Us Mil-std 810h Military-grade Standard Built-in Array Microphone ; Battery 50whrs, 3s1p, 3-cell Li-ion Kensington Nano Security Slot™(6x 2.5mm) Bios Booting User Password Protection Bios Setup User Password Hdd User Password Protection And Security Support Absolute Persistence 2.0 (computrace) Trusted Platform Module (tpm) 2.0 Battery Health Charging, Fan Profile, Splendid, Tru2life, Function Key Lock, Wifi Smartconnect, Appdeals Included In The Box Wireless Optical Mouse Reparability Index (for France) 8.0 Ecolabels & Compliances: Epeat Gold, Energy Star 8.0, Fsc Recycled, Reach, Rohs, Tco Certified Warranty: 3years On-site Including Battery And Charger Computer Accessories Delivery 6u Network Data Cabine Apc Ups 650va With Avr 8 Port Gigabit Switch 1000mbps 16-port Gigabit Managed L2 Switch Centralized Wifi Controller Adsl Router With Wifi Ac1200 Wireless Mu-mimo Gigabit Indoor/outdoor Access Point Durable, Weatherproof Enclosure For Outdoor Wi-fi Applications Up To 1200mbps1 With 2×2 Mimo Technology Omada Mesh Technology Enables Wireless Connectivity Between Aps For Extended Range, Making Wireless Deployments More Flexible And Convenient Supports Seamless Roaming To Smooth The Video Playbacks And Voice Calls When Moving Between Locations High Transmission Power And High Gain Antennas Provide A Long-range Coverage Area Cloud Centralized Management For Ultra Convenience And Easy Management Captive Portal Provides A Convenient Method For Guest Authentication Facebook Wi-fi And Sms Authentication Help To Boost Your Business 802.3af/passive Poe (poe Adapter Included) Compatible And Simple Mounting Design Allow For Flexible Deployment And Convenient Installation Webcam Full Hd Usb External Dvd Writer 1tb External Hdd Network External Hdd 1tb 4 Duplex Sheet-fed Document Scanner Duty Cycle Up To 3,000 Pages Per Day Scan Speed Up To 26ppm/52ipm (300dpi) One-pass Duplex Scanning Document Capture Pro Software Scan 50gsm To 209gsm A4 All-in-one Ink Tank Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r A4 Ink Tank Network Printer Print, Scan, Copy With Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing Wi-fi & Wi-fi Direct 2-years Warranty Or 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 32gb Flash Drive Usb Digital Multimeter Lan Cable Tester Furniture And Fixture Delivery Customized U-type Computer Table With Capacity Of 36 Computer Units Working Table Whiteboard With Stand It Materials Delivery Rj-45 Plug Network Accessories: Modular Box Rj-45 Cat6 I/o Port 1 Gang Faceplate Pvc Surface Type Utility Box Raceway Or Slotted Pvc 1.5" X 1.5" X 48" Cat6 Utp Cable Belden/hikvision/dahua 305m Fastener Filer Lead Free Spool Fiber Optic Cable 2meters (terminated) Sc/upc-sc/upc Singlemode Simplex 2 Meters Terms Of Reference Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Title: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Approved Budget For The Contract: Php 2,700,000.00 Bid Validity Period: 120 Days Local Office In Negros Island Safety Officer Required And Should Be Regular Employee Certifcate Of Dealership Sealed And Signed By Microsoft Engineer City Government Of Bais Bais City, Negros Oriental, Region Vii Invitation To Bid Project Name: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Description: This Project Aims To Enchance The Information And Communication Technology (ict) Capabilities Of The Local Government Of Unit (lgu) Of Bais City Through The Comprehensive Supply And Installation Of State-of-the-art Network Infrastructure And Equipment. Located At The Bais Training Center, The Initiative Will Facilitate Efficient Data Gathering And Banking Processes, Supporting The City's Administrative Functions And Service Delivery. This Pertains Aims To The Procurement Of Computer Equipment And Fixtures Specifically Designed To Meet The Needs For Data Gathering And Banking Processes. Please Refer To The Document Titled "conformity With Technical Specifications Bidding Enumerated" As Our Terms Of Reference. The Approved Budget For The Contract Is To Be Taken From Data Gathering And Banking (equipment) 2022, Generation And Maintenance Of Gad Database 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 21, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee

Province Of South Cotabato Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 532.3 K (USD 9.2 K)
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 1 Motorcycle , Engine Type- 4-stroke Single Cylinder, Air-cooled, Overhead 130,000.0 Unit Cam (ohc) Displacement- 150 Cc Bore X Stroke – 57.3 X 57.8 (mm) Maximum Power – 8.72 Kw @8,000 Rpm Maximum Torque – 12.1 N.m @ 6,000 Rpm Starting System - Electric & Kick Transmission Type – Manual Gear Shift Pattern- 1-n-2-3-4-5 Suspension Type (front)- Telescopic Fork Suspention Type (rear) – Drum Brake Brake Type (front)- Disc Brake Brake Type (rear)-drum Brake Tire Size (front)-90/90-19 Tire Size (rear)-110/90-17 Wheel Type-spoke Wheel Base – 1,362 Mm Overall Dimensions: L X W X H-2,091 X 811 X 1,125(mm) Dry Weight- 122 Kg Seat Height-825 Mm Ground Clearance- 243 Mm Fuel Tank Capacity-12.0 L Fuel System-carburetor Battery Type- 12v-5ah Mf Type 1 2 Motorcycle , Engine Type- 4-stroke Single Cylinder, Air-cooled, Overhead 150,000.0 Unit Cam (ohc) Displacement- 150 Cc Bore X Stroke – 57.3 X 57.8 (mm) Maximum Power – 8.72 Kw @8,000 Rpm Maximum Torque – 12.1 N.m @ 6,000 Rpm Starting System - Electric & Kick Transmission Type – Manual Gear Shift Pattern- 1-n-2-3-4-5 Suspension Type (front)- Telescopic Fork Suspention Type (rear) – Drum Brake Brake Type (front)- Disc Brake Brake Type (rear)-drum Brake Tire Size (front)-90/90-19 Tire Size (rear)-110/90-17 Wheel Type-spoke Wheel Base – 1,362 Mm 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 1 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost Overall Dimensions: L X W X H-2,091 X 811 X 1,125(mm) Dry Weight- 122 Kg Seat Height-825 Mm Ground Clearance- 243 Mm Fuel Tank Capacity-12.0 L Fuel System-carburetor Battery Type- 12v-5ah Mf Type X-x-x Page 3 Follows X-x-x Note: "please Attach Brochure" Terms And Conditions For Motorcycle 1. With Gsis Comprehensive Insurance And Lto Registration "in The Name Of The Provincial Government Of South Cotabato" 2. With Full Face Helmet Item 1 - For Use Of Fid. Item 2 - For Use Of Ssm. Warranty: One Year Warranty On Parts And Services From The Date Of Delivery. Note: For Use Of Openro. Source Of Fund: 8731-pemo-p/p-2-cbudnrmp-1-07-06-010-ppe-25-02-10818(item No.1) P/p-3.mrssmqo-1-07-06-010-ppe-25-02-10819(item No.2) Approved Budget: P 280,000.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 2 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 3 Desktop Computer , Desktop Computer 50,000.00 Sets Core I5 13400 2.5ghz 20mb Smart Cache Or Higher Compatible H610 Motherboard W/ Gigabit Lan Or Higher 16gb Ddr4-3200mhz (2 X 8gb) Memory Or Equivalent 1tb Nv2 M.2 Nvme Pcie4 Ssd, 4gb Gtx 1050ti Video Card 21.5" Fhd 75hz Ips Monitor, 650watts 80+ Bronze Rated Power Supply Heavy Duty Black Atx Casing, 1000va 500watts Ups W/ 8 Outlets, Usb Combo Keyboard With Mouse And Mouse Pad 2.1 Multimedia Speaker System With Subwoofer Total Output Power (rms)-8w X 2 + 12w Pc 1 Year Warranty On Parts And Service, Ups 2 Years Conditions: 1. 36 Months Premium Support And Onsite Service From The Manufacturer. 2. Equipment Under Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. 3. Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And It Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. 4. Suppliers/dealers Shall Have An Authorized Service Centers With In Socsargen Area. 4 4 Laptop Computer , Laptop Computer 52,300.00 Unit Core I5 1335u 3.4ghz, 12mb Smart Cache Or Higher 512 Gb Pcie® Nvme M.2 Ssd, 8 Gb Ddr4-3200 Mhz Ram (2 X 4 Gb) Onboard Intel Iris Xe Graphics, Chipset: Intel® Integrated Soc 15.6" Diagonal, Fhd, Micro-edge, Anti-glare, 250 Nits Display Realtek Wi-fi 6 (1x1) And Bluetooth® 5.3, True Vision 720p Hd Camera Integrated Dual Array Digital Microphones, Dual Speakers Software Included: Mcafee Livesafe, Windows 11 Home Sl Microsoft Office Home And Student (pre-installed) Cloud Service: 25 Gb Dropbox Storage For 12 Months Full-size, Backlit, Soft Grey Keyboard With Numeric Pad Pointing Device: Imagepad, With Usb 3.0 Lan Adapter Carrying Case/bag, 3-cell, 41 Wh Li-ion Polymer Battery 45 W Smart Ac Power Adapter Conditions: (1) 1 Year Battery & Charger / 2 Years On-site Warranty (2) Equipment Under Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 3 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. (3) Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. (4) Suppliers/dealers Shall Have A Service Center With In Socsargen Area. X-x-x Nothing Follows X-x-x Note: "please Attach Brochure" Item 3-4 - For Use Of Administrative Support Section. Note: For Use Of Openro. Source Of Fund: 8731-pemo-1-07-05-030-ppe-25-02-10820 Approved Budget: P 252,300.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 4 Of 4

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| inspection System Program Plans, Or Premanufacturing Or Test Procedures|1|45| first Article Approval--contractor Testing (sep 1989)|10|one|0001||45|tbd|tbd||30|x|| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4|||x|| annual Representations And Certifications (may 2024)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation Of First Article Testing|3|||| a Material Irpod Is Available At The Bpmi Site. Vendor Review Of The Irpod Is Mandatory. unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. Please Specify (if Other Than 60 Days) ______________ Days. If You Are Submitting Your Quote Via Email Or Neco, Please Specify The number Of Days Pricing Is Valid all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein. the Bpmi Ecommerce Website Is Being Moved To A New Url (https://logistics.unnpp.gov/ecommerce) Effective 17 July, 2019. The Current Site Address (https://logistics.bpmionline.net) Will Be Active Until 1 August, 2019, But We Encourage You To Ensure You Are Able To access The New Website At Your Earliest Convenience. If You Have Any Questions, Please Contact The Poc Listed Below. n9432.41 Danny O'neal, Ph: 717-605-4954, Email: Danny.l.oneal8.civ@us.navy.mil \ 1. If The Irpod For An Individual Item Calls For Mil-p-24503, Please Advise The Name Of The Manufacturer And The Grade Of The Mil-p-24503 Material That You Will Be Offering For That Line Item: mil-p-24503 Manufacturer's Name _____________________________. mil-p-24503 Material Grade __________________________________. 2. If The Irpod For An Individual Item Calls For Reports Of Test And Inspection (rotis), The Documentation Is Due 40 Days Prior To Delivery. 3. If The Irpod For An Individual Item Calls For Mil-i-45208 Higher Level Inspection System Requirements, Clause 52.242-11 -- Higher Level Contract Quality Requirement Applies. 4. When Applicable, First Article Test Reports Are Due Within 45 Days From The Date Of Order. 5. "all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 6. Any Subsequent Contract Awarded Will Be A (do) Rated Order. See Clause 52.211-14 For Additional Information. 7. The Government Reserves The Right To Place A Single Order Or Multiple Orders. 8. Please Provide A Quoted Delivery Date For Each Line Item. 9. Unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. please Specify (if Other Than 60 Days) ______________ Days. if You Are Submitting Your Quote Via Email Or Neco,please Specify The Number Of Days Pricing Is Valid. \ 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 2. Applicable Documents 2.1 Applicable Documents; technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To the Award. this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 3. Requirements 3.1 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod). the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 4.2 First Article Test/inspection And Report Submittal-(contractor Destructive Or Non Destructive). the Contractor Shall Conduct First Article Test/inspection On ;1; Unit(s) In Accordance With The Irpod Requirements Specified In This Contract/purchase Order. the Contractor Shall Prepare And Submit A Report In Accordance With The Contract Data Requirements List (dd Form 1423). first Article Approval Is Required Prior To Manufacturing The Pco. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. 6.2 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. 6.3 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. date Of First Submission=eoc submit To Navsup-wss, Code N9433 For Review, A Complete Package Of All Applicable Vendor Certified Reports Of Test And Inspection Per Di-qcic-8872(latest Rev) See (individual Repair Parts Ordering Data) Irpod For Individual Documentsrequired. the Package Will Be Submitted Per The Contract Delivery Schedule, And Authorization To Ship Material Must Be Obtained From The Pco. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. di-qcic-a8872s Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Roti Package To Be Iaw Did Di-qcic-8872(latest Rev). date Of First Submission=045 Dac submit For Approval One Package (iaw Di-qcic-8871) Of All Applicable Procedure, Drawing And Other Pre-manufacturing Submittals, Listed On The Individual Repair Part Ordering Data (irpod) Document(s) And Detailed In The Cited Specification, Within 45 Days After contract Award To The Contracting Officer (navsup-wss Code N9433). See Irpod For Individual Documents Required. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. di-qcic-a8871 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Procedure Package To Be Iaw Did Di-qcic-8871(latest Rev). date Of First Submission=asreq submittal Requirements Specified In The Irpod, Under Paragraph 6.1, Contract Data Requirements, Shall Be In Accordance With Either Of The Following: 1. When Specified For Contractor Submittal Of Reports Prior To Manufacturing For Approval, Then The Report Shall Be Submitted For Approval, In Accordance With The Contract Delivery Schedule. Authorization To Start Production Must Be Obtained From The Pco. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. resubmittal Not Later Than 45 Days After Disapproval. 2. When Specified For Contractor Submittal Of Report Per The Contract Delivery Schedule, Then The Report Shall Be Submitted For Approval Per The Contract Delivery Schedule And Authorization To Ship Material Must Be Obtained From The Pco. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. dindtia80809a Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Report Package To Be Iaw Did Di-ndti-80809(latest Rev).

POLREGIO S A Tender

Electronics Equipment...+1Electrical and Electronics
Poland
Closing Date17 Jan 2025
Tender AmountNA 
Details: Polregio Sa Invites Contractors With Knowledge And Experience In The Subject Of The Order To Submit Price Information For The Service Of Leasing A Ticket Videomat Together With Sales Software Used To Sell Polregio Sa Railway Tickets In Paper Form At The Oława Station, Ul. Kolejowa 1, 55-200. Lease Term: 12 Months From 18/03/2025 To 17/03/2026. The Ordering Party Reserves The Right To Invalidate The Proceedings At Any Stage (without Selecting An Offer) Without Giving A Reason. This Inquiry Does Not Constitute An Offer Within The Meaning Of The Civil Code. In the "attachments" tab you will find: - The location of the Videomat in Oława with the consent of PKP - Contractor's declaration - Attachment No. 1 to the Agreement - Technical description of the Videomat - Attachment No. 2 to the Agreement - List of Polregio Offers - Attachment No. 3 to the Agreement - Sales Reports Template - Attachment No. 4 to the Agreement - Complaint Handling Principles - Attachment No. 5 to the Agreement - List of Locations - Attachment No. 6 to the Agreement - GDPR - Attachment No. 7 to the Agreement - Delivery and Acceptance Protocol

INDIAN HEALTH SERVICE USA Tender

Software and IT Solutions
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: 1. This Is A Combined Synopsis/solicitation For The Acquisition Of Commercial Products And Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. 2. The Solicitation Number Is 285-25-rfq-0026 The Solicitation Is Issued As, Request For Quotation (rfq). 3. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2024-07, Dated 29 August 2024. 4. This Combined Synopsis/solicitation Is 100% Set-aside For Indian Owned Small Business In Accordance To Hhsar Subpart 326.6—acquisitions Under The Buy Indian Act. This Solicitation And The Associated Naics Code Is 334111 Electronic Computer Manufacturing, And The Small Business Size Standard Is 1,250 Employees. 5. Schedule the Contactor Should Submit Their Pricing In The Format Of The Bid Schedule Attached To This Solicitation. All Items Are Brand Name Or Equal. The Contractor Should Include In Their Proposal Detailed Information Demonstrating The Functional Or Performance Standards As The Brand Name Product, But Not Necessarily Be Identical In Every Detail. 6. Description Of Requiremets the Contractor Shall Provide One Poweredge R350 Server, One Poweredge R450 Server And Two Poweredge R360 Servers. "equal" Product Specifications Must Meet The Server Specifications Attached To This Requirement Posting. the Contractor Shall Provide New Original Equipment Manufacturer (oem) Parts And Should Include All Accessories To Operate The Equipment Including Cables And Adapters. equipment Shall Be Shipped Directly From The Manufacturer. Vendor Shall Be An Original Equipment Manufacturer, Oem Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. all Equipment Must Be Covered By The Manufacturer's Warranty. The Quote Must Include A Copy Of The Authorized Distributor Letter From The Manufacturer To Verify That The Vendor Is An Authorized Distributor Of The Products Being Quoted. 7. Delivery/performance monacan Health Center, 108 Dixie Airport Rd, Madison Heights, Va 24572 delivery Shall Take Place Within 15 Days Of Award. 8. Provisions At Far 52.212-1, Instructions To Offerors -commercial Products And Commercial Services (sep 2023) Applies To This Acquisition With The Following Addenda To The Provision. in Order For Consideration Contractors’ Proposal Must Include; i. Completed Indian Health Service Buy Indian Act Indian Economic Enterprise Representative Form. ii. Company Name, Sam Uei #, iii. Pricing In The Format Of Section 5. Schedule iv. Technical Capabilities Statement, Description/specifications Of Proposed Brand Name Or Equal Solution v. 2 Years Of Past Performance With Federal, State, Or Local Government. far 52.211-6 Brand Name Or Equal. (aug 1999) (a) If An Item In This Solicitation Is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government’s Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal" Products Must Meet Are Specified In The Solicitation. (b) To Be Considered For Award, Offers Of "equal" Products, Including "equal" Products Of The Brand Name Manufacturer, Must- (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By- (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modifications The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c) The Contracting Officer Will Evaluate "equal" Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An "equal" Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation. (end Of Provision) 9. Far 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: (i) Price. (ii) Technical Capability And Adequate Specifications Needed To Meet The Government Requirement. (iii) Past Performance (see Far 15.304) the Evaluation Factors Are In In Descending Order Of Importance. technical And Past Performance, When Combined, Are Equal When Compared To Price. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. 10. Far 52.217-5 - Evaluation Of Options (july 1990) Provisions Are Incorporated Into This Solicitation. 11. Offerors To Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) With Its Offer. 12. Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023), Applies To This Acquisition With The Following Addenda Incorporated Into This Clause. 352.232-71, Electronic Submission Of Payment Requests (a) Definitions. As Used In This Clause – 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. (b) Except As Provided In Paragraph (c) Of This Clause, The Contractor Shall Submit Payment Requests Electronically Using The Department Of Treasury Invoice Processing Platform (ipp) Or Successor System. Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (c) The Contractor May Submit Payment Requests Using Other Than Ipp Only When The Contracting Officer Authorizes Alternate Procedures In Writing In Accordance With Hhs Procedures. (d) If Alternate Payment Procedures Are Authorized, The Contractor Shall Include A Copy Of The Contracting Officer's Written Authorization With Each Payment Request. (end Of Clause) far 52.217-8 Option To Extend Services. (nov 1999) the Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 60 Days. (end Of Clause) far 52.217-9 Option To Extend The Term Of The Contract. (mar 2000) (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 15 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 5 Years And 6 Months. (end Of Clause) 13. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (jan 2025) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For 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 On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) ( 31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 ( 19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: _x_(1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). _x_(2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509)). __(3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4) 52.203-17, 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 Far 3.900(a). _x_(5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) ( 31 U.s.c. 6101 Note). __(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, Federal Acquisition Supply Chain Security Act Orders—federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) ( Pub. L. 115–390, Title Ii). __(11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) ( Pub. L. 115–390, Title Ii). __(ii) Alternate I (dec 2023) Of 52.204-30. _x_(12) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) ( 31 U.s.c. 6101 Note). __(13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) ( 41 U.s.c. 2313). __(14) [reserved]. __(15) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) ( 15 U.s.c. 657a). __(16) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). __(17) [reserved] _x_(18) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). __(ii) Alternate I (mar 2020) Of 52.219-6. __(19) (i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). __(ii) Alternate I (mar 2020) Of 52.219-7. __(20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). __(21) (i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). __(ii) Alternate I (nov 2016) Of 52.219-9. __(iii) Alternate Ii (nov 2016) Of 52.219-9. __(iv) Alternate Iii (jun 2020) Of 52.219-9. __(v) Alternate Iv (sep 2023) Of 52.219-9. __(22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). __(ii) Alternate I (mar 2020) Of 52.219-13. __(23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s). __(24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). __(25) 52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15 U.s.c. 657f). __(26) (i) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15 U.s.c. 632(a)(2)). __(ii) Alternate I (mar 2020) Of 52.219-28. __(27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.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) (15 U.s.c. 637(m)). __(29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) ( 15 U.s.c. 644(r)). __(30) 52.219-33, Nonmanufacturer Rule (sep 2021) ( 15 U.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 (feb 2024). _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) Alternate I (feb 1999) Of 52.222-26. _x_(35) (i) 52.222-35, Equal Opportunity For Veterans (jun 2020) ( 38 U.s.c. 4212). __(ii) Alternate I (jul 2014) Of 52.222-35. _x_(36) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) ( 29 U.s.c. 793). __(ii) Alternate I (jul 2014) Of 52.222-36. _x_(37) 52.222-37, Employment Reports On Veterans (jun 2020) ( 38 U.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) (22 U.s.c. Chapter 78 And E.o. 13627). __(ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). __(40) 52.222-54, Employment Eligibility Verification (may 2022) (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) __(41) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) ( 42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) __(ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) __(42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(44) 52.223-20, Aerosols (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(45) 52.223-21, Foams (may 2024) ( 42 U.s.c. 7671, Et Seq.). __(46) 52.223-23, Sustainable Products And Services (may 2024) ( E.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l). __(47) (i) 52.224-3 Privacy Training (jan 2017) ( 5 U.s.c. 552 A). __(ii) Alternate I (jan 2017) Of 52.224-3. __(48) (i) 52.225-1, Buy American-supplies (oct 2022) (41 U.s.c. Chapter 83). __(ii) Alternate I (oct 2022) Of 52.225-1. _x_(49) (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) Alternate I [reserved]. __(iii) Alternate Ii (jan 2025) Of 52.225-3. __(iv) Alternate Iii (feb 2024) Of 52.225-3. __(v) Alternate Iv (oct 2022) Of 52.225-3. __(50) 52.225-5, Trade Agreements (nov 2023) ( 19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). _x_(51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(52) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). __(54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). __(55) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) ( E.o. 13513). __(56) 52.229-12, Tax On Certain Foreign Procurements (feb 2021). __(57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). __(58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). _x_(59) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct2018) ( 31 U.s.c. 3332). __(60) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c. 3332). __(61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). __(62) 52.239-1, Privacy Or Security Safeguards (aug 1996) ( 5 U.s.c. 552a). __(63) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.). __(64) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15 U.s.c. 637(d)(13)). __(65) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) ( 46 U.s.c. 55305 And 10 U.s.c. 2631). __(ii) Alternate I (apr 2003) Of 52.247-64. __(iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: __(1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter67). __(2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). __(3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). __(4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) ( 29u.s.c.206 And 41 U.s.c. Chapter 67). __(5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). __(6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). __(7) 52.222-55, Minimum Wages 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) (42 U.s.c. 1792). __(10) 52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking (jan 2025) ( 49 U.s.c. 40118(g)). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause- (i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.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 On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (v) 52.204-25, Prohibition On Contracting For 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, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) ( Pub. L. 115–390, Title Ii). (b) Alternate I (dec 2023) Of 52.204–30. (viii) 52.219-8, Utilization Of Small Business Concerns (feb 2024) ( 15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222-26, Equal Opportunity (sep 2016) (e.o.11246). (xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.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 Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) ( 41 U.s.c. Chapter 67). (xvi) (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (may 2022) (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) ( 5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) ( 31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40. (xxvi) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.). (xxvii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) ( 46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) 14. Additional Contract Requirement(s) Or Terms And Conditions terms And Conditions Incorporated By Reference. These Are Available In Their Full Text At Https://www.hhs.gov/grants-contracts/contracts/contract-policies-regulations/hhsar/index.html: 352.203-70 Anti-lobbying. 352.208-70 Printing And Duplication. 352.211-3 Paperwork Reduction Act. 352.215-70 Late Proposals And Revisions. 352.222-70 Contractor Cooperation In Equal Employment Opportunity Investigations. 352.223-70 Safety And Health. 352.223-71 Instructions To Offerors–sustainable Acquisition. 352.224-70 Privacy Act. 352.226-1 Indian Preference. 352.226-2 Indian Preference Program. 352.227-11 Patent Rights—exceptional Circumstances. 352.227-14 Rights In Data—exceptional Circumstances. 352.227-70 Publications And Publicity. 352.231-70 Salary Rate Limitation. 352.232-70 Incremental Funding. 352.233-71 Litigation And Claims. 352.237-70 Pro-children Act. 352.237-71 Crime Control Act—reporting Of Child Abuse. 352.237-72 Crime Control Act—requirement For Background Checks. 352.237-73 Indian Child Protection And Family Violence Act. 352.237-74 Non-discrimination In Service Delivery. 352.237-75 Key Personnel. 352.239-73 Electronic Information And Technology Accessibility Notice. 352.239-74 Electronic Information And Technology Accessibility. 352.270-9 Non-discrimination For Conscience. 15. Not Applicable 16. All Due Dates Are Due According To The Solicitation Dates Indicated On This Sam.gov Posting. 17. All Questions Must Be Submitted In Writing Within 7 Days Of The Date Of The Solicitation To Paul.carr@ihs.gov With The Solicitation # In The Subject Line Of The Email. No Questions Will Be Answered By Phone.

DEPT OF THE NAVY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Far Part 13 Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. request For Quotation (rfq) N5523625q0004 Is Issued As A Sole Source Requirement. The Subject Solicitation Is Being Processed Using Far Part 12 And 13. The Government Intends To Solicit And Contract With Only One Source, Austal Usa, Llc, For The Parts Listed On The Product Description Under The Authority Of Far 13.106-1(b)(1)(i) On A Sole Source Basis. The Applicable North American Industry Classification System (naics) Code Is 333995 – Hydraulic Cylinders, Fluid Power, Manufacturing. this Solicitation Documents And Incorporates Provisions And Clauses That Are Those In Effect Through Federal Acquisition Circular 2024-07 (effective 30 September 2024) And Dfars Publication Notice 20241001. description: Southwest Regional Maintenance Center (swrmc) Requires Procurement And Delivery Of Long Lead Time Material (lltm) In Support Of Swrmc At Naval Base San Diego As Follows: Quote Shall Provide Lltm Delivery Date. see Product Description the Full Text Of Far And Dfar References, Provisions And Clauses May Be Accessed At Https://acquisition.gov. the Following Provisions And Clauses Apply To This Acquisition And Will Be Incorporated Into Any Resultant Purchase Or Delivery Order. c-202-h001 Additional Definitions – Basic (navsea) Oct 2018 c-204-h001 Use Of Navy Support Contractors For Official Contract Files (navsea) Oct 2018 c-211-h017 Updating Specifications And Standards (navsea) Dec 2018 c-211-h018 Approval By The Government (navsea) Jan 2019 c-215-h002 Contractor Proposal (navsea) Oct 2018 c-223-h003 Exclusion Of Mercury (navsea) Mar 2019 c-247-h001 Permits And Responsibilities (navsea) Dec 2018 d-211-h005 Identification Marking Of Parts -- Alternate I (navsea) Oct 2018 d-246-h003 Warranty Notification For Item(s) ____-- Alternate I (navsea) Apr 2024 d-247-h005 Marking And Packing List(s) – Alternate I (navsea) Oct 2018 d-247-w001 Prohibited Packing Materials (navsea) Oct 2018 52.246-2 Inspections Of Supplies – Fixed Price Aug 1996 52.246-16 Responsibilities For Supplies Apr 1984 e-246-h022 Inspection And Test Records (navsea) Jan 2019 52.242-15 Stop-work Order Aug 1989 52.242-17 Government Delay Of Work Apr 1984 52.247-34 F.o.b. Destination Nov 1991 f-242-h001 Contractor Notice Regarding Late Delivery (navsea) Oct 2018 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018 252.232-7006 Wide Area Work Flow Payment Instructions Jan 2023 g-232-h002 Payment Instructions And Contract Type Summary For Payment Office (navsea) Feb 2024 g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) Jan 2019 g-242-h001 Government Contract Administration Points Of Contact And Responsibilities (navsea) Oct 2023 g-242-h002 Hours Of Operation And Holiday Schedule (navsea) Jul 2021 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements Jan 2017 52.204-7 System For Award Management Oct 2018 52.204-19 Incorporation By Reference Of Representations And Certifications Dec 2014 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021 52.204-26 Covered Telecommunications Equipment Or Services-representation Oct 2020 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under And Federal Law Feb 2016 52.212-4 Contract Terms And Conditions--commercial Items Nov 2023 52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 52.252-2 Clauses Incorporated By Reference Feb 1998 52.252-6 Authorized Deviations In Clauses Nov 2020 252.203-7000 Requirements Relating To Compensation To Former Dod Officials Sep 2011 252.203-7002 Requirements To Inform Employees Of Whistleblower Rights Dec 2022 252.203-7005 Representation Relating To Compensation Of Former Dod Officials Sep 2022 252.204-7000 Disclosure Of Information Oct 2016 252.204-7003 Control Of Government Work Product Apr 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct 2016 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident information Jan 2023 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting Jan 2023 252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support Jan 2023 252.204-7019 Notice Of Nistsp 800-171 Dod Assessment Requirements Nov 2023 252.204-7020 Nist Sp 800-171dod Assessment Requirements Nov 2023 252.204-7022 Expediting Contract Closeout May 2021 252.204-7024 Notice On The Use Of The Supplier Performance Risk System Mar 2023 252.211-7003 Item Unique Identification And Valuation Jan 2023 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors Jan 2023 252.223-7008 Prohibition Of Hexavalent Chromium Jan 2023 252.225-7000 Buy American – Balance Of Payments Program Certificate Feb 2024 252.225-7001 Buy American And Balance Of Payment Program Feb 2024 252.225-7002 Qualifying Country Sources As Subcontractors Mar 2022 252.225-7048 Export Controlled Items Jun 2013 252.232-7010 Levies On Contract Payments Dec 2006 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel Jan 2023 252.244-7000 Subcontracts For Commercial Items Nov 2023 252.246-7003 Notification Of Potential Safety Issues Jan 2023 252.247-7023 Transportation On Supplies By Sea Oct 2024 52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services (jan 2025) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For 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 On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: ___1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). ___2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). ___3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). ___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 Far 3.900(a) _x__5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note). ___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). _x_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, Federal Acquisition Supply Chain Security Act Orders—federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115–390, Title Ii). ___11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) (pub. L. 115–390, Title Ii). ___ (ii) Alternate I (dec 2023) Of 52.204–30. __x_12) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note). ___13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). ___14) [reserved]. _ _15) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a). ___16) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). ___17) [reserved] ___18) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). ___ (ii) Alternate I (mar 2020) Of 52.219-6. ___19) (i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). ___ (ii) Alternate I (mar 2020) Of 52.219-7. ___20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). ___21) (i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). ___ (ii) Alternate I (nov 2016) Of 52.219-9. ___ (iii) Alternate Ii (nov 2016) Of 52.219-9. ___ (iv) Alternate Iii (jun 2020) Of 52.219-9. ___ (v) Alternate Iv (sep 2023) Of 52.219-9. ___22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). ___ (ii) Alternate I (mar 2020) Of 52.219-13. _x_23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 637s). ___24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). __ 25) 52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) ( 15 U.s.c. 657f). ___26) (i) 52.219-28, Post Award Small Business Program Representation (feb 2024) (15 U.s.c. 632(a)(2)). ___ (ii) Alternate I (mar 2020) Of 52.219-28. __ 27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.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) (15 U.s.c. 637(m)). ___29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). _x__30) 52.219-33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 637(a)(17)). ___31) 52.222-3, Convict Labor (jun 2003) (e.o.11755). _x_32) 52.222-19, Child Labor-cooperation With Authorities And Remedies (feb 2024). _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) Alternate I (feb 1999) Of 52.222-26. ___35) (i) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). ___ (ii) Alternate I (jul 2014) Of 52.222-35. _x_36) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). ___ (ii) Alternate I (jul 2014) Of 52.222-36. ___37) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.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) (22 U.s.c. Chapter 78 And E.o. 13627). ___ (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). ___40) 52.222-54, Employment Eligibility Verification (may 2022) (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) ___41) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) ___ (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). ___42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671). ___43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671). ___44) 52.223-20, Aerosols (may 2024) (42 U.s.c. 7671). ___45) 52.223-21, Foams (may 2024) (42 U.s.c. 7671). _x_46) 52.223-23, Sustainable Products And Services (may 2024) (e.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l). ___47) (i) 52.224-3 Privacy Training (jan 2017) (5 U.s.c. 552 A). ___ (ii) Alternate I (jan 2017) Of 52.224-3. _x_48) (i) 52.225-1, Buy American-supplies (oct 2022) (41 U.s.c. Chapter 83). ___ (ii) Alternate I (oct 2022) Of 52.225-1. ___49) (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) Alternate I [reserved]. ___ (iii) Alternate Ii (dec 2022) Of 52.225-3. ___ (iv) Alternate Iii (feb 2024) Of 52.225-3. ___ (v) Alternate Iv (oct 2022) Of 52.225-3. ___50) 52.225-5, Trade Agreements (nov 2023) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). _x_51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). ___52) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). ___53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). ___54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). _x_55) 52.226-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513). ___56) 52.229-12, Tax On Certain Foreign Procurements (feb 2021). ___57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). ___58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). _x_59) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018) (31 U.s.c. 3332). ___60) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c. 3332). ___61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). _x_62) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). ___63) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15 U.s.c. 637(d)(13)). ___64) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). ___ (ii) Alternate I (apr 2003) Of 52.247-64. ___ (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: ___1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter67). ___2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). ___6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). _x_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) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause- (i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.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 On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (v) 52.204-25, Prohibition On Contracting For 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, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) (pub. L. 115–390, Title Ii). (b) Alternate I (dec 2023) Of 52.204–30. (viii) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (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) (38 U.s.c. 4212). (xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.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 Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xvi) _x_ (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o 13627). ___ (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (may 2022) (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) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40. (xxvi) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) a. 52.212-1 Instructions To Offerors – Commercial Products And Commercial Services Sep 2023. Offerors Must Comply With All Instructions Contained Herein. (1) Offerors May Submit Written Questions During The Quote Preparation Period. All Questions Must Be Received No Later Than 07 February 2025, 11:00 Am (pacific) To Allow Adequate Time To Prepare And Issue Responses To All Offerors Prior To The Date And Time Set For Receipt Of Quotes. Only Written Questions Will Receive A Response. All Questions And Quotes Shall Be Directed To: southwest Regional Maintenance Center (swrmc) – C410a Procurement email: Cite The Solicitation Number In The Subject Line - N5523625q0004 email Addresses: Michael.t.jones331.civ@us.navy.mil And Ricardo.barraza-cobos.civ@us.navy.mil b. 52.212-2 Evaluation Commercial Items, Evaluation – Commercial Products And Commercial Services Nov 2021. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: evaluation Factors – The Evaluation Factors That Will Be Used Are: technical Acceptability – Ability To Meet The Required Delivery Date And The Salient Characteristics Of The Product Description technical Drawings Shall Be Requested Via The Swrmc Technical Documentation Request Form As A Part Of Technical Acceptability For This Acquisition. Vendors Must Show Evidence, Technical Drawing Was Reviewed To Ensure Correct Manufacturing Of The Valves. price – The Government Will Evaluate The Proposed Price For Reasonableness In Accordance With Far 13.106-3 (a)(1). past Performance – Based On The Supplier Performance Risk System Rating. price: The Government Will Evaluate The Proposed Price For Reasonableness In Accordance With Far 13.106-3 (a)(1). past Performance: The Government Will Consider The Recency And Relevancy Of Past Performance Information Compared To The Requirements Detailed In The Statement Of Work, The Source Of The Information, The Context Of The Data And General Trends In The Offeror's Performance And Any Associated Risk. The Government Will Also Consider The Extent Of The Offeror's Ability To Perform Previous Contracts Successfully. In Accordance With Dfars Provision 252.204-7024, Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations Is Hereby Incorporated By Reference. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) c. 52.212-3 Offeror Representations And Certifications – Commercial Products And Commercial Services May 2024. The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam) Accessed Through Https://www.sam.gov/sam/ (only Complete And Return If There Are Changes To Current Sam Registration. If 52.212-3 Is Not Returned, The Contractor Is Affirming That The Current Sam Registration Is Current, Accurate, And Complete). If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v) Of This Provision. The Provision Of Far 52.212-3 Must Be Submitted By The Offeror To Be Eligible For Award. d. 52.212-4 Contract Terms And Conditions -- Commercial Products And Commercial Services Nov 2023 standard Commercial Warranties Apply. applicable Provisions And Clauses: the Far Requires The Use Of The System For Award Management (sam) In Federal Solicitations As A Part Of The Offer Submission Process To Satisfy Far 52.212-4. More Information On Sam Is Found At Https://www.sam.gov/portal/public/sam/. packaging Requirements: Packaging And Preservation Shall Be Performed In Accordance With The Best Commercial Practices To Afford Maximum Protection Against Damage. d-211-h005 Identification Marking Of Parts – Alternative I Oct 2018 delivery Instructions: Item Shall Be Priced For F.o.b. Destination. Inspection And Acceptance Shall Be At Destination By The Government. special Contract Requirements: please Submit Your Quote Via E-mail To Michael Jones, Michael.t.jones331.civ@us.navy.mil (primary) And Cynthia Urias, Ricardo.barraza-cobos.civ@us.navy.mil (secondary). quotes Must Be Received By The Destination Inbox No Later Than *11 February 2025, 11:00 Am (pacific)*

City Of Valenzuela Tender

Others...+1Electrical and Electronics
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 858.9 K (USD 14.7 K)
Details: Description Item No. Quantity Unit Of Issue Item Description/specification 1 2 Pcs "digital Electronics (hb) Kumar, V. 2024" 2 2 Pcs "introduction To Electrochemistry Ritu Tomar 2024" 3 2 Pcs "basic Electrical Engineering Mathew West & Sara Miles 2025" 4 2 Pcs "core Concepts In Engineering: Electronics Engineering 2nd Edition Weinert, E. 2024" 5 2 Pcs "electronics Engineering: Principles And Applications Clark, H. 2021" 6 2 Pcs Statics And Analytical Geometry (2nd Edition) 3g Editorial Board 2022 7 2 Pcs "electrical Installation And Maintenance Basic And Intermediate Laxman Singh 2024" 8 2 Pcs "theory Of Machines (hb) Clark, Z. 2024" 9 2 Pcs "optimization Techniques In Power Distribution System Donchin Parasuraman 2024" 10 2 Pcs "core Concepts In Physics: Electricity (2nd Edition) (with Access Code) Carlos Suarez 2024" 11 2 Pcs "environment, Urbanisation And Development (hb) Jain, A.k. 2021" 12 2 Pcs "question Bank In Electrical Engineering 5th Ed Gupta 2017" 13 2 Pcs "industrial Instrumentation Engineering Richard Brawn 2024" 14 2 Pcs "handbook Of Maintenance Management And Engineering Principles And Practices Tomar R.p. 2021" 15 2 Pcs "advances In Classical Mechanics (hb) Kumar, A. 2023" 16 2 Pcs "intelligent Control And Automation (hb) Pehcevski, J. 2023" 17 2 Pcs "vector Analysis Pal, M. 2021" 18 2 Pcs "control Engineering Handbook Modeling, Analysis And Applications (hb) Set Vol. 1&2 Singer, C. 2024" 19 2 Pcs "handbook Of Linear And Partial Differential Equations Haque, M.n. 2021" 20 2 Pcs "textbook Of Mechanics (hb) Yadav, B.s. 2024" 21 2 Pcs "geotechnical Engineering (hb) Kulkarni, R.s. 2023" 22 2 Pcs "structural Mechanics Kashyap, D. 2023" 23 2 Pcs "fluid Mechanics, Fluid Dynamics And Pipe Flow Turbulence, Simulation And Dynamics Brown, W." 24 2 Pcs "indeterminate Structural Analysis Sahoo, D.r. 2021" 25 2 Pcs "earthquake Engineering For Structural Design Mckenzie, L. 2023" 26 2 Pcs "foundation Course For Civil Drafter (book With Dvd) 3g Editorial 2021" 27 2 Pcs "discrete Mathematics Panwar, R. 2024" 28 2 Pcs "computer Organization Anju Gautam 2023" 29 2 Pcs "robotics And Artificial Intelligence (hb) Peeri, R. 2023" 30 2 Pcs "digital Logic Design Murray, L. 2024" 31 2 Pcs "high Performance Computer Architecture Prasad, V. 2022" 32 2 Pcs "engineering Physics Ayouch, N. 2020" 33 2 Pcs "theory, Practice And Techniques In Graphics And Multimedia 3g E-learning 2018" 34 2 Pcs "theory, Practice And Techniques In Object Oriented Programming 3g E-learning 2018" 35 2 Pcs "database Management System Uzair Bashair 2024" 36 2 Pcs "web Technologies Avadhesh Kumar Gupta 2023" 37 2 Pcs Fundamentals Of Software Engineering Mason, H. 2022 38 2 Pcs "methods Of Research And Statistics J. Vidya Sagar 2021" 39 2 Pcs "foundation Course For Computer Network Architect (book With Dvd) 3g Editorial 2021" 40 3 Pcs "events Management Second Edition Dela Cruz, M. Et. Al. 2024" 41 3 Pcs "professional Salesmanship Serrano 2023" 42 3 Pcs Strategic Business Analysis With Management Palma, N. Et.al. 2023 43 2 Pcs Financial Markets Bairan 2024 44 2 Pcs "personal Finance Cabrera, E.et. Al. 2022" 45 2 Pcs Financial Accounting And Reporting Fundamentals Cabrera, E. Et Al. 2022 46 3 Pcs Credit And Collection Flores 2023 47 3 Pcs "thesis And Dissertation Writing Made Easy Mendoza, E. C. Et. Al. 2023" 48 3 Pcs "risk Management As Applied To Safety, Security, & Sanitation Somoray 2023" 49 4 Pcs Practical Research 1 Maranan, M.h. Et. Al. 2023 50 3 Pcs Training And Development 2nd Edition Flores, M. Et. Al. 2023 51 3 Pcs Organization Development 2nd Edition Flores, M. 2023 52 2 Pcs Advance Management Information System Abante, M.v. 2023 53 2 Pcs Data Analytics & Business Intelligence Abante, Et, Al. 2023 54 2 Pcs "income Taxation 2024 Edition Tabag, E. & Garcia, E. 2024" 55 3 Pcs "labor Relations Management And Negotiations (second Edition) Camilar-serrano, A. & Ducut, R. 2023" 56 3 Pcs Advanced Human Resource Management For Private Abante, Et, Al. 2024 57 3 Pcs "strategic Marketing Management Serrano 2024" 58 2 Pcs "advanced Financial Accounting & Reporting Punzalan, Angelito 2022" 59 2 Pcs "government Accounting (ngas) Punzalan & Cardona 2022" 60 2 Pcs "auditing Practice, Cpa Reviewer Roque, Gerardo 2023" 61 2 Pcs "conceptual Framework And Accounting Standards Cabrera, E. Et Al. 2022" 62 2 Pcs Conceptual Framework And Accounting Standards Valix, C. 2024 63 2 Pcs Intermediate Accounting Volume 3 Valix & Peralta 2023 64 2 Pcs "practical Financial Accounting Volume 1 Valix, C. 2023" 65 2 Pcs "practical Financial Accounting Volume 2 Valix, C. 2023" 66 2 Pcs Theory Financial Accounting Valix, C. 2022 67 2 Pcs Notes In Business Law Soriano, F. 2023 68 3 Pcs "obligations And Contracts (law And Application) Soriano, F. 2022" 69 2 Pcs "cost Accounting And Control De Leon, N. 2022" 70 2 Pcs Managerial Accounting - An Integrated Approach Cabrera, E.et. Al. 2022 71 2 Pcs Cpa Reviewer In Taxation 2024 Edition Tabag, E. 2024 72 2 Pcs Income Taxation 2024 Edition Tabag, E. & Garcia, E. 2024 73 2 Pcs Income Taxation Laws, Principles And Application 2023-2024 Edition Banggawan, R. B. 2023 74 2 Pcs Philippine Income Tax Volume 1 -part 1 & 2 Set Llamado, C. & De Vera, J. 2023 75 2 Pcs Transfer And Business Taxation 2023 Edition Tabag, E. & Garcia, E. 2023 76 2 Pcs Nirc + Train + Create: National Internal Revenue Code Of The Philippines, As Amended Aguirre, U.m. 2022 77 2 Pcs Gender And Society With Peace Education Towards An Inclusive Higher Education Perspective Espinol, Et Al 2023 78 2 Pcs Statistics And Probability Revised Edition (shs) Carpio, J. 2023 79 3 Pcs Strategic Management Essentials (tools, Techniques And Best Practices) Pasahol Et Al 2024 80 3 Pcs Advanced Human Behavior Organization With Ethics Abante, Et, Al. 2024 81 3 Pcs "introduction To Qualitative Research Writing: Handbook-worktext For Practical Research 1 Casinto, C.d. 2023" 82 3 Pcs Understanding Society And Culture: A Sociological And Anthropological Approach Riodique Iii, F.c. Et Al. 2024 83 2 Pcs "current Issues: Child And Youth Safety Online (hb) Maria-dolores 2024" 84 3 Pcs Midnight Monologues: Poems And Short Stories Ong, C. 2016 85 3 Pcs Applied English For Academic And Professional Purposes For Senior Highschool (shs) Tandoc, S. 2016 86 2 Pcs Teaching And Assessment Of Grammar Atkinson, I. 2024 87 2 Pcs "social Linguistics And Literacies Basa, R. 2021" 88 3 Pcs "the Teaching And Assessment Of Literature Studies Bacus, Terogo, Bustos, Dapat 2022" 89 3 Pcs "teaching Beginning Literacy Pado, F. 2020" 90 2 Pcs "an Introduction To Linguistics Ortega, S. 2019" 91 2 Pcs Meaning In Language (hb) Wilson, E. 2021 92 3 Pcs Guidebook For Writers And Editiors Lantican, A. 2021 93 2 Pcs Stories From The Other Side And Other Narratives De Viana, A. 2022 94 3 Pcs "technical Writing Mananay, Sumalinog 2022" 95 2 Pcs Laut Stories The Philippine Writers Series 2022 Gayangos, S. 2022 96 3 Pcs Mathematics In The Modern World Reyes 2023 97 3 Pcs Mathematics Of Investment 4th Ed. Sirug 2023 98 3 Pcs Advance Mathematics Adao & Chavez 2023 99 3 Pcs Pre-calculus Senior High School (shs) Chavez, S. 2023 100 3 Pcs Arts: Beyond Borders (contemporary Arts From The Regions) (shs) Constantion Jr., & Marquez 2023 101 3 Pcs Purposive Communication Atkinson, I. 2024 102 3 Pcs Essentials Of Purposive Communication Caudilla 2023 103 2 Pcs Purposive Communication (revised Edition) Zoleta 2023 104 3 Pcs English For Purposive Communication (a Modular Approach) Gutierrez-ang, J. 2023 105 3 Pcs Understanding The Self Developing Life Skills (revised Edition) Magalona, E. 2023 106 3 Pcs The Art Of Self Discovery: An Understanding The Self Workbook-textbook Villanueva; Egargo 2023 107 3 Pcs Understanding The Self:new Normal Edition Palean Et Al 2024 108 3 Pcs Teaching Science In The Elementary Grades Vol. 2 Physics, Earth & Space Bilbao, Larroder, Liaugo 2024 109 3 Pcs "assessment In Learning 1 A Modular Approach 2nd Ed. Helen Boholano,joje Mar,sanchez 2023" 110 3 Unit "action Research For Beginners In Classroom-based Context (a Guide For Pre-service And In- Service Teachers) By De Leon, E.""" 111 3 Pcs Field Study 1 2nd Edition Observation Of Teaching-learning In Actual School Environment Marcela J. 2023 112 2 Pcs Learning Disabilities And Remediation Alice Mathew 2022 113 2 Pcs Childhood And Growing Up (hb) Bhalerao, T. / Damle, S.v. 2023 114 3 Pcs "inclusive Education In Early Childhood Settings Boholano,menorianavarro,jamon,corte S 2024" 115 3 Pcs Exploring Children's Literature To Enhance Literacy In The Elementary Grade Conjusta, G. 2022 116 3 Pcs Children And Adolescent Literature Bacus, Terogo, Bustos, Dapat 2022 117 3 Pcs Field Study 2 Participation And Teaching Assistantship Brawner, D. Et. Al. 2019 118 3 Pcs The Teaching Profession Fernando, Et Al 2024 119 3 Pcs The Teaching Profession In The 21st Century Sarandi & Babao 2024 120 3 Pcs The Teacher And The School Curriculum Fernando, M. & Oamil, E. 2022 121 3 Pcs Teaching And Assessment Of The Macroskills Alda, R.c.et Al. 2022 122 3 Pcs The Teaching Profession Fernando, Et Al 2024 123 3 Pcs Assessment Learning 1 Boholano, H. 2023 124 3 Pcs Let Rev. Professional Education Corpuz Et. Al. 2023 125 3 Pcs Research Writing Made Easy Basilan 2022 126 3 Pcs "let Rev. Prof Ed Assessment In Learning Corpuz, B. And Cuartel, I. 2023" 127 3 Pcs Linya At Galaw (mga Dula Sa Filipino At Ingles) Torres, Jose Victor Z. 2023 128 2 Pcs Sinesosyedad (panunuri Ng Piling Pelikulang Panlipunan) Elmer B. De Leon 2023 129 3 Pcs Borador Isang Pagkilala Sa Layunin Ng Komunikasyon Sa Kolehiyo Alvin B Yapan 2022 130 3 Pcs Global Culture And Tourism Geography Donesa, L. 2020 131 3 Pcs Principles Of Total Quality Management Pasahol Et Al 2024 132 3 Pcs Strategic Management Austria Et Al 2024 133 3 Pcs Strategic Operations Management, 2e Serrano 2024 134 3 Pcs Information Management Cortez 2023 135 2 Pcs E-governance For Development Administration Abante, Et, Al. 2024 136 3 Pcs Philippine Politics And Governance With 1987 Philippine Constitution Sanchez, R. Et. Al. 2023 137 3 Pcs Advanced Public Fiscal Management, Finance And Accountability Abante, Et, Al. 2024 138 3 Pcs Advanced Local Government And Regional Administration Development Abante, Et, At. 2024 139 3 Pcs "transcendence Understanding Contemporary Global Dynamics Issues And Challenges Dc Coronacion; Fc Calilung 2024" 140 2 Pcs "introduction To Sociology (hb) Ralhan, S.s./ Lambat, S.r. 2023" 141 2 Pcs "political Social And Economic Sociology Chandrama Singh 2024" 142 2 Pcs Essentials Of Environmental Science (hb) Palani, V. 2024 143 2 Pcs Heat, Light And Optics (hb) Singh, A.p. 2023 144 2 Pcs Advances In Plant Cell Physiology (theory And Practice) (hb) Joshi, D. 2023 145 2 Pcs Basics Of Magnetism (pb) 3g Elearning 2024 146 2 Pcs Fundamentals Of Physics 3g Editorial Board 2022 147 2 Pcs The Life, Works, Writings And Travels Of Dr. Jose P. Rizal Ayson 2022 148 3 Pcs The Contemporary World Mananay,sanchez,sumalinog,argate,cadosales 2024 149 3 Pcs A History Of The Philippines Student Edition (reprint) Tan, Samuel K. 2023 150 2 Pcs Readings In Philippine History 2nd Edition Outcome-based Module Asuncion. N. 2022 151 2 Pcs The Life And Works Of Rizal Balili Et Al 2023 152 3 Pcs Unravelling The Absolute Moral Principle:ethics For College Students. Rev. Ed. L.e. Buenaflor, Et Al 2024 153 3 Pcs Guidebook For Writers And Editors Lantican, A. 2021 154 2 Pcs Introduction To Broadcasting James, B. 2024 155 3 Pcs Events Management (revised Edition) Rodolfa, B. 2022 156 2 Pcs Disaster Readiness And Risk Reduction For Senior High School (shs) Serapio, M. 2016 157 3 Pcs The Advertiser's Blueprint Sygaco, S.b. 2024 158 2 Pcs Introduction To Journalism Warner, A. 2024 159 2 Pcs Communication Research Methods Warner, A. 2024 160 3 Pcs Sinesosyedad (panunuri Ng Piling Pelikulang Panlipunan) Elmer B. De Leon 2023 161 3 Pcs Disaster And Risk Reduction Management With Covid19 Modules Mogol 2022 162 2 Pcs Understanding Media, Culture And Technology Stewart, F. 2021 163 2 Pcs "public Administration In The Developing World: Operating In A Poorly Funded Context (hb) Buama, C. A. 2021" 164 3 Pcs "promoting Community Change Through Civic Welfare Training Service 2 Briones, M. Et.al. 2024" 165 5 Pcs (path ? Fit 2) Physical Activity Towards Health And Fitness Combative Sports And Outdoor Recreational Activities Bulatao Et. Al. 2023 166 5 Pcs "physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program Punzalan, M.d, Et. Al. 2023" 167 5 Pcs Physical Activity Towards Health And Fitness (path-fit 4 Sports) Individual/dual And Team Sports Medina-bulatao, M. G. Et. Al. 2023 168 5 Pcs Physical Education 4 Path Fit 2 Sports College Textbook Punzalan, M.d. Et. Al. 2019 169 5 Pcs Physical Activity Towards Health & Fitness 3 (path-fit 3) Menu Of Dance Punzalan, M. D. Et. Al. 2023 170 5 Pcs Physical Education And Health: Aquatic (basic Swimming) And Mountaineering Revised Edition Latorre 2023 171 5 Pcs Physical Activities Towards Health And Fitness Pathfit 2: Exercise-based Fitness Activities Ballecer, M. 2023

DEFENSE LOGISTICS AGENCY USA Tender

Energy, Oil and Gas
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulations (far), As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. this Solicitation, Spe605-25-q-0252, Is Issued As A Request For Quotation (rfq) For Commercial Items Using The Simplified Acquisition Procedures (sap) In Accordance With Far Parts 12 And 13. The Contract Resulting From This Procurement Will Be A Firm Fixed Price Contract. This Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Dated 17 January 2025. Dpas Rating For Potential Award Is Do. The Clauses And Provisions Referenced In This Solicitation May Be Reviewed/obtained In Full Text Form At: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ scope Of Contract: dla Energy Has Received A One-time Buy (otb) Request For Delivery Of Gallons Of 3,000 Ds2; Nsn 9140-015240139. Request Fuel Delivery To The Fuel Tank(s), South Port 53n Mh 13986 72254 South Port 99999, By Tank Truck With Pump. Required Delivery Date Is Friday, January 31st, 2025. Please Provide Your Quotes To This Office By 10am Ft. Belvoir Time, Monday January 27th, 2025. this Is Competed Full And Open. request For Quote: location: South Port 53n Mh 13986 72254 South Port 99999 line Item: 0001 product: Ds2 product Code: 9140-015240139 quantity: 3,000 Usg mode: Tank Truck With Pump And Meter delivery : 0800-1600 Monday-sunday delivery Notes: 0800-1600 Monday-sunday delivery Notes: Requesting 3,000 Gallons Of Ds2 To Be Delivered To Peleliu South Port On January 31, 2025. 500 Gallons Will Be Dispersed Between (2) 500-gallon Pods And The Remaining 2,500 Gallons Dispensed Into (1) 3,000-gallon Fuel Bladder. for Deliveries To The South Port, Vendor Must Check In With Marine At Entry Control Point And Be Escorted To Offload Location. -vendor Delivery Trucks Must Have Capability To Connect To U.s. Standard 2" And 4" Couplers. -metered Offload Requested For All Bulk Deliveries If Barrels Are Not Available. -each Bulk Delivery Will Require Associated Quality Assurance/surveillance Documentation To Ensure The Product Received Is On Grade And Suitable For Use In Military Ground Equipment. contact Information And Funding Information Is Found Below: a Local Phone Number Will Be Available Upon Arrival To Peleliu. delivery Ticket Notes: Metered Delivery Tickets Required. please Include All Applicable Taxes And Fees In Your Quote. The Government Will Not Assume Any Responsibility Above The 10% Variance Authorized By The Contract. Contract Resulting From This Procurement Will Be A Firm Fixed Price Contract. Please Ensure You Send Your Final, Accurate And Complete Price. this Request Is Considered Urgent & Compelling. Dla Energy May Require A Vendor To Sign The Sf1449 Prior To Being Offered This Delivery. This Would Be Sent By Email And Have A Response Window Of As Little As Two (2) Hours. Upon Request, The Vendor Must Return The Signed Sf1449 By The Deadline Specified. If This Is Not Returned By The Specified Deadline, Dla Energy Reserves The Right To Offer This Delivery To A Different Vendor. new Clause: far 52.204–27 Prohibition On A Bytedance Covered Application (june 2023) (a) Definitions. as Used In This Clause— covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited. information Technology, As Defined In 40 U.s.c. 11101(6)— (1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use— (i) Of That Equipment; Or (ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product; (2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But (3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract. (b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117–328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M–23–13, Dated February 27, 2023, “no Tiktok On Government Devices” Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor's Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M–23–13. (c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services. (end Of Clause) dlad 4.703policy. (a) Contracting Officers Shall Include Procurement Note C03 In Solicitations And Awards. ***** c03 Contractor Retention Of Supply Chain Traceability Documentation (jun 2020) (1) By Submitting A Quotation Or Offer, The Contractor, If It Is Not The Manufacturer Of The Item, Is Confirming It Currently Has, Or Will Obtain Before Delivery, And Shall Retain Documented Evidence (supply Chain Traceability Documentation), As Described In Paragraph (2) Of This Procurement Note, Demonstrating The Item Is From The Approved Manufacturer And Conforms To The Technical Requirements. (2) At A Minimum, The Supply Chain Traceability Documentation For The Item Shall Include: Basic Item Description, Part Number And/or National Stock Number, Manufacturing Source, Manufacturing Source’s Commercial And Government Entity (cage) Code, And Clear Identification Of The Name And Location Of All Supply Chain Intermediaries Between The Manufacturer To The Contractor To Item(s) Acceptance By The Government. The Documentation Should Also Include, If Available, The Manufacturer's Batch Identification For The Item(s), Such As Date Codes, Lot Codes, Or Serial Numbers. (3) Contractors Can Find Examples Of Acceptable Supply Chain Traceability Documentation At Thecounterfeit Detection And Avoidance Program (cdap) Website (http://www.dla.mil/landandmaritime/business/selling/counterfeit-detection-avoidance-program/ ). (4) The Contractor Shall Immediately Make Documentation Available To The Contracting Officer Upon Request. The Contracting Officer Determines The Acceptability And Sufficiency Of Documentation. The Contractor Shall Retain Supply Chain Traceability Documentation For Six Years After Final Payment Under This Contract For Audit And Other Valid Government Purposes. If The Contractor Fails To Retain Or Provide The Documentation, Or The Contracting Officer Finds The Documentation To Be Unacceptable, The Contracting Officer May Take Corrective Action, Including, But Not Limited To, Cancellation Of Undelivered Orders Or Rejection Of Delivered Supplies. dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights. as Prescribed In 203.970, Use The Following Clause: requirement To Inform Employees Of Whistleblower Rights (dec 2022) (a) The Contractor Shall Inform Its Employees In Writing, In The Predominant Native Language Of The Workforce, Of Contractor Employee Whistleblower Rights And Protections Under 10 U.s.c. 4701, As Described In Subpart 203.9 Of The Defense Federal Acquisition Regulation Supplement. (b) The Contractor Shall Include The Substance Of This Clause, Including This Paragraph (b), In All Subcontracts. dfars 252.204-7024notice On The Use Of The Supplier Performance Risk System. as Prescribed In204.7604, Use The Following Provision: notice On The Use Of The Supplier Performance Risk System (mar 2023) (a)definitions.as Used In This Provision— “item Risk” Means The Probability That A Product, Based On Intended Use, Will Introduce Performance Risk Resulting In Safety Issues, Mission Degradation, Or Monetary Loss. “price Risk” Means A Measure Of Whether A Proposed Price For A Product Or Service Is Consistent With Historical Prices Paid For That Item Or Service. “supplier Risk” Means The Probability That An Award May Subject The Procurement To The Risk Of Unsuccessful Performance Or To Supply Chain Risk (see Defense Federal Acquisition Regulation Supplement239.7301). (b)the Supplier Performance Risk System (sprs), Available Athttps://piee.eb.mil/, Will Be Used In The Evaluation Of The Quoter Or Offeror’s Performance. Sprs Retrieves Item, Price, Quality, Delivery, And Contractor Information On Contracts From Government Reporting Systems In Order To Develop Risk Assessments. (c)the Contracting Officer Will Consider Sprs Risk Assessments During The Evaluation Of Quotations Or Offers Received In Response To This Solicitation As Follows: (1)item Risk Will Be Considered To Determine Whether The Procurement Represents A High Performance Risk To The Government. (2)price Risk Will Be Considered In Determining If A Proposed Price Is Consistent With Historical Prices Paid For A Product Or A Service Or Otherwise Creates A Risk To The Government. (3)supplier Risk, Including But Not Limited To Quality And Delivery, Will Be Considered To Assess The Risk Of Unsuccessful Performance And Supply Chain Risk. (d)sprs Risk Assessments Are Generated Daily. Quoters Or Offerors Are Able To Access Their Risk Assessments By Following The Access Instructions In The Sprs User's Guide Available Athttps://www.sprs.csd.disa.mil/reference.htm. Quoters And Offerors Are Granted Access To Sprs For Their Own Risk Assessment Classifications Only. Sprs Reporting Procedures And Risk Assessment Methodology Are Detailed In The Sprs User's Guide. The Method To Challenge A Rating Generated By Sprs Is Also Provided In The User's Guide. Sprs Evaluation Criteria Are Available Athttps://www.sprs.csd.disa.mil/pdf/sprs_dataevaluationcriteria.pdf. (e)the Contracting Officer May Consider Any Other Available And Relevant Information When Evaluating A Quotation Or An Offer. (end Of Provision) electronic Funds Transfer As A Means Of Payment Will Be Made Upon Receipt And Acceptance Of All Products Through Wide Area Work Flow (wawf). far 52.212-1, Instructions To Offerors Commercial Items Applies To This Acquisition. far 52.212-2 Evaluation Of Commercial Items Applies To This Acquisition. The Evaluation Criteria Stated In Paragraph (a) Of Far 52.212-2 Are As Follows: The Contract Will Be Awarded To The Lowest Price Quotation From A Responsible Vendor. vendors Shall Include A Completed Copy Of Far 52.212-3 Offeror Representations And Certifications Commercial Items (alt I) With Its Quotation. A Printout From Sam.gov Is Acceptable. far 52.212-4, Contract Terms And Conditions Commercial Items Applies To This Acquisition. far 52.212-5 (clause) Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items Applies To This Acquisition. In Paragraph (b) Of Far 52.212-5, The Following Apply Electronic Funds Transfer As A Means Of Payment Will Be Made Upon Receipt And Acceptance Of All Products Through Wide Area Work Flow (wawf). far 52.212-1, Instructions To Offerors Commercial Items Applies To This Acquisition. far 52.212-2 Evaluation Of Commercial Items Applies To This Acquisition. The Evaluation Criteria Stated In Paragraph (a) Of Far 52.212-2 Are As Follows: The Contract Will Be Awarded To The Lowest Price Quotation From A Responsible Vendor. vendors Shall Include A Completed Copy Of Far 52.212-3 Offeror Representations And Certifications Commercial Items (alt I) With Its Quotation. A Printout From Sam.gov Is Acceptable. far 52.212-4, Contract Terms And Conditions Commercial Items Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items Applies To This Acquisition. In Paragraph (b) Of far 52.212-5, The Following Apply: Far52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-13, And 52.232-34. the Following Additional Clauses Apply To This Acquisition: Far 52.204-7, 52.204-13, 52.204-18, 52.204‑21, 52.211-16 With A 10% Variance Above Or Below, 52.211‑17, And 52.247-34. Defense Federal Acquisition Regulation Supplement (dfars) 252.203-7000, 252.204-7015, 252.225-7012, 252.225‑7021, 252.229-7000, 252.229-7001, 252.232-7003, 252.232-7006, 252.233-7001, And 252.247-7023. Energy Quality Assurance Provision C16.69-11 Diesel Fuel (ds2) Also Applies. (see Attached) quotations Are Due Nlt 10am Ft. Belvoir Time, Va, Monday, January 27th, 2025. this Contract Includes Far 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) And Supplement Far Provision 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021), And Dfars Provision 252.204-7016, Covered Defense Telecommunications Equipment Or Services—representation (dec 2019), As Follows: - The Contractor Represents And Agrees To The Following Conditions By Performance Against This Contract, Including Performance Of A Task Or Delivery Order That It: (1) Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument In Accordance With Far 52.204-24(d)(1)); (2) Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Accordance With Far 52.204-24(d)(2); And (3) Does Not Provide Covered Defense Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Accordance With Dfars 252.204-7016(c). [these Representations Replace The Manual Block Checks In Far 52.204-24(d)(1) ([ ] Will Not) And (d)(2) ([ ] Does Not) And Dfars 252.204-7016(c) ([ ] Does Not).] if The Contractor Determines That Any Of These Representations Are No Longer Accurate Or Is Not Accurate With Respect To A Particular Task Or Delivery Order, It Shall Immediately Notify The Contracting Officer In Writing. dfars 252.239-7098 Prohibition On Contracting To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Certain Websites—representation. include The Following Provision In All Solicitations, Including Solicitations For The Acquisition Of Commercial Items Under Far Part 12, That Will Use Funds Made Available By The Consolidated Appropriations Act, 2021 (pub. L. 116-260), Or Any Other Act That Extends To Fiscal Year 2021 Funds The Same Prohibitions As Contained In Section 8116, Division C, Title Viii, Of The Consolidated Appropriations Act, 2021 (pub. L. 116-260). prohibition On Contracting To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Certain Websites—representation (deviation 2021-o0003) (april 2021) (a) In Accordance With Section 8116 Of Division C Of The Consolidated Appropriations Act, 2021 (pub. L. 116-260), Or Any Other Act That Extends To Fiscal Year 2021 Funds The Same Prohibitions, None Of The Funds Appropriated (or Otherwise Made Available) By This Or Any Other Act For Dod May Be Used To Enter Into A Contract To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Pornography Websites. This Prohibition Does Not Limit The Use Of Funds Necessary For Any Federal, State, Tribal, Or Local Law Enforcement Agency Or Any Other Entity Carrying Out Criminal Investigations, Prosecution, Or Adjudication Activities, Or For Any Activity Necessary For The National Defense, Including Intelligence Activities. (b) Representation. By Submission Of Its Offer, The Offeror Represents That It Is Not Providing As Part Of Its Offer A Proposal To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Pornography Websites. (end Of Provision) send Questions To The Contract Specialist, Brian Hobbs At Brian.hobbs@dla.mil. Email Quotations To The Contract Specialist And Dlaenergyfepaa@dla.mil No Later Than Rfq Due Date/time.

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

Software and IT Solutions
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: This Is An Rfi (request For Information) federal Bureau Of Prisons Jira Service Desk And Confluence Data Center Remote Administration Support/maintenance Application Support For Fy 2026. the Period Of Performance Shall Be For Fy26; From October 1, 2025 Through September 30, 2026 vendros Hall Provide The Following: Vendor’s Capabilities, Qualifications, Relevant Experience, Proposed Solutions, Andpricing Structures. Additionally, We Would Welcome Any Supporting Documentation Or References That Can Assist Us In Evaluating Potential Vendors. the Federal Bureau Has A Requirements For Providing (80 Hours Per Month) Remote Administration Services For The Jira Service Desk And Confluence Data Center Platforms. These Services Are Intended To Ensure The Efficient And Effective Operation, Configuration, And Maintenance Of The Jira Service Desk/confluence To Support Our Organization’s Service Management Processes. 1. System Administration: • Provide Comprehensive Administrative Support For The Jira Service Desk And Confluence Data Center Platforms, Including User Management, Project Configuration, And Workflow Customization. • Ensure The System Is Properly Maintained, Including Performing Regular Updates And Patch Management. 2. User Support: • Offer Timely And Effective Support To End-users And Administrators, Resolving Issues Related To Access, Permissions, And General Usage Of The Jira Service Desk And Confluence Data Center Platforms. • Provide Training And Documentation To Users To Enhance Their Understanding And Effective Use Of The Platform. 3. Customization And Optimization: • Customize The Jira Service Desk And Confluence Data Center Platforms To Align With The Organization’s Specific Service Management Processes And Requirements. • Optimize The Performance And Functionality Of The Platform By Implementing Best Practices And Recommending Improvements. 4. Integration And Automation: • Integrate Jira Service Desk And Confluence Data Center With Other Tools And Systems Used Within The Organization To Streamline Workflows And Enhance Productivity. • Develop And Implement Automation Rules To Reduce Manual Tasks And Improve Efficiency. 5. Security And Compliance: • Ensure The Jira Service Desk And Confluence Data Center Platforms Complies With The Organization’s Security Policies And Relevant Regulatory Requirements. • Implement Security Measures To Protect Data And Maintain The Integrity Of The System. 6. Reporting And Analytics: • Create And Maintain Reports And Dashboards To Provide Insights Into Service Desk Performance And Key Metrics. • Analyze Data To Identify Trends, Areas For Improvement, And Opportunities For Optimizing Service Delivery. 7. Incident And Problem Management: • Manage And Resolve Incidents And Problems Related To The Jira Service Desk And Confluence Data Center Platforms. • Implement Proactive Measures To Prevent The Recurrence Of Issues And Improve System Reliability. 2. Period And Place Of Performance: the Contractor Shall Schedule And Complete The Tasks Shown Below During The Term Of The Contract (fy 2026). The Commencement Date(s) Shall Be Mutually Agreed Upon. The Period Of Performance Is From October 1, 2025, Thru September 30, 2026. (contractor Shall Perform 80 Hours Of Work Per Month). the Work Under This Contract Shall Be Performed Remotely During Normal Working Hours At The Contractor’s Site. However, Due To Bureau Production Schedules, It May Be Necessary To Schedule Some Work / Activities During (off Peak Times, To Minimalize Down-time To Jira/confluence Production Servers). These Times May Occur On A Weekend Or Late Or Early In The Day. 3. Special Security And Clearance Requirements: all Contractor Personnel Shall Have Personnel Security Clearances Commensurate With The Highest Level Of Information Processed By The System(s) They Use. The Provisions Of The Current Department Of Justice Order Doj 2610.xx, Bureau Of Prisons Computer Security Program Statement 1237.13, And The Bureau Of Prisons' Human Resource Management Manual 3000.02d Shall Be Followed In Determining Appropriate Security Clearance Levels And Contractor Activities. to Avoid Delays, It Is Essential That The Contractor Coordinate, In A Timely Manner, Any Required Security Clearance Processing And Documentation With The Contracting Officer’s Representative (cor). 4. Government Vs. Contractor Furnished Property: all Computer Workstations And Software Update Materials Required By The Contractor During The Performance Of The Work Shall Be Furnished By The Government. 5. Special Personnel Requirements: sufficient Contractor Staff With The Experience, Skills, And Abilities To Accomplish The Objectives And Specific Tasks Are Required. The Special Skills And Application Expertise Shown Below Are Required: jira Service Management And Confluence Data Center (administration) deviniti Plugins deviniti “dynamic Forms” • Expertise In Using Deviniti Dynamic Forms Understanding How To Create Conditional Logic Within Forms, Integrating Forms Into Jira Workflows, And Ensuring That The Dynamic Forms Improve Both User Experience And Process Efficiency. This Includes Configuring Forms To Adapt Based On User Input, Role, Or Other Criteria, Which Ultimately Enhances The Overall Functionality Of Jira Service Management. deviniti “queues” For Jira Service Management • Expertise In Using Deviniti Queues To Enhance Queue Management Capabilities In Jira Service Management. Working Knowledge To Provide Advanced Queue Configuration Options, Customized Layouts And Enhanced Filtering Features To Assist Teams Streamline Their Ticket Management Processes. deviniti “issue Templates” For Jira • Designing Templates That Automatically Populate Fields Like Requester Details, Department, And Service Type. • Configuring Deviniti Issue Templates To Trigger Jira Automation Rules, Such As Auto-assigning Issues To The Appropriate Team Or Agent Based On The Selected Template. • Setting Up Automated Responses Or Status Updates When A Specific Template Is Used, Improving Communication And Transparency. • Linking Templates To Specific Workflows, Ensuring That Each Type Of Request Follows The Appropriate Process. deviniti “extension” For Jira Service Desk • Expertise With “extension” For Jira Service Desk, Creating Dynamic And Flexible Request Forms With Conditional Fields. Which Enables The Form To Adapt Based On User Input, Making It Easier For Customers To Fill Out Requests Accurately. appfire Plugins appfire Surveys For Jira • Familiarity Working With Surveys For Jira Integrating Appfire's "survey For Jira" App To Automatically Trigger A Csat Survey After Ticket Closure, Collecting Ratings And Comments, And Creating Dashboards To Analyze Trends Over Time. 4 | P A G E • Setting Up Appfire Surveys For Internal It Support Tickets To Gauge Employee Satisfaction, Analyzing Feedback To Improve Internal Processes, And Integrating Survey Results With Other Jira Reports. appfire Jsu Automaton Suite • Create And Modify Rules: Expertise In The Configuration Of Automation Rules. Ability To Create And Modify Rules, Setting Up New Automation Rules Using Jsu (jira Suite Utilities) To Meet The Specific Needs Of Your Organization. This May Include Rules For Ticket Assignment, Escalation, Notifications, And Other Workflow Automation. • Testing And Validation: Before Deploying Automation Rules To Production, Ensure They Are Tested Thoroughly In A Staging Environment. This Includes Verifying That Rules Trigger As Expected And Do Not Interfere With Other Processes. • Rule Optimization: Continuously Review And Optimize Existing Automation Rules To Improve Efficiency, Reduce Processing Time, And Ensure They Are Aligned With Current Business Processes. appfire Jira Misc Workflow Extensions (jmwe) • Creating And Modifying Workflows: Use Jmwe To Create And Update Workflows That Align With Business Processes. • Implementing Post-functions: Add And Configure Post-functions Using Jmwe, Such As Auto-assigning Issues, Sending Notifications, Or Updating Fields Based On Conditions. • Setting Up Conditions And Validators: Define Conditions That Control The Availability Of Transitions, And Validators That Ensure Data Integrity Before Transitions. • Custom Scripting: Write Groovy Scripts For More Complex Post-functions, Conditions, And Validators. • Testing And Debugging: Test Scripts In A Staging Environment Before Deploying Them Live. Debug Issues That Arise During Workflow Execution. • Workflow Troubleshooting: Investigate And Resolve Issues Related To Workflow Execution, Such As Incorrect Post-function Results Or Transition Errors. • Training And Documentation: Create Training Materials And Documentation To Help Users And Other Administrators Understand How To Use Jmwe Effectively. • Workflow Troubleshooting: Investigate And Resolve Issues Related To Workflow Execution, Such As Incorrect Post-function Results Or Transition Errors. • Log Analysis: Analyze Logs To Identify The Root Cause Of Workflow Issues, Particularly Those Involving Custom Scripts Or Complex Configurations. • Plugin Updates: Keep Jmwe Up To Date By Installing New Versions And Ensuring Compatibility With The Current Version Of Jira. • Jira Upgrades: Ensure Jmwe Workflows And Scripts Remain Compatible After Jira Or Jsm Upgrades, Testing Thoroughly In A Staging Environment Before Going Live. adaptavist Plugins scriptrunner For Jira • Custom Workflow Conditions And Validators: Expertise Writing Groovy Scripts That Evaluate Specific Fields Or Issue Relationships, Integrating With Jira's Api To Fetch And Manipulate Data, And Applying These Scripts As Workflow Validators Or Conditions. • Automated Issue Management: Expertise Developing Automation Rules Using Scriptrunner's Built-in Features And Custom Groovy Scripts To Schedule Tasks, Update Issue Fields, Or Trigger Events Based On Specific Criteria. • Dynamic Field Behaviors: Expertise Writing Scripts To Control Field Visibility And Behavior Dynamically, Ensuring That Forms Adapt In Real-time As Users Interact With Them. • Custom Jql Functions: Expertise Extending Jira’s Jql Capabilities With Scriptrunner To Write Custom Functions In Groovy That Enable More Nuanced And Powerful Searches. • Integration With External Systems: Expertise Writing Groovy Scripts To Interact With Rest Apis, Handle Authentication, And Process Responses To Ensure Smooth Integration With Other Tools And Systems. • Custom Listener Scripts And Jobs: Expertise Developing Event Listeners And Jobs In Scriptrunner That Respond To Jira Events Like Issue Creation, Updates, Or Transitions, And Performing Automated Actions Based On Those Events. • Advanced Reporting: Expertise Writing Groovy Scripts To Extract, Process, And Display Data In Custom Formats, Leveraging Scriptrunner’s Reporting Capabilities To Create Dashboards Or Exportable Reports. • Enhanced Security And Compliance: Expertise Writing Scripts That Enforce Organizational Policies, Such As Ensuring That Certain Types Of Data Are Only Accessible To Authorized Users, And Auditing Actions Taken Within Jira. jira Insight Asset Management (for Jira Service Management) the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Jira Insight Asset Management. • Schema Setup: As An Admin, You'll Need To Create And Configure Schemas Based On Your Organization’s Needs. This Involves Defining Object Types, Attributes, And Their Relationships. • Importing Data: You May Need To Import Asset Data From External Sources, Such As Csv Files Or Third-party Systems, Into Insight Schemas. • Automation Rules: Set Up Automation Rules To Handle Routine Tasks Like Updating Object Statuses, Sending Notifications, Or Creating Tickets Based On Changes To Objects. • Integration With Jira Issues: Link Insight Objects To Jira Issues (like Incidents, Problems, Or Service Requests) To Track Asset Usage And History. • Reporting And Dashboards: Create Custom Reports And Dashboards To Visualize Asset Data And Monitor The Health And Performance Of Your Assets. 6 | P A G E jira Roles And Permissions / Issue Security (for Jira Service Management) the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Managing Jira Roles/permissions And Issue Security. • Role Configuration: Define And Manage Jira Roles Such As Administrators, Project Leads, Developers, And Service Desk Agents. Assign Appropriate Roles To Users And Groups Within Jira Projects To Control Access Levels. Customize Role Permissions To Align With The Specific Needs Of Different Teams Or Departments. • Permission Schemes: Create And Manage Permission Schemes To Define What Users With Specific Roles Can Do Within A Project (e.g., Create Issues, Edit Issues, Add Comments). Apply Permission Schemes Across Multiple Projects For Consistency In Access Control. Regularly Audit Permission Schemes To Ensure They Reflect The Current Organizational Structure And Security Requirements. • Access Controls: Implement And Manage Global Permissions, Such As Jira System Administrators, To Restrict High-level Access To Only Authorized Personnel. Use Project Roles To Control Access At The Project Level, Ensuring Users Only Have Access To The Projects They Are Involved In. • Managing Issue Security: Create And Manage Issue Security Schemes To Control Visibility Of Specific Issues Within A Project. Define Security Levels Within These Schemes To Restrict Issue Access To Certain Users, Groups, Or Roles. Assign Issue Security Levels To Issues Based On Their Sensitivity (e.g., Internal-only, Confidential). • Customizing Issue Security Levels: Customize Issue Security Levels To Meet Specific Project Needs (e.g., Separating Internal It Tickets From General Service Requests). Set Default Issue Security Levels To Ensure Sensitive Issues Are Automatically Restricted Upon Creation. • Integration With Ldap/sso: Integrate Jira With Ldap Or Single Sign-on (sso) Solutions For Centralized User Management And Authentication. Manage Role And Permission Mapping Between Jira And External Directory Services. • Automating Permission Management: Implement Automation Rules Or Scripts To Dynamically Assign Roles And Permissions Based On User Actions Or Issue Status. Use Jira Automation Or Plugins To Automatically Change Issue Security Levels Based On Specific Triggers Or Conditions. • Handling Permissions For Custom Workflows: Design And Implement Custom Workflows With Specific Transition Conditions That Control Who Can Perform Certain Actions. Ensure That Workflow Conditions And Validators Respect The Permission Scheme And Issue Security Settings. 7 | P A G E confluence Data Center the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Managing Confluence Data Center Administrative Responsibilities. installation And Configuration • Server Setup: Proficient In Installing And Configuring Confluence Data Center Across Multiple Nodes, Ensuring Proper Load Balancing And High Availability. • Cluster Configuration: Experience With Setting Up And Managing A Confluence Data Center Cluster, Including Configuring Shared File Systems, External Databases, And Other Infrastructure Components. • Reverse Proxy Configuration: Expertise In Setting Up Reverse Proxies (e.g., Apache, Nginx) For Confluence To Handle Ssl Termination, Caching, And Request Routing. performance Optimization • Indexing Management: Managing Confluence’s Indexing Process, Optimizing For Performance, And Troubleshooting Indexing Issues. • Scaling: Experience In Scaling Confluence Data Center, Adding/removing Nodes, And Optimizing Resource Allocation To Handle Increased Load. security Management • Sso Integration: Setting Up And Managing Single Sign-on (sso) Solutions Like Saml, Oauth, Or Ldap Integration For Secure User Authentication. • Security Auditing: Conducting Security Audits, Ensuring Compliance With Security Policies, And Implementing Necessary Patches Or Configurations To Mitigate Vulnerabilities. • Permission Management: Expertise In Configuring And Managing Complex Permission Schemes, Ensuring That Access Control Aligns With Organizational Requirements. disaster Recovery And Backup • Backup Strategies: Designing And Implementing Robust Backup Strategies, Including Scheduled Backups, Snapshots, And Offsite Storage. • Disaster Recovery Planning: Developing And Testing Disaster Recovery Plans, Ensuring Minimal Downtime In Case Of A Catastrophic Failure. plugin And App Management • App Installation And Configuration: Experience In Installing, Configuring, And Managing Third-party Apps Or Plugins, Ensuring Compatibility And Performance Within The Confluence Environment. 8 | P A G E • Custom Development: Ability To Develop Custom Scripts To Extend Confluence’s Functionality Based On Organizational Needs. user Support And Training • Technical Support: Providing Advanced Technical Support To Resolve Complex Issues Related To Confluence Data Center, Including Performance Issues, Bugs, And User Errors. • Documentation: Expertise In Creating And Maintaining Detailed Documentation On Confluence Configuration, Processes, And Best Practices For Both Technical And Non-technical Users. migration And Upgrades • Version Upgrades: Experience In Planning And Executing Confluence Data Center Upgrades, Including Testing New Versions, Ensuring Compatibility With Existing Plugins, And Minimizing Downtime. • Data Migration: Expertise In Migrating Data From Other Platforms (e.g., Confluence Server, Sharepoint) To Confluence Data Center, Ensuring Data Integrity And Minimal Disruption. 6. Deliverables: 1. Regular System Maintenance And Updates. 2. User Support And Training Materials. 3. Customized Workflows And Configurations. 4. Integration And Automation Solutions/documentation. 5. Security And Compliance Solutions/documentation. 6. Reports And Dashboards For Performance Monitoring. 7. Incident And Problem Resolution Documentation. 7. Timeline: • The Remote Administration Services Will Be Provided On An Ongoing Basis, With Regular Reviews And Updates To Ensure Continuous Improvement And Alignment With The Organization’s Needs. 8. Evaluation Metrics: • User Satisfaction And Feedback. • System Uptime And Performance Metrics. • Number And Resolution Time Of Support Tickets. • Effectiveness Of Integrations And Automations. • Compliance With Security And Regulatory Requirements. • Quality And Relevance Of Reports And Analytics. 9. Conclusion: This Statement Of Objectives Outlines The Key Requirements And Deliverables For Remote Administration Of The Jira Service Desk And Confluence Data Center Platforms. By Adhering To These Objectives, The Service Provider Will Ensure The Platform Is Effectively Managed And Optimized To Support The Organization’s Service Management. please See The Attached Statement Of Objectives For A Cleaner Reading Version Of The Information Above.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 53 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 53 description page 4 Of 53 page 4 Of 53 this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, January 03, 2025. this Solicitation Is Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) the Associated North American Industrial Classification System (naics) Code For This Procurement Is 332812, With A Small Business Size Standard Of 600 Employees. The Fsc/psc Is J066. the Va Brockton Healthcare System Sterile Processing Services (sps) Is Seeking To Purchase The Supplies And Services Described Below Brand Name Or Equal. the Contract Period Of Performance Is 02/10/2025 02/09/2026. place Of Performance/place Of Delivery: 940 Belmont St brockton, Ma 02301-5596 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Items far 52.212-3, Offerors Representations And Certifications Commercial Items offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Items Nov 2023 (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For 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 On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.203 17, 52.204-10, 52.204 14, 52.204 27, 52.204 30, 52.209 6, 52.219 27, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222 36, 52.222 37, 52.222-50, 52.222 54, 52.226-8, 52.232-33, 52.222-51, gray Market Items (apr 2020) (a) No Gray Market Or Remanufactured Items Will Be Acceptable. Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Equipment Only For Va Medical Facilities. (b) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (end Of Clause) all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter. all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Which Provides The Most Benefit To The Government. the Following Are The Decision Factors: price technical Review the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/20/2025 At Frederic.revah1@va.gov late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact page 1 Of 52 page 1 Of page 7 Of 53 page 7 Of 53 page 1 Of page 1 Of a.3 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ nutrace Nux-20 Ng Laser Unit. Computer/laptop With Windows 10 And Supporting Accessories, Fumex Fume/odor Extractor Equipment. Fa1-mnutrace Select & Mark Templates. Different Laser Configurations For Different Instrument Materials Included Gs1 Codes. Safety Glasses To Operate The Laser In Class 4 Mode, Electropolishing Unit With Proprietary Solution Rater contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Nux20 Ng 0002 10.00 ea __________________ __________________ scanner R+ Healthcare Can Read A 2d Data Matrix In < 0.5 Seconds Per Instrument, Irrelevant Of Instrument Contrast, Instrument Material Or Position Of The Code. A Good Geometrical Data Matrix, R+ Will Read It. With A More Powerful Camera And Led Lighting Technology, The R+ Max Can Read 2d Matrix As Small As .010 X.010mm (4mils). Stainless Steel Body contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Nu Trace R+scan 0003 1.00 ea __________________ __________________ laser Etching - Up To 9500 Instruments At 800 Instruments Per Day Minimum - Udi Applicationsurgical Instruments Will Be Marked With A Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics Data contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Laser Etching 0004 1.00 ea __________________ __________________ lia (laser Institute Of America).two Certification, Up To 32 Hours Of Training On-line And On-site Including: Sample Tray Of Surgical Instruments Will Be Marked With Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics Data contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Laser Start Up 0005 1.00 ea __________________ __________________ service Contract For 1 Year - Includes Pm Repairs, Any Mechanical Repairs, 2 On Location Specialists For 3 Days Per Year And Any Shipping Costs/use Of A Loaner. contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Pm grand Total __________________ a.4 Delivery Schedule item Number shipping Information quantity delivery Date 0001 ship To: department Of Veterans Affairs brockton Va Medical Center 940 Belmont Street brockton, Ma 02301 5596 usa 1.00 02/09/2026 mark For: michelle Stgermain 857-203-6078 michaelle.stgermain@va.gov fob: destination 0002 10.00 fob: destination 0003 1.00 fob: destination 0004 1.00 fob: destination 0005 1.00 fob: destination 36c24125q0191 page 1 Of page 1 Of page 26 Of 53 page 26 Of 53 page 1 Of page 1 Of section C - Contract Clauses c.2 Vaar 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Certified For Ownership And Control Pursuant To 38 U.s.c. 8127, 13 Cfr 128, And Is Listed As Certified In The Sba Certification Database At Https://veterans.certify.sba.gov/; And (v) The Business Agrees To Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size, Government Contracting, And The Veteran Small Business Certification Program At 13 Cfr Parts 121, 125, And 128. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)). (5) The Term Sdvosb Participant Or Certified Sdvosb Means A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102). (b) General. In Order For A Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128. (1) Offers Received From Entities That Are Not Certified Sdvosbs And Listed In The Sba Certification Database At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Certified Sdvosb Listed In The Sba Certification Database Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Certified Sdvosbs Listed In The Sba Certification Database Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible And Certified Sdvosb As Defined In This Clause, 13 Cfr 121, 125, And 128, And Vaar Subpart 819.70. (d) Agreement/los Certification. When Awarded A Contract Action, Including Orders Under Multipleaward Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size, And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting (los) Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. For The Purpose Of Limitations On Subcontracting, Only Certified Sdvosbs Listed In The Sba Certification Database (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Los Certification Requirements In This Solicitation (see 852.219 75 Or 852.219 76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/ Vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Cfr 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. (5) Subcontracting. An Sdvosb Subcontractor Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Certified And Listed In The Sba Certification Database To Count As Similarly Situated. Any Work That A First Tier Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: [] By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or [] By The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfr 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Veteran Small Business Certification Program And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company S Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406 2 Causes For Debarment). section D - Contract Documents, Exhibits, Or Attachments see Attached Document: P09 Laser Etching Sow Brockton 02. 36c24125q0191 page 1 Of page 1 Of page 53 Of 53 page 53 Of 53 page 1 Of page 1 Of section E - Solicitation Provisions addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; a Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9), And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes, Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation. (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites: â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/). â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â  (3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By- (i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm); (ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (k)â [reserved] (l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision) e.3 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Provision) far Number title date 52.204-7 system For Award Management nov 2024 52.211-6 brand Name Or Equal aug 1999 52.233-2 service Of Protest sep 2006 52.204-16 commercial And Government Entity Code Reporting aug 2020 852.239-75 information And Communication Technology Accessibility Notice feb 2023 (end Of Addendum To 52.212-1) e.4 52.212-2 Evaluation Commercial Products And Commercial Services (nov 2021) basis For Award. The Government Will Issue A Purchase Order To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Quotations: Price Technical Review technical And Past Performance, When Combined, Are Equal To Price. evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. the Evaluation Will Consider The Following: technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. veterans Involvement: In Accordance With Veterans Affairs Acquisition Regulation (vaar) 852.215-70 (deviation), Service-disabled Veteran-owned And Veteran-owned Small Business (vosb) Evaluation Factors, The Government Will Assign Evaluation Credit For A Quoter (i.e., Prime Contractor) Which Is A Service-disabled Veteran-owned Small Business (sdvosb) Or A Vosb. To Receive Credit, An Offeror Must Be Registered And Verified In Veteran Small Business Certification (vetcert) Database At Time Of Quotation Submission And At Time Of Award (https://veterans.certify.sba.gov/) And Must Meet Federal Small Business Size Standards For The North American Industry Classification System (naics) Code Assigned To This Solicitation. Non-sdvosb/vosb Quotations That Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. Quoters Must State In Their Quotations The Names Of The Sdvosbs And Vosbs With Whom They Intend To Subcontract And Provide A Brief Description Of The Proposed Subcontracts And The Approximate Dollar Values Of The Proposed Subcontracts. In Addition, The Proposed Subcontractors Must Be Registered And Verified In The Veteran Small Business Certification (vetcert) Https://veterans.certify.sba.gov/) And Must Meet Federal Small Business Size Standards For The Naics Code Assigned To This Solicitation At Time Of Both Quotation Submission And At Time Of Award. price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices.
9191-9200 of 9265 archived Tenders