Software Tenders

Software Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services Description 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 2025-02, Effective 01/03/2025. This Solicitation Is Set-aside For 100% Small Business (sba). This Is A Firm Fixed Price Contract. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance With A Small Business Size Standard Of $34.0 Million. The Fsc/psc Is J065 Maintenance, Repair, And Rebuilding Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies The Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. Price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation . Statement Of Work Contract Title: Candela Vbeam Perfecta Preventative Maintenance And Corrective Maintenance Backround / Scope: The Contractor Shall Provide All Necessary Labor, Materials, Supplies, Parts, Software (needed For The General Operation Of The Equipment), Tools, Equipment, Travel, Transportation Expenses, And Other Related Costs To Provide Preventive Maintenance Inspection (pmi) And Corrective Maintenance Services On The Selected Government-owned Candela Vbeam Perfecta Unit At The Participating Facility Listed Herein At The Greater Los Angeles Va Healthcare System. Candela Laser Model# Vbeam Perfecta S/n 9914-0300-1115 Ee# 129137 Bldg. 500 Room 1672 Dermatology It Is The Intent Of The Government To Enter Into A Single Award Contract For Pmi Services On The Candela Vbeam Perfecta Equipment In Accordance With The Terms And Conditions Contained Herein. The Contract Period Shall Be For One (1) Base Year With The Government Having The Option To Exercise Four (4) - One-year Options. General Requirement: All Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Replacement Of Defective Parts, Etc. The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. Participating Facility: Va Greater Los Angeles Healthcare System 11301 Wilshire Blvd. Los Angeles, Ca 90073 Hours Of Work: This Contract Is A Full-service Contract To Include Dispatch And Technical Support Five (5) Days Per Week, Monday Through Friday, 8:30am-5:00pm Local Time Excluding National Holidays. On-site Service Shall Be Included Five (5) Days Per Week, Monday Through Friday, 8:30am- 5:00pm Local Time, Excluding National Holidays. On-call Emergency Telephone Support Service Should Be Included Weeknights After 5:00pm Et, National Holidays, And Weekends. Any Service Performed During Other Than Normal Work Hours Must Have Prior Approval And Coordinated With The Poc And Co. National Holidays: New Year S Day January 01 Martin Luther King S Birthday Third Monday In January President S Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19 Independence Day July 04 Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11 Thanksgiving Day Fourth Thursday In November Christmas Eve December 24 Christmas Day December 25 If The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. Intervening Service Call: When Repairs Are Needed Between Regular Scheduled Pmi, Such Repairs Are Rendered As Directed Only By The Poc Or The Contracting Officer (co). These Repairs Shall Be Verbally Directed To The Contractor S Employees, Requested In Writing, Be Transmitted Electronically, By Telephone, Or Any Manner Consistent With Accepted Commercial Business Practices. When Intervening Service Is Required, Contractor Shall Respond Within 24 Hours And Be On-site Within 48 Hours. Any Alternate, On-site Response Time Will Require Approval From The Poc Or Site Designee. Overtime & Holiday Pay: Any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein. Qualification: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacture S Pmi/ Repair Procedures. Fully Qualified Is Defined As Factory-trained Or Equivalent* And Experienced To Work On The Equipment Assigned. Contractor Specific Tasks: Preventive Maintenance: Contractor Shall Conduct Preventive Maintenance Inspections (pmi). On-site Pmi Shall Be Performed Once Per Calendar Year By A Manufacturer-certified Vendor In Accordance With The Equipment Manufacturer During The Life Of The Contract. All Equipment Must Also Be Maintained In Such A Condition That Will Satisfy The Requirements Of The Joint Commission. The Contractor May Request A Copy Of The Joint Commission Standards From The Poc. Pmi Must Be Scheduled At Least Three (3) Days In Advance With The Poc. The Contractor Shall Provide All Necessary Labor, Travel Expenses, And Parts At No Expense To The Government. The Contractor Shall Provide Performance Related Equipment Enhancements And Updates That Can Be Installed In The Field To The Equipment Listed Above. The Contractor Shall Provide Service Reports To The Poc To Note All Service, Repair, And Maintenance Activities. The Report Must Be Legible And Signed By The Poc After The Contractor Has Demonstrated To The Poc And The Equipment User That The Equipment Is In Proper Operating Condition And Meets The Manufacturer S Specifications. The Report At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, Detailed Description Of All Services Performed On The Equipment (model Number And Location Included), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment. Corrective Maintenance: Contractor Shall Conduct Corrective Maintenance Or Repair Services As Required By The Government. All Equipment Must Also Be Maintained In Such A Condition That Will Satisfy The Requirements Of The Joint Commission. The Contractor May Request A Copy Of The Joint Commission Standards From The Poc. The Contractor Shall Respond Within 24 Hours Of Notification Of Needed Service And Repairs. If On-site Repair Is Required, The Contractor Shall Be On-site Within 48 Hours Of Response To Customer, Unless Otherwise Specified By The Customer. Contractor Shall Provide All Necessary Labor, Travel Expenses, And Parts At No Expense To The Government. The Contractor Shall Provide Service Reports To The Poc To Note All Service, Repair, And Maintenance Activities. The Report Must Be Legible And Signed By The Poc After The Contractor Has Demonstrated To The Poc And The Equipment User That The Equipment Is In Proper Operating Condition And Meets The Manufacturer S Specifications. The Report At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, Detailed Description Of All Services Performed On The Equipment (model Number And Location Included), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment. Parts: Only Standard New Or Like-new Parts Shall Be Furnished By The Contractor. All Parts Shall Be Of Current Manufacture And Shall Have Versatility With Presently Installed Equipment. All Major Components And Parts Furnished Shall Carry The Manufacturers Standard Commercial Warranty. All Newly Installed Parts Will Become Property Of The Government. Replaced Parts Are To Be Disposed By The Contractor After Approval Of Poc. All Worn Or Defective Parts Are To Be Replaced At No Cost To The Government. Operating And Consumable Supplies Are Not Included In This Contract. Contractor Will Provide Replacement Parts Within 1 Business Day Of Notification From Poc Or Co. The Veterans Affairs Healthcare Facility Shall Not Furnish Parts, Service Manuals And/or Test Equipment For The Performance Of This Contract. It Is The Responsibility Of The Contractor To Bring The Appropriate Equipment And /or Supplies Necessary To Complete The Work As Required. Reporting: The Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Poc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee#), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. General Information: Contractor S Program Manager: The Contractor Shall Provide A Program Manager Who Shall Be Responsible For Managing The Performance Of Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Matters Relating To Daily Operations Of This Contract. Contractor Employees: The Contractor Shall Not Employ Any Person For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, And General Well-being Of The Public. Both The Check-in And Check-out Procedures For All Va Stations Are Mandatory And Shall Be Strictly Enforced. Parking: It Is The Responsibility Of Contractor Personnel To Park Only In Designated Parking Areas. Not Every Visn 22 Facility To Be Serviced Under This Contract Will Have On-site Parking Available For Contractor Personnel. The Contractor Shall Make Alternate Arrangements For Its Personnel To Park Off- Site If Motor Vehicles Are Required To Access Those Facilities. Parking Information Is Available From The Va Police & Security Service Office. The Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor's Personnel Under Any Circumstances. The Contractor Assumes Full Responsibility For Any Parking Violations. Smoking: Smoking Is Prohibited On Va Property, Items To Include: Cigarettes, Cigars. Pipes, Any Other Combustion Of Tobacco, Or Non-federal Drug Administration (fda) Approved Electronic Nicotine Delivery Systems (ends), Electronic/e-cigarettes, Vape Pens, Or E-cigars. Security: The C&a Requirement Do Not Apply, And The Security Accreditation Package Is Not Required. This Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. Invoicing & Payment: Invoicing & Payment: The Contractor Shall Submit A Monthly Invoice That Will Be Paid In Arears. The Contractor Shall Submit In Arrears A Properly Completed Itemized Invoice In Commercial Items Via Tungsten Network: Http://www.tungsten-network.com/customer-campaigns/veterans-affairs/ No Advance Payments Shall Be Authorized. Payment Shall Be Made Monthly For Services Provided During The Billing Month In Arrears In Accordance With Far 52.212-4, Para. (i). Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract. Delivery Schedule: Base Plus Four (4) Option Years To Follow. Insurance Coverage: The Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers Compensation And Employee S Public Liability Insurance In Accordance With Federal And State Of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May Be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. The Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In The Performance Of This Contract. Before Commencing Work Under This Contract, The Contracting Officer Shall Require The Contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage Specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May Not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. Contractor Is Required To Provide Copies Of Proof Of Workers Compensation And Employee Public Liability Insurance Within Fifteen (15) Calendar Days After Notification Of Contract Award. All Interested Companies Shall Provide Quotations For The Following: **price/cost Schedule Base Year Line Item Description Quantity Unit Of Measure Unit Price Total Price 0001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #9914-0300-1115, Model # 129137 1 Jb Option Year One (1) Line Item Description Quantity Unit Of Measure Unit Price Total Price 1001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #9914-0300-1115, Model # 129137 1 Jb Option Year Two (2) Line Item Description Quantity Unit Of Measure Unit Price Total Price 2001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #9914-0300-1115, Model # 129137 1 Jb Option Year Three (3) Line Item Description Quantity Unit Of Measure Unit Price Total Price 3001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #9914-0300-1115, Model # 129137 1 Jb Option Year Four (4) Line Item Description Quantity Unit Of Measure Unit Price Total Price 4001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #9914-0300-1115, Model # 129137 1 Jb **please Use The Format Above For Pricing** The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.htm. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Far 52.212-3, Offerors Representations And Certifications- Commercial Products And Commercial Services Addendum To 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) Far 52.204-1, System For Award Management (nov 2024) Far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) Far 52.204-20, Predecessor Of Offeror (aug 2020) Far 52.217-5, Evaluation Of Options (jul 1990) (end Of Addendum To 52.212-1) 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 Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) Addendum To Far 52.212-4, Contract Terms And Conditions- Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.252-2, Clauses Incorporated By Reference (feb 1998) Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) Far 52.204-13, System For Award Management Maintenance (oct 2018) Far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) Far 52.217-8, Option To Extend Services (nov 1999) Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000) Vaar 852.203-70, Commercial Advertising (may 2018) Vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) Vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) (end Of Addendum To 52.212-4) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025) The Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), 18(i), (26)(i), (31), (33), (34)(i), (36)(i), (39)(i), (46), (51), (55), (59), (c)(5) All Quoters Shall Submit The Following In Accordance With Far 52.212-1, Attachment 1, Instructions To Offerors- Commercial Products And Commercial Services (sept 2023) . All Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Loan Dho At Loan.dho@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 Most Favorable To The Government. Decision Factors To Be Considered Are Technical Capability, Past Performance, And Cost Schedule (see Attachment 2), Addendum To Far 52.212-2, Evaluation- Commercial Products And Commercial Services . Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. This Contract/ Purchase Order Will Consist Of An Estimated Base Plus Four (4) Option Year Period Of Performance: 03/01/2025 02/28/2030. The Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. 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. No Inquiries Will Be Addressed For This Rfq Solicitation 36c26225q0403. Submission Of Your Response Shall Be Received No Later Than February 14, 2025, At 14:00 Pacific Standard Time At Loan.dho@va.gov. Subject Line Shall Include: Response To Rfq 36c26225q0403 For Consideration. 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 Listed Below. Point Of Contact Contract Specialist Loan Dho Loan.dho@va.gov
Closing Date18 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services Description 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 2025-02, Effective 01/03/2025. This Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business (sdvosb). This Is A Firm Fixed Price Contract. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance With A Small Business Size Standard Of $34.0 Million. The Fsc/psc Is J065 Maintenance, Repair, And Rebuilding Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies The Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. Price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation . Statement Of Work 1. Contract Title: Candela Vbeam Perfecta Preventative Maintenance And Corrective Maintenance 2. Backround / Scope: The Contractor Shall Provide All Necessary Labor, Materials, Supplies, Parts, Software (needed For The General Operation Of The Equipment), Tools, Equipment, Travel, Transportation Expenses, And Other Related Costs To Provide Preventive Maintenance Inspection (pmi) And Corrective Maintenance Services On The Selected Government-owned Candela Vbeam Perfecta Unit At The Participating Facility Listed Herein At The Greater Los Angeles Va Healthcare System. Candela Laser Model# Vbeam Perfecta S/n 9914-0300-1115 Ee# 129137 Bldg. 500 Room 1672 Dermatology It Is The Intent Of The Government To Enter Into A Single Award Contract For Pmi Services On The Candela Vbeam Perfecta Equipment In Accordance With The Terms And Conditions Contained Herein. The Contract Period Shall Be For One (1) Base Year With The Government Having The Option To Exercise Four (4) - One-year Options. 3. General Requirement: All Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Replacement Of Defective Parts, Etc. The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. 4. Participating Facility: Va Greater Los Angeles Healthcare System 11301 Wilshire Blvd. Los Angeles, Ca 90073 5. Hours Of Work: This Contract Is A Full-service Contract To Include Dispatch And Technical Support Five (5) Days Per Week, Monday Through Friday, 8:30am-5:00pm Local Time Excluding National Holidays. On-site Service Shall Be Included Five (5) Days Per Week, Monday Through Friday, 8:30am- 5:00pm Local Time, Excluding National Holidays. On-call Emergency Telephone Support Service Should Be Included Weeknights After 5:00pm Et, National Holidays, And Weekends. Any Service Performed During Other Than Normal Work Hours Must Have Prior Approval And Coordinated With The Poc And Co. National Holidays: New Year S Day January 01 Martin Luther King S Birthday Third Monday In January President S Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19 Independence Day July 04 Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11 Thanksgiving Day Fourth Thursday In November Christmas Eve December 24 Christmas Day December 25 If The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. 6. Intervening Service Call: When Repairs Are Needed Between Regular Scheduled Pmi, Such Repairs Are Rendered As Directed Only By The Poc Or The Contracting Officer (co). These Repairs Shall Be Verbally Directed To The Contractor S Employees, Requested In Writing, Be Transmitted Electronically, By Telephone, Or Any Manner Consistent With Accepted Commercial Business Practices. When Intervening Service Is Required, Contractor Shall Respond Within 24 Hours And Be On-site Within 48 Hours. Any Alternate, On-site Response Time Will Require Approval From The Poc Or Site Designee. 7. Overtime & Holiday Pay: Any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein. 8. Qualification: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacture S Pmi/ Repair Procedures. Fully Qualified Is Defined As Factory-trained Or Equivalent* And Experienced To Work On The Equipment Assigned. 9. Contractor Specific Tasks: A. Preventive Maintenance: I. Contractor Shall Conduct Preventive Maintenance Inspections (pmi). On-site Pmi Shall Be Performed Once Per Calendar Year By A Manufacturer-certified Vendor In Accordance With The Equipment Manufacturer During The Life Of The Contract. All Equipment Must Also Be Maintained In Such A Condition That Will Satisfy The Requirements Of The Joint Commission. The Contractor May Request A Copy Of The Joint Commission Standards From The Poc. Ii. Pmi Must Be Scheduled At Least Three (3) Days In Advance With The Poc. Iii. The Contractor Shall Provide All Necessary Labor, Travel Expenses, And Parts At No Expense To The Government. Iv. The Contractor Shall Provide Performance Related Equipment Enhancements And Updates That Can Be Installed In The Field To The Equipment Listed Above. V. The Contractor Shall Provide Service Reports To The Poc To Note All Service, Repair, And Maintenance Activities. The Report Must Be Legible And Signed By The Poc After The Contractor Has Demonstrated To The Poc And The Equipment User That The Equipment Is In Proper Operating Condition And Meets The Manufacturer S Specifications. The Report At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, Detailed Description Of All Services Performed On The Equipment (model Number And Location Included), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment. B. Corrective Maintenance: I. Contractor Shall Conduct Corrective Maintenance Or Repair Services As Required By The Government. All Equipment Must Also Be Maintained In Such A Condition That Will Satisfy The Requirements Of The Joint Commission. The Contractor May Request A Copy Of The Joint Commission Standards From The Poc. Ii. The Contractor Shall Respond Within 24 Hours Of Notification Of Needed Service And Repairs. Iii. If On-site Repair Is Required, The Contractor Shall Be On-site Within 48 Hours Of Response To Customer, Unless Otherwise Specified By The Customer. Iv. Contractor Shall Provide All Necessary Labor, Travel Expenses, And Parts At No Expense To The Government. V. The Contractor Shall Provide Service Reports To The Poc To Note All Service, Repair, And Maintenance Activities. The Report Must Be Legible And Signed By The Poc After The Contractor Has Demonstrated To The Poc And The Equipment User That The Equipment Is In Proper Operating Condition And Meets The Manufacturer S Specifications. The Report At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, Detailed Description Of All Services Performed On The Equipment (model Number And Location Included), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment. 10. Parts: Only Standard New Or Like-new Parts Shall Be Furnished By The Contractor. All Parts Shall Be Of Current Manufacture And Shall Have Versatility With Presently Installed Equipment. All Major Components And Parts Furnished Shall Carry The Manufacturers Standard Commercial Warranty. All Newly Installed Parts Will Become Property Of The Government. Replaced Parts Are To Be Disposed By The Contractor After Approval Of Poc. All Worn Or Defective Parts Are To Be Replaced At No Cost To The Government. Operating And Consumable Supplies Are Not Included In This Contract. Contractor Will Provide Replacement Parts Within 1 Business Day Of Notification From Poc Or Co. The Veterans Affairs Healthcare Facility Shall Not Furnish Parts, Service Manuals And/or Test Equipment For The Performance Of This Contract. It Is The Responsibility Of The Contractor To Bring The Appropriate Equipment And /or Supplies Necessary To Complete The Work As Required. 11. Reporting: The Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Poc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee#), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. 12. General Information: Contractor S Program Manager: The Contractor Shall Provide A Program Manager Who Shall Be Responsible For Managing The Performance Of Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Matters Relating To Daily Operations Of This Contract. Contractor Employees: The Contractor Shall Not Employ Any Person For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, And General Well-being Of The Public. Both The Check-in And Check-out Procedures For All Va Stations Are Mandatory And Shall Be Strictly Enforced. Parking: It Is The Responsibility Of Contractor Personnel To Park Only In Designated Parking Areas. Not Every Visn 22 Facility To Be Serviced Under This Contract Will Have On-site Parking Available For Contractor Personnel. The Contractor Shall Make Alternate Arrangements For Its Personnel To Park Off- Site If Motor Vehicles Are Required To Access Those Facilities. Parking Information Is Available From The Va Police & Security Service Office. The Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor's Personnel Under Any Circumstances. The Contractor Assumes Full Responsibility For Any Parking Violations. Smoking: Smoking Is Prohibited On Va Property, Items To Include: Cigarettes, Cigars. Pipes, Any Other Combustion Of Tobacco, Or Non-federal Drug Administration (fda) Approved Electronic Nicotine Delivery Systems (ends), Electronic/e-cigarettes, Vape Pens, Or E-cigars. 13. Security: The C&a Requirement Do Not Apply, And The Security Accreditation Package Is Not Required. This Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. 14. Invoicing & Payment: Invoicing & Payment: 14.1 The Contractor Shall Submit A Monthly Invoice That Will Be Paid In Arears. 14.2 The Contractor Shall Submit In Arrears A Properly Completed Itemized Invoice In Commercial Items Via Tungsten Network: Http://www.tungsten-network.com/customer-campaigns/veterans-affairs/ No Advance Payments Shall Be Authorized. Payment Shall Be Made Monthly For Services Provided During The Billing Month In Arrears In Accordance With Far 52.212-4, Para. (i). Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract. 15. Delivery Schedule: Base Plus Four (4) Option Years To Follow. 16. Insurance Coverage: The Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers Compensation And Employee S Public Liability Insurance In Accordance With Federal And State Of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May Be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. The Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In The Performance Of This Contract. Before Commencing Work Under This Contract, The Contracting Officer Shall Require The Contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage Specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May Not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. Contractor Is Required To Provide Copies Of Proof Of Workers Compensation And Employee Public Liability Insurance Within Fifteen (15) Calendar Days After Notification Of Contract Award. All Interested Companies Shall Provide Quotations For The Following: **price/cost Schedule Base Year Line Item Description Quantity Unit Of Measure Unit Price Total Price 0001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year One (1) Line Item Description Quantity Unit Of Measure Unit Price Total Price 1001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Two (2) Line Item Description Quantity Unit Of Measure Unit Price Total Price 2001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Three (3) Line Item Description Quantity Unit Of Measure Unit Price Total Price 3001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Four (4) Line Item Description Quantity Unit Of Measure Unit Price Total Price 4001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # **please Use The Format Above For Pricing** The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.htm. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Far 52.212-3, Offerors Representations And Certifications- Commercial Products And Commercial Services Addendum To 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) Far 52.204-1, System For Award Management (nov 2024) Far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) Far 52.204-20, Predecessor Of Offeror (aug 2020) Far 52.217-5, Evaluation Of Options (jul 1990) (end Of Addendum To 52.212-1) 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 Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) Addendum To Far 52.212-4, Contract Terms And Conditions- Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.252-2, Clauses Incorporated By Reference (feb 1998) Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) Far 52.204-13, System For Award Management Maintenance (oct 2018) Far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) Far 52.217-8, Option To Extend Services (nov 1999) Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000) Vaar 852.203-70, Commercial Advertising (may 2018) Vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) Vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) Vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) (end Of Addendum To 52.212-4) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025) The Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), 18(i), (23), (25), (26)(i), (33), (34)(i), (36), (39)(i), (46), (51), (55), (59), (c)(5) All Quoters Shall Submit The Following In Accordance With Far 52.212-1, Attachment 1, Instructions To Offerors- Commercial Products And Commercial Services (sept 2023 . All Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Loan Dho At Loan.dho@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 Most Favorable To The Government. Decision Factors To Be Considered Are Technical Capability, Past Performance, And Cost Schedule (see Attachment 2), Addendum To Far 52.212-2, Evaluation- Commercial Products And Commercial Services . Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. This Contract/ Purchase Order Will Consist Of An Estimated Base Plus Four (4) Option Year Period Of Performance: 03/01/2025 02/28/2030. The Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. 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. Questions Should Be Submitted No Later Than January 23rd, 2025 At 14:00 Pacific Standard Time To Loan Dho At Loan.dho@va.gov. All Responses To Questions Will Be Posted Via Amendment On Sam.gov On Or About January 24th, 2025. Submission Of Your Response Shall Be Received No Later Than January 30th 2025 At 14:00 Pacific Standard Time At Loan.dho@va.gov. Subject Line Shall Include: "response To Rfq 36c26225q0342" For Consideration. 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 Listed Below. Point Of Contact Contract Specialist Loan Dho Loan.dho@va.gov Attachment One: Far 52.212-1 Addendum Instructions To Offerors Attachment Two: Far 52.212-2 Evaluation Attachment Three: Vaar 852.219-73 Notice Of Total Set-aside For Certified Sdvosb Attachment Four: Var 852.219-75 Sdvosb Certification
Closing Date31 Jan 2025
Tender AmountRefer Documents 

The City Government Of Baguio Tender

Others...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Various Materials For Smart City Command Center 15,500,000.00 22 Unit 16 Port Poe Switch - 16 Port Poe Switch - Cpu Core Count 1 Cpu Nominal Frequency 800 Mhz Size Of Ram 256 Mb Storage Size 16 Mb Storage Type Flash Mtbf Approximately 200'000 Hours At 25c Cooling Type Passive Poe-out Ports Ether1-ether16 Poe Out 802.3af/at Max Out Per Port Output (input 18-30 V) 1.1 A Max Out Per Port Output (input 30-57 V) 0.6 A Max Total Out (a) 2.8a (18v-30v) & 1.4a (48v-57v) X2 10/100/1000 Ethernet Ports 16 Number Of 1g Ethernet Ports With Poe-out 16 Sfp+ Ports 2 Certification Ce, Eac, Rohs Ip Ip54 Warranty :1 Year 88 Unit Adjustable Stainless Steel Strapping Band - Adjustable Stainless Steel Strapping Band - Material: Stainless Steel 304 Width: 1/2 Inch Thickness: 0.5 Mm Length: 30 Meters 44 Unit Cable Loop Holder - Cable Loop Holder - Galvanized Steel Pole Mountable 4 Branches At Least 400mmx400mm 1 Box Cat6 Utp Pure Copper Outdoor Cable - Cat6 Utp Pure Copper Outdoor Cable - Cat6 Utp Pure Copper Outdoor Cable 40 Unit Cctv Channel License - Cctv Channel License - Single Anpr Camera Connection For Use With Central Software Warranty :perpetual Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 1 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 40 Unit Cctv Lpr Camera - Cctv Lpr Camera - Camera Image Sensor 1/1.8″ Progressive Scan Cmos Max. Resolution 2688 × 1520 Min. Illumination Color: 0.001 Lux @ (f1.2, Agc On) Shutter Time 1/25 S To 1/100,000 S Day & Night Ir Cut Filter Lens Focal Length & Fov 2.8-12 Mm: Horizontal: 113.5° To 39°, Vertical: 58.4° To 22.7°, Diagonal: 141.3° To 44.3° Aperture 2.8-12 Mm: F1.38, 8-32 Mm: F1.7, 10-50 Mm: F1.7 Illuminator Built-in Supplement Light Type Ir Light Built-in Supplement Light Range Up To 40 M Ir Wavelength 850 Nm Video Main Stream 50 Hz: 25 Fps (2688 × 1520, 1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) 60 Hz: 30 Fps (2688 × 1520, 1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) Sub-stream 50 Hz: 25 Fps (1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) 60 Hz: 30 Fps (1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) Video Compression H.264 And H.265 Encoding Main Stream: H.265/h.264/mjpeg Sub-stream: H.265/h.264/mjpeg Video Bit Rate 32 Kbps To 16 Mbps Protocols Tcp/ip,icmp,http,https,ftp,sftp,dhcp,dns,ddns,rtp,rtsp,rtcp,ntp,smtp,snmp,igmp,qos,ipv4/ipv6,udp,ssl/tls,isup,arp,802.1x Simultaneous Live View Up To 6 Channels Road Traffic And Vehicle Detection Coverage Up To 3 Lane(s) Smart Function Traffic Flow Detection:average Speed, Traffic Flow, Queuing Length, And Traffic Status Incident Detection: Congestion, Stopped Vehicle, Lane Change, Wrong-way Driving, Speeding, Low-speed Driving Capture Speed Range 5 To 120 Km/h Blocklist And Allowlist Max. 50000 Records Warranty :2 Years Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 2 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 5 Unit Cctv Nvr - Cctv Nvr - Supports Redundant Power Supply To Improve The System Stability Supports Hdd Hot Swap With Raid0, Raid1, Raid5, Raid 6, And Raid10 Storage Scheme Configurable. Either Normal Or Hot Spare Working Mode Is Configurable To Constitute An N+1 Hot Spare System. Supports Some Specialist Cameras, Including People Counting Camera/anpr (automatic Number Plate Recognition) Camera/fisheye Camera Supports Video Analytic Functions Such As Vehicle Detection, License Plate Recognition --video & Audio Input -ip Video Input 128-ch -incoming/outgoing Bandwidth 576 Mbps/512 Mbps -incoming/outgoing Bandwidth (raid Mode) 576 Mbps/512 Mbps -tls Outgoing Bandwidth 128 Mbps, Or 64 Mbps (when Raid Is Enabled) --video & Audio Output -protocol Hikvision, Acti, Arecont, Axis, Bosch, Brickcom, Canon, Hunt, Onvif (version 2.5), Panasonic, Pelco, Rtsp, Samsung, Sony, Vivotek, Zavio --video & Audio Output -hdmi Output Two Independent Hdmi Outputs Of 4k Resolution. Resolution: 4k (4096 × 2160), 4k (3840 × 2160)/30hz, 2k (2560 × 1440)/60hz, 1080p (1920 × 1080)/60hz, Uxga (1600 × 1200)/60hz, Sxga (1280 × 1024)/60hz, 720p (1280 × 720)/60hz, Xga (1024 × 768)/60hz -vga Output 1-ch. Resolution: 1080p (1920 × 1080)/60hz, Uxga (1600 × 1200)/60hz, Sxga (1280 × 1024)/60hz, 720p (1280 × 720)/60hz, Xga (1024 × 768)/60hz --video & Audio Decoding -decoding Format H.265, H.265+, H.264, H.264+, Mpeg4, Mjpeg (for Hikvision Ip Camera Only) -video Resolution 32 Mp/24 Mp/12 Mp/8 Mp/7 Mp/6 Mp/5 Mp/4 Mp/3 Mp/1080p/uxga/720p/vga/4cif/dcif/2cif/cif/qcif *: 32 Mp And 24 Mp Is Only Available For Channel 1 To 4 When Ultra Hd Resolution Mode Is Enabled -synchronous Playback Up To 16 Channels -capability 1-ch@32 Mp (8160 × 3616, 30 Fps)/5-ch@8 Mp(30 Fps)/10-ch@4 Mp(30fps)/20-ch@1080p(30 Fps)/40-ch@720p(30 Fps) *: The Length Or Width Of Camera Resolution (each Track) Cannot Exceed 4096 Pixels --hdd -interface 16 Sata Interfaces Supporting Hot-plug -capacity Up To 10 Tb For Each Hdd -storage Extension 1 × Esata Interface, 2 × Mini Sas Interface (optional) --raid Raid Type Raid0, Raid1, Raid5, Raid 6, And Raid10 --network Management -protocol Ipv6, Https, Upnp, Snmp, Ntp, Sadp, Smtp, Nfs, Iscsi, Pppoe, Ddns Network Interface 4, Rj45 10m/100m/1000m Self-adaptive Ethernet Interface --external Interface -usb Interface Front Panel: 2 × Usb 2.0; Rear Panel: 2 × Usb 3.0 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 3 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) -alarm Input/output 16/8 --general -power Supply 100 To 240 Vac, 50 To 60hz, 5 A -fan Redundant Dual Ball Bearing Fan; Speed Adjustable -consumption (without Hdd) ≤ 140w -warranty :2 Years 1. Responsibility Of The Supplier 1.1 Supply And Delivery Of Ict Equipment 1.2 Inventory Of The Items Deliverd With The Following Details 1.2.1 Brand 1.2.2 Model 1.2.3 Serial Number 1.2.4 Quantity 1.3 The Bidder Must Ensure That All Components Delivered Will Be Brand New 1.4 All Equipment Provided Must Be Compatible And Working With The Cctv System As A Whole 1.5 Materials And Equipment Delivery Within 90 Days 1.6 Cctv Contractor Should Have Manufacture Authorization And Certification. 1.7 Contractor Must Have A Valid Iso 9001:2015 Certificate 1.8 All Equipment Provided Must Be Capable/compatible To Interconnect With The Existing Systems Located At The Smart City Command Center (sc3) To Be Viewable And Configurable In The Sc3. 80 Unit Cctv Nvr Surveillance Hard Drive - Designed And Built To Handle Heavy Surveillance Workloads Advanced Vibration Management Capacity 10tb Interface Sata 6 Gb/s Max. Sustained Transfer Rate Od (mb/s) 250mb/s Cache (mb) 256 Tarnish Resistant Yes Mtbf 1,500,000 Hr Warranty :2 Years 15 Set Command Center Desktop Computer - Minimum Specifications: Operating System: Microsoft Windows 11 Pro 64bit Processor: Intel Core I5 14600k Turbo Frequency 5.3ghz 14 Cores/20 Threads, 24mb Cache, Socket Lga1700 Cpu Air Cooler: Twin Tower Cpu Air Cooler, With 6x6mm Sintered Copper Heatpipes, With 2x140mm Fans Motherboard: B760 Chipset, Lga1700 Socket, Ddr5 4xdimm Matx Form Factor Ram: Ddr5 5600mhz, 32gb (dual 2x16gb) Memory Modules Gpu: Rtx 4070, 12gb Gddr6/gddr6x Ssd: 512gb Capacity R/w 560/520 Mb/s 3d Tlc Ssd 2.5 Inch Form Factor Hdd: Capacity 2tb, 7200 Rpm, 256mb Cache, 3.5 Inch Form Factor Power Supply: 1000 Watts, 80 Plus Gold Certified, Fully Modular, With 120mm Smart Hydraulic Bearing (hyb) Fan, With Active Pfc, Mtbf: >100,000 Hours Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 4 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) Case: Tempered Glass Mid Tower Atx Case With At Least 3 Fans Monitor: 2 Units, 24 Inches, Resolution: Fhd 1920 X1080, Aspect Ratio:16:9, Brightness: 250cd, Color Gamut Ntsc 72%, Refresh Rate: 100hz, Response Time: 5ms(gtg), Connectivity: 1x Hdmi 1x Displayport Keyboard: Usb Connectivity, With Backlight, Rubber Dome, Usb Connectivity, Multi-key Anti-ghosting, Polling Rate: 1000hz, Cable Type: Attached, Braided, Cable Length: 5.9ft Mouse: Usb Connectivity, Optical Sensor, Mouse Button Durability: 30m L/r Click, Cable: 1.8m Tangle Free Rubber, Dpi: 12,400 Dpi Ups: Max Configurable Power (watts) 650 Watts / 1.2kva, At Least 3 Universal Socket Warranty :2 Years 2 Unit Command Center Field Laptop - Command Center Field Laptop - Intel Core I7-13700hx Processor (30 Mb Smart Cache, 2.1 Ghz Performance-core With Turbo Boost Max Technology 3.0 Up To 5.0 Ghz, Overclock Capable) 1x 16gb Of Ddr5 4800mhz System Memory, Upgradable To 32 Gb Using Two Sodimm Modules 2x 512gb Nvme Ssd; Total Of 1tb 16 Display With Ips (in-plane Switching) Technology, Wqxga 2560 X 1600, High-brightness (500 Nits) Nvidia® Geforce Rtx 4060 With 8 Gb Of Dedicated Vram Warranty :2 Years 2 Unit Command Center Printer - Command Center Printer - A3 Wi-fi Duplex All-in-one Ink Tank Printer Print Speed Of Up To 25.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet Printer Type: Print, Scan, Copy, Fax With Adf Minimum Ink Droplet Volume: 3.8 Pl Print Direction: Bi-directional Printing Nozzle Configuration:800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 2400 Dpi Automatic 2-sided Printing: Yes (up To A3) Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / 12.0 Ipm *2 Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / 9.0 Ipm *2 Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / 6.0 Ipm *2 Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm *2 Warranty :1 Year Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 5 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 Unit Command Center Video Wall Controller - Command Center Video Wall Controller - Interface Alarm In Alarm Out 8-ch Alarm Out 8-ch Alarm In Serial Interface Rs-232 (rj45) × 1, Rs-485 × 1 Usb Interface Usb 2.0 × 2 Network Interface Rj45 × 2, 10 M/100 M/1000 Mbps Self-adaptive Ethernet Interface Optic Interface × 2 100 Base-fx/1000 Base-x Supports Optoelectronic Self-adaptation Video Walls 1 Video Wall Size <= 8 Layers Per Screen 1080p × 3 Or 4k × 1.5 Layers Layers Per Screen × Output Interface(s) Split Window Yes Scene Auto-switch Delay 3s Auto-switching Plans Support 256 Auto-switching Plans Max. Input Resolution 4k Audio Encoding Format G722.1, G711u, G711a, Aac-lc Video Output Interface Type Hdmi 1.4 Video Output Interface(s) 8 Video Decoding Resolution Up To 32 Mp Warranty:2 Years 8 Unit Command Center Video Wall Display - Command Center Video Wall Display - Display Panel Diagonal Size Class 55 Measured 54.6 Resolution 3,840 X 2,160 (16:9) Brightness (typ.) 700 Nit Orientation Landscape/portrait Haze 25% Contrast Ratio (typ.) 4,000:1 Type Va Active Display Area 1,209.6 (h) X 680.4 (v) Pixel Pitch (mm) 0.315 X 0.315 Color Gamut Ntsc 72% Operation Hour 24/7 Connectivity / Sound Input Video Dp 1.2 (1), Hdmi 2.0 (3) Audio N/a Usb Usb 2.0 X 2 Tuner N/a Output Audio Stereo Mini Jack Wifi / Bt O/o External Control Rs232c (in/out), Rj45 Speaker 10w 2ch Mechanical Spec Dimension (mm / In.) With Heavy Duty Full Motion Tv Wall Mount Warranty :3 Year 44 Unit Din Rail Mount - Din Rail Mount - 35mm At Least 7.5mm Depth Aluminum 22 Unit Electrical Box Enclosure - Electrical Box Enclosure - Electricalbox Panel Box Metal Enclosure(ip66, Nema 4 & 12) 300x250x150 Mm W/ 2 Fans And Fan Filter With Pole Mount Bracket X1 Molded Case Circuit Breaker Mccb30a 220v 2 Pole Din Rail Mount Type X1 Residual Current Circuit Breaker 63a 220v With Grounding/earthing 2 Pole Din Rail Mount Type X1 Grounding Bus Bar With Insulator X1 Din Rail Mount Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 6 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 40 Roll Fiber Optic Connectivity - Fiber Optic Connectivity - Fiber Optic Connectivity 2.0 Kms 4 Core Fiber Optic Cable Maintenance Of Outside And Inside Plant Equipment To Smart City Command Center For 1 Year 1 Unit Fiber Optic Fusion Equipment - Fiber Optic Fusion Equipment - Fiber Alignment Core/cladding Motor Number 6 Motors Splicing Time 5s Heating Mode 15s, Can Be Customized According To The External Environment Fiber Type Single-mode Fiber (smf/g.652), Bif/g.657); Suitable For Single Mode, Multi-mode, Bare Fiber, Tail Fiber, Drop Cable, Jumper, Invisible Fiber Fusion; The Cladding Diameter 80-150μm Splicing Loss 0.02db(sm)、0.01db(mm)0.04db(ds/nzds) Splicing Mode Automatic Focusing Core Alignment, Conventional/high Precision Welding Splicing Way Automatic, Semi-automatic Opm Wavelength: 850nm、1300nm、1310nm、1490nm、1550nm、1625nm、980nm、1270nm、1577nm、1650nm/measurement Range: -50+26dbm Absolute Error: <0.3db (-50dbm ~+3dbm Range) Battery Capacity 7800mah Large Capacity Lithium Battery Charging Time ≤3.5; It Can Continuously Weld And Heat About 260 Cores Magnification 320x (x Or Y Axis Single Display) 200x (x And Y Axis Dual Display) Fiber Diameter Coating Diameter: 80-150μm/coating Diameter: 100-1000μm Cutting Length Coating Layer 250μm Below: 8-16mm/coating Layer 250-1000μm: 16mm Heat Shrink Tube 60mm、50mm、40mm、25mm Tensile Testing Standard 2n Display 5 Inch Tft Color Display Screen Return Loss Better Than 60 Db Product Protection Waterproof, Dustproof And Fall Proof Warranty :1 Year 44 Unit Fiber Patch Cord Single-mode 9/125 Sc/upc To Lc/upc - Fiber Patch Cord Single-mode 9/125 Sc/upc To Lc/upc - Fiber Patch Cord Single-mode 9/125 Sc/upcto Lc/upc3 Meter 44 Unit Fiber Patch Cord Single-mode Sc/upc To Sc/upc - Fiber Patch Cord Single-mode Sc/upc To Sc/upc - Fiber Patch Cord Single-mode Sc/upcto Sc/upc3 Meter 45 Unit Gigabit Rj-45 Surge Protector Arrester - Gigabit Rj-45 Surge Protector Arrester - Protects Your Ethernet Device From The Damage Of Lightning & Surge Gigabit 10/100/1000 Specification: Connectors: Rj-45 Material: Shielded Aluminum Alloy 44 Unit Grounding Bus Bar With Insulator - Grounding Bus Bar With Insulator - Grounding Bus Bar With Insulatorat Least 8 Way At Least 8x12mm² 2 Roll Grounding Cable Pure Copper Wire - Grounding Cable 4mm Pure Copper Wire Round Solid 100m Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 7 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 22 Unit Grounding Rod And Clamp Copper Plated - Grounding Rod And Clamp Copper Plated - "grounding Rod Full Set - (1pc Grounding Rod + 1 Pc Grounding Clamp) Size: Approximately 50cm Length X 0.9cm Diameter" 22 Unit Heavy Duty Surface Type Extension Outlet 4 Gang - Heavy Duty Surface Type Extension Outlet 4 Gang - Heavy Duty Surface Type Extension Outlet 4 Gang 15 Amperes Capacity/ Maximum 3,750watts 1 Lot Installation, Integrations And Configuration Of Outside Plant Equipment - Installation, Integrations And Configuration Of Outside Plant Equipment - Installation, Integrations And Configuration Of All Outside Plant Project Equipment In Outside Project Sites Outside Of The Smart City Command Center 1 Lot Installation, System Integrations And Configuration Of All Inside Plant Project Equipment - Installation, System Integrations And Configuration Of All Inside Plant Project Equipment In The Smart City Command Center Such As The Hikcentral Camera License, Integration To Existing Hikcentral Software And Integration Of Existing Cctv Cameras Into New Nvr 22 Unit Iot Box Panelbox Metal Enclosure (ip66,nema4 & 12) 500x300x200mm W/ 2 Fans And Fan Filter With Pole Mount Bracket X1 Heavy Duty Surface Type Extension Outlet 4 Gang Terminal Block Distribution 2 Input 4 Output Push-in Type 40 Unit Lpr Camera Arm Mount - Gi Pipe Extension Arm 1.5-3 Meters 40 Unit Lpr Camera Memory Card - Product Capacity Covering 128g The Storage Mediumis Tlc Particles Long Reading And Writing Times, Which Can Meet More Than 1000 Cycles Optimized For Long Time On-board Video Recording, Offering More Stable Reading And Writing Experience Operating Voltage 2.7v~3.6v Compatibility Sd 6.1 Working Life 1,000 Cycles Storage Medium Tlc Speed Class Write/read Speed 64gb:up To 35/100mb/s 128gb:up To 70/100mb/s256gb:up To 90/100mb/s Durability 10,000 Insertion/removal Cycles Uhs-i Sdr104 Type Sdxc 40 Unit Lpr Camera Vertical Pole Mount - Vertical Pole Mounting Bracket Installed On The Cross Bar Galvanized Steel Sheet And Steel Material With Surface Spray Treatment Can Be Used For New Bullet Camera Outdoor Greycolo Must Be Compatible With Cctv Camera 22 Roll Metal Flexible Conduit 1 Inch - Metal Flexible Conduit 1 Inch 30 Meters Per Roll 44 Unit Molded Case Circuit Breaker Mccb 30a - Molded Case Circuit Breaker Mccb 30a 220v 2 Pole Din Rail Mount Type 22 Unit Molded Case Circuit Breaker Mccb 63a - Molded Case Circuit Breaker Mccb 63a 220v 2 Pole Din Rail Mount Type 22 Unit Poe Switch Power Supply - Power Supply 48v 2a 96w With Us Plug Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 8 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 22 Unit Residual Current Circuit Breaker 63a 220v - Residual Current Circuit Breaker 63a 220v With Grounding/earthing 2 Pole Din Railmount Type 44 Unit Sfp+ Module Lc Connector Type - Gigabit Single-mode Wdm Bi-directional Sfp Module Spec: Lc Connector, Tx:1550nm/rx:1310nm, Single-mode, 20 Km 7 Roll Solidwire Awg#12 - Solidwire Awg#12 75m Per Roll Use For Termination Inside Iot Box 7 Roll Solidwire Awg#16 - Solid Wire Awg#16 75m Per Roll Use For Termination Inside Iot Box 66 Unit Terminal Block Distribution 2 Input 4 Output - Terminal Block Distribution 2 Input 4 Output Push-in Type This Is A Lot Bidding, Partial Bids Are Not Allowed Please Indicate Brands Of Offers And Attach Complete Technical Brochures In The Eligibility And Technical Proposal Please Indicate Unit Prices Of Offers In The Financial Proposal Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business For Use Of Cmo Mitd Under Pr No. 1 Please Refer To Attached Terms Of Reference In The Associated Components Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature
Closing Date10 Jan 2025
Tender AmountPHP 15.5 Million (USD 267 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Human Performance Lab (hpl) Exercise Testing the Purpose Of This Sources Sought Notice Is For Market Research To Obtain Information Regarding The Potential Availability And Capability Of Qualified Service-disabled Veteran Owned Small Businesses (sdvosb), Veteran Owned Small Businesses (vosb), Small Business Manufacturers, Other Small Businesses Interested And Capable Of Providing Items Requested. These Sources Sought Is Set-aside For Small Business And Seeks Providers Capable Of Fulfilling The Requirement In Accordance With The Statement Of Work (sow) The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Set-aside And The Appropriate Acquisition Method. the Intended Contract Is A Firm-fixed Price Service Contract. the Sba Non-manufacturer Rule Waiver Will Not Apply For This Requirement. the Department Of Veterans Affairs (va), Network Contracting Office (nco) 20, Va Portland Va Healthcare System Is Conducting Market Research To Identify Potential Contractor Sources Which Can Provide The Following Service: Human Performance Lab (hpl) To Fulfill The Specific Objectives Established In The Project Entitled Exercise-induced Hypoalgesia In Women Veterans With Chronic Musculoskeletal Pain: A Comparison Of Low, Medium And High Intensity Interval Training. In Accordance With The Sow. potential Sources Having The Capabilities Necessary To Provide The Above Commodities Which Meet All The Requirements Outlined In The Attached Statement Of Work Are Invited To Respond To This Sources Sought Notice Via E-mail To Phillip.folger@va.gov No Later Than Noted In This Sources Sought Notice. No Telephone Inquiries Will Be Accepted. disclaimer And Important Notes: this Sources Sought Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. The Government Will Treat Any Information Received As Proprietary And Will Not Share Such Information With Other Companies. Any Organization Responding To This Sources Sought Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Supply The Required Commodities. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. The Government May Or May Not Issue A Solicitation As A Result Of This Announcement. There Is No Solicitation Available At This Time. appropriate Responses Shall Include The Following Information: company Name, Address, And Business Size; Point Of Contact Name, Phone Number, And E-mail Address; A Capability Statement Addressing The Requirements In The Attached Statement Of Work To Include: references For Similar Commodities Currently Being Provided Or Previously Provided (if Any) At The Required Service Levels As Outlined In The Statement Of Work (sow). capability Statement. capability To Provide Required Supplies At Visn 20 In Accordance With The Salient Characteristics. naics Code 541715 Is Applicable To Determine Business Size Standard. Introduction. statement Of Work the Purpose Of This Statement Of Work Is To Outline The Tasks And Responsibilities For The Human Performance Lab (hpl) To Fulfill The Specific Objectives Established In The Project Entitled Exercise-induced Hypoalgesia In Women Veterans With Chronic Musculoskeletal Pain: A Comparison Of Low, Medium And High Intensity Interval Training. This Project Is Funded By The Va S Health Services Research & Development (hsr&d) Pain/opioid Consortium Of Research (core) Who Strive To Enhance Collaboration And Accelerate Research Related To Nondrug Interventions For Chronic Pain. this Project Will Study The Effect Of Various Intensities Of Interval Exercise On Women Veterans Experience Of Post-exertional Pain. The Bouts Of Exercise Are Designed To Take Place In A State-of-the-art Exercise Physiology Lab Where Participants Will Exercise On A Cycle Ergometer While The Lab Monitors Heart Rate, Exertion, And Pain. Hpl Must Be A State-of-the-art Physiology Lab That Has Experience In Conducting Several Nih Funded Studies Pertaining To Exercise Testing And Training. Scope. twelve Participants Will Be Recruited From The Va Portland Healthcare System S Women's Health Clinic (whc). Hpl Will Provide Subjective Matter Expertise, Technical Skill And Knowledge, And Exercise Testing Capabilities. All Tasks Related To This Project Will Be Initiated By The Contractor Through Strict Adherence To The Joint Ohsu/va Approved Study Protocols, Approved On 3/19/2024. Specific Tasks. enrollment Of Veterans: completion And Maintenance Of Necessary Trainings Relevant To Working With Veterans. completion Of Screening Questions Via Telephone To Quantify Duration, Persistence, Severity, And Quality Of Pain To Ensure Study Eligibility As Described In The Joint Irb Approved Study Protocols. submission Of Documents To Be Added To The Joint Irb. human Performance Lab Testing Collection Of Pain Phenotype Questionnaires At The Onset Of The Study As Outlined In The Joint Irb-approved Protocol. completion Of Interval Exercise Protocols As Listed In The Join Irb-approved Protocol: the Exercise Interventions Are: (1) A Low-intensity Interval Training Protocol Consisting Of 1:00 Rest To 1:00 Exercise At 60-65% Of Estimated Maximum Heart Rate, (2) A Medium-intensity Interval Training Protocol Consisting Of 2:00 Rest To 1:00 Exercise At 75-80% Of Estimated Maximum Heart Rate, And (3) A High-intensity Interval Training Protocol Consisting Of 4:00 Rest To 1:00 Exercise At 90-95% Of Estimated Maximum Heart Rate. Maximum Heart Rate (hr Max) Will Be Calculated Using The Tanaka Equation (208 0.7 × Age) Hr Will Be Measured With A Wearable Chest-strap Monitor. The Participants Will Be Encouraged To Pedal The Bicycle To Maintain Hr In Goal Range, And They May Ask The Research Assistant To Adjust The Resistance Of The Cycle Ergometer During The Intervals If Desired, But They Will Be Encouraged To Stop If They Feel Pain Or Do Not Feel Safe. If They Are Not Able To Achieve The Heart Rate Goals, They Will Be Asked To Make Their Best Attempt. Collection Of Pain Data: before And After Each Intervention; Obtain Both A Self-reported Pain Level And Measure Each Participant S Pressure Pain Threshold. administer The Well-validated Brief Pain Inventory, Short Form To Assess Pain Severity And Pain Interference. This Measure Will Be Administered At All Study Assessments And At The Beginning Of Exercise Sessions. ask Participants About Current Pain At The Beginning And End Of Bouts Of Exercise And At The Post-exercise 48-hour Follow-up Via Telephone Call. -collect Pressure Pain Thresholds Using A Pressure Algometer At The Rectus Femoris And First Interosseous Muscles. Each Site Will Be Measured 3 Times; A Mean Will Be Used. Pain Thresholds Will Be Obtained Within 2 To 6 Minutes Of The Completion Of Exercise. adverse Event Reporting 3.1 Modifications To The Project S Protocol Will Be Submitted To The Joint Ohsu/va Irb For Review And Approval Prior To Implementation. 3.2 Serious Adverse Events Will Be Reported To The Pi Who Will Notify, In Writing, The Irb Within 5 Business Days Of Becoming Aware Of The Occurrence. 3.3 Nonreportable Events And Minor Protocol Deviations Will Be Collected And Reported Nto The Pi Within 5 Business Days Of Being Made Aware Of The Occurrence. data Management: manage De-identified Databases For Pain Scores. manage Databases To Ensure Proper Storage, Safety, And Utilization Of Records. update Databases And Modify Databases As Needed. 5. Performance Monitoring. the Contractor Shall Meet With The Pi At The Beginning Of The Contract Award And As Needed To Review The Project S Protocol. The Pi Will Be Available As Needed To The Contractor To Discuss The Status Of Enrollment, Exercise Testing And Collection Of Pain-related Data. the Pi Shall Monitor Contractor Performance Throughout The Period Of This Contract To Determine Whether They Are Achieving Performance Objectives And Verifying Completion Of Deliverables. The Pi Will Conduct Periodically Quality Reviews By Attending Exercise/pain Testing Sessions To Ensure That The Contractor Is Following Correct Protocols And Documenting Data Appropriately. The Pi Shall Provide Access To The Appropriate Patient Information Necessary To Fulfill The Contractor S Requirements In A Timely Fashion. the Contractor Shall Submit Final Data Sets To The Pi. The Report Should Include Raw Data And Tables/charts Formatted For Peer Review Publication. 6. Security Requirements. the Contractor Employees Shall Not Have Access To Va Sensitive Or Computer Information And Will Not Require Routine Access To Va Facilities. The Contractor Employees Shall Require Intermittent Access Only And Will Be Escorted By Va Employees While At Va Facilities For Meetings. No Background Investigation Is Required databases Must Adhere To Va Data Security And Privacy Regulations And Must Utilize Va-approved Software, Such As Microsoft Excel. Only Irb- Approved Study Personnel Will Have Access To The Data. Contracted Personnel Must Not Share Data Outside Of The Va Network. All Electronic Data Must Reside On Va-owned Servers On The Va Network Behind The Firewall. Backup Of Data Must Reside On A Va Server. Vinci The Va Informatics And Computing Infrastructure Can Also Be Used For Data Analysis And Storage. These Servers Reside At The Austin Information Technology Center (aitc), Located In Austin, Texas. To Ensure The Protection Of Veterans Data, Vinci Maintains Compliance With The Guidelines Set Forth By Veterans Health Administration (vha) Handbook 1200.12, Use Of Data And Data Repositories In Vha Research And All Other Applicable Va And Vha Policies And Regulations. In Addition, Vinci Has Undergone All Security Certification Activities In Support Of Obtaining An Authorization To Operate (ato). Access To Vinci Resources Will Be Approved In Accordance With The Requirements Of National Data Systems (nds), Vha Handbook 1200.12, Use Of Data And Data Repositories In Vha Research, And All Other Applicable Va And Vha Policies And Regulations. the Contractor Shall Complete Without Compensation All Required Training. 7. Government-furnished Equipment (gfe)/government-furnished Information (gfi). The Contractor Will Not Use And Government-furnished Equipment Or Information./ 8. Other Pertinent Information Or Special Considerations A. Identification Of Possible Follow-on Work. There Is No Anticipated Follow-on Work. B. Identification Of Potential Conflicts Of Interest (coi). The Pi Does Not Anticipate Creation Of An Organizational Coi As A Result Of Completion Of This Project. C. Inspection And Acceptance Criteria. Upon Completion Of This Project, The Pi Shall Submit Deliverables To The Cotr For Review. D. Please See Sole Source Justification 9. Risk Control on Enrollment, Patients Will Undergo A Health Assessment By A Physician, And They Will Be Excluded If They Are Deemed Unable To Participate In Moderate Or High Intensity Interval Exercise. As A Result, Serious Risks Are Not Anticipated. If A Patient Sustained An Injury During The Exercise Training, The Pi Would Be Called, And The Patient Would Either Be Sent To The Va Emergency Department Or The Pi Would Facilitate Follow-up At The Women S Health Primary Care Clinic Within 2 Weeks. Any Adverse Events Would Be Reported To The Pi Who Would Notify The Irb Within 5 Business Days Of Being Made Aware Of The Occurrence. The Pi Would Summarize And Submit All Reportable And Nonreportable Events To The Joint Irb At Project Closure. 10. Records Management Language For Contracts Required the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Electronic Information Systems (eis) Procurement Contract: citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. 11. Place Of Performance. exercise Testing Will Be Performed At Vendor Provided Human Performance Lab (hpl). Meetings Will Take Place At Vaporhcs And/or Ohsu And/or Virtually Via Teams Or Webex. De-identified Patient Data Will Be Kept Either Within The Secure Va Vinci Platform Workspaces Or Within User-restricted Vaporhcs Research Network Folders. No Ohsu Data Will Be Exchanged Through This Contract. The Va Irb Or Va-ohsu Joint Irb Will Oversee Projects Related To This Contract. â deliverable Date number Of Test cost Per Test total after Award: Potential Award Date 3/1/2025 36 12. Period Of Performance. March 1, 2025, Through February 28, 2026. 13. Delivery Schedule recruitment Is Estimated To Take 6 Weeks, Starting After Contract And Irb Approval. After A Participant Is Recruited And Scheduled For Intake, Their Exercise, Pain Testing And Follow-up Will Take Place Over An 8-week Timeline (each Bout Of Exercise And Control Will Be Separated By 2 Weeks). Within 4 Weeks Of The Completion Of The Scheduled Bouts Of Exercise For All 12 Participants, The Contractor Shall Deliver Documentation In Electronic Format. Acceptable Electronic Media Formats Include: Ms Word, Ms Excel, Ms Powerpoint, Ms Access, Spss, Stata, Sas, R, Sql Or Other If Determined Appropriate And Approved By The Pi. if For Any Reason, Any Deliverable Cannot Be Delivered In The Timeframe Agreed Upon, The Contractor Shall Provide A Written Explanation To The Pi; This Written Transmittal Shall Include A Firm Commitment Of When The Work Shall Be Completed. This Notice Needs To Cite The Reasons For The Delay, And The Impact On The Overall Project. delivery: the Vendor Must Coordinate With The Below Individuals To Coordinate Delivery, Installation, & Other Services: tbd 800-949-1004 Station.poc@va.gov 13.2. Hours Of Operation normal Tour-of-duty Hours At The Vaglahs Are 8:00 Am To 4:30 Pm, Monday Through Friday, Excluding Federal Holidays. There May Be Instances In Which The Vendor S Workday May Be Outside Of This Period. The Vendor Is Required To Coordinate These Times With The Designated Program Manager. in Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97 The Following National Holidays Are Observed And For The Purpose Of This Contract Are Defined As Legal Federal Official Holidays . new Year S Day january 1st martin Luther King S Birthday third Monday In January president S Day the Third Monday In February washington's Birthday the Third Monday In February memorial Day the Last Monday In May juneteenth National Independence Day june 19 independence Day july 4th labor Day first Monday In September columbus Day second Monday In October veteran S Day november 11th thanksgiving Day fourth Thursday In November christmas Day december 25th when A Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies. vendor Responsibilities the Vendor Shall Be Responsible For Any And All Liability Actions Or Suits When The Vendor Is At Fault Or Negligent In The Performance Of Installation And Testing Activities. Pecuniary Liability Is Also Included For Any And All Damages To Va Buildings And Equipment Caused By Installation Activities. The Vendor Shall Comply With All Local Building And Fire Codes In Addition To Va Policy And Procedures At The Site. the Vendor Shall Operate Under, But Not Limited, To The Following National Codes, Telecommunications Industry Standards And Practices: National Electric Code (nec), Building Industry Consulting Service International (bicsi), All Standards, Electronic Industries Association/telecommunications Industry Association Eia/tia, Americans With Disabilities Act (ada), National Fire Protection Association (nfpa), Underwriters Laboratories (ul), Itu And Ietf And All Applicable Audio, Video, Communication, Data And Control Standards. va Portland Responsibilities the Station Point Of Contact Will Provide Access To The Appropriate Personnel (management, Technical, Subject Matter Expertise, Etc.) Necessary To Fulfill The Vendor S Requirements In A Timely Fashion. the Station Point Of Contact Shall Provide The Vendor A List Of Key Personnel Associated With The Project And Contact Information For The Poc/project Manager. the Station Point Of Contact Will Ensure That All Project Staff Are Up To Date On Va Training On Privacy And Security, As Well As Project Specific Training. travel all Travel Shall Be Responsibility Of The Vendor. whenever Possible, Conference Calls And Video Conferencing Should Be Used. completion Date the Vendor Shall Have Services Rendered No Later Than 12 Months From The Date Of Contract Award And Receipt Of Contract Award (estimated February 28, 2026). potential Contractors: Shall Provide, At A Minimum, The Following Information To Phillip.folger@va.gov a) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Sam Uid. b) Please Identify Your Company S Size In Comparison To The Anticipated North American Industry Classification System (naics) Code 541715 - Research And Development In The Physical, Engineering, And Life Sciences. To Be Considered A Small Business Your Company Must Have Fewer Than 1,000 Employees. This Notice Is To Determine The Marketplace For This Specific Requirement. Please Check One Of The Following: [ ] Yes [ ] No Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No Veteran Owned Small Business (vosb) [ ] Yes [ ] No Small Business Manufacturers [ ] Yes [ ] No All Other Small Business (sb) [ ] Yes [ ] No Other Than Small Business c) The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To These Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam). d) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov And Veteran Small Business Certification Https://veterans.certify.sba.gov/. e) If Not A Manufacturer, Only Authorized Representatives/providers/distributors Of The Manufacturer Will Be Considered. Equipment Must Be New, No Used Or Refurbished Equipment Accepted. Please Provide Proof Of Authorized Dealer Or Reseller Letter From Manufacturer. f) This Is A Brand Name Or Equal Requirement. As Such, The Statement Of Work Reflect The Physical, Functional, Or Performance Characteristics That Equal Products Must Meet To Satisfy The Government S Needs. To Be Considered For Any Potential Solicitation, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must: (g) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Source Sought; Clearly Identify The Item By Brand Name, If Any And Make/model Number. (h) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Descriptive Data Or Information Available That Identifies That The Equal Item Meets Or Exceeds The Statement Of Work Required By The Government. responses Are Due By 01/23/2025 11:59pm Pacific Time, Los Angeles, Usa, To The Point Of Contact. shipping Address: portland Va Healthcare System vancouver Warehouse 1601 E 4th Plain Blvd vancouver, Wa 98661 point Of Contact: phillip Folger contracting Specialist phillip.folger@va.gov
Closing Date23 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools...+1Automobiles and Auto Parts
United States
Details: This Item Is Set To Be Awarded Sole Source 56100_tab_0125_753 item 1: Steering Actuator, Overhaul 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Overhaul The Rotary Vane Steering Actuator Assembly For The Starboard Steering System. 1.2 Government-furnished Property. mti item Description nsn/pn qty n actuator Overhaul Kit nsn: 2530-01-699-0680 pn: Rrm000445315 2 Ea. n hydraulic Coupling Kit nsn: 2530-01-699-0654 pn: Rrm000444570 2 Ea. 2. References coast Guard Drawings coast Guard Drawing 750-wmsl_100_44, Rev K, Unit 3320 Struct - Inner Bottom 2nd Deck Fr 89-98 (asc100332) coast Guard Drawing 750-wmsl-243-003, Rev B, Shipping & Unshipping Of Propulsion Shafting (asc243004) coast Guard Drawing 750-wmsl-556-004, Rev E, Steering Gear Hydraulic Diagram (asc556003) coast Guard Drawing 750-wmsl-556-022, Rev H, Steering Gear And Stern Gate Hydraulic Piping - Unit 3330 (asc556333-hy) coast Guard Drawing 750-wmsl-561-001, Rev D, Steering Gear Foundation (asc561001) coast Guard Drawing 750-wmsl-562-002, Rev C, Rudder (asc562002) coast Guard Drawing 750-wmsl-562-003, Rev D, Rudder Support System (asc562003) coast Guard Publications coast Guard Technical Publication (tp) 7182a, Swbs 561, Jan 2022, Steering Machinery Subsystem – Operation & Maintenance Manual coast Guard Technical Publication (tp) 7193, Swbs 561, Jan 2022, Steering System Operations And Maintenance Manual surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2022, Shipboard Electrical Cable Test surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References international Standard Organization (iso) 4406, 2021, Hydraulic Fluid Power - Fluids - Method For Coding Level Of Contamination By Solid Particles kongsberg Maintenance Manual Dmn000278736, Rev C, Kongsberg Steering Gear Type Sr And Sv mil-std-419, Sept 2021, Cleaning And Protecting Piping Tubing, And Fittings For Hydraulic Power Transmission Equipment 3. Requirements 3.1 General. 3.1.1 Cir. none. 3.1.2 Tech Rep. The Contractor Must Provide The Services Of Tech Reps In Accordance With The Following Subparagraphs. 3.1.2.1 The Contractor Must Provide The Services Of An Oem Authorized/ Licensed Tech Rep For The Kongsberg Steering Actuator To Accomplish The Following On Site: provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system. assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system. perform All Actual Repair Work On The Actuator. 3.1.2.1.1 Ensure The Tech Rep Is An Oem Certified Representative For The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Wmsl Steering System Hydraulic Power Units To Accomplish The Following On Site: advise On Manufacturer's Proprietary System Information. ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system As Applicable. 3.1.2.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2.2 Submit The Name And Résumé Of The Tech Rep To The Cor At The Arrival Conference. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000. 3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000. 3.1.3.3 Maintain The Strictest Standards Of Cleanliness In Accordance With Mil-std-419 While Hydraulic System Is Open. Work On The Steering Hydraulics Is Not Permitted While Any Blasting, Grinding, Welding, Etc. Is Being Performed In, Or Adjacent To, The Steering Gear Space. 3.1.3.4 Hatch Opening Must Be Covered And Roped Off To Prevent A Falling Hazard To Personnel When Not In Use. note plastic Bags May Be Used Only When Arrangement Or Configuration Prevents The Use Of The Other Sealing Methods Specified Above. 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: access Plate (berp) Located Above The Port And Starboard Steering Actuator. piping electrical Wires padeye Plate Covers rudder Support Covers hydraulic Oil (approx. 560 Gals.) overhead ventilation Ducts insulation pipe Hangers/brackets note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must, Under The Direction Of The Oem Tech Rep, Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Perform The Following Inspections. Use Data Sheet No. 1 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr. 3.2.1 Verify That All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion. warning special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System. 3.2.2 Starboard Steering Gear: In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage. 3.2.3 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat. 3.2.4 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test. note the Cutter Is Currently Outfitted With Recessed Padeyes As Located On Cg Drawings 750-wmsl_100_44 And 750-wmsl-243-003 And Are In Place In The Hull Above Each Propeller And Rudder. Padeye Numbers Are 22, 23, 24, And 25 As Identified On Coast Guard Drawing 750-wmsl-243-003. access Covers For The Recessed Padeyes Are Not Required To Be Reinstalled. each Rudder Weighs Approximately 12,000 Lbs. 3.3 Rudder Support. The Contractor Must Ensure The Rudder Has Been Supported In Place To Allow Repairs Of The Steering Actuator Assembly. Coast Guard Divers Will Remove Metal Plate Covers To Access The Recessed Padeyes Above Each Rudder. The Contractor Must Pull Test All Existing Recessed Padeyes To 150% Of Their Maximum Expected Working Load For 10 Minutes. In No Case May A Padeye’s “expected Working Load” (a) Exceed The Tabulated Maximum Working Load For The Padeye’s Size Or (b) Exceed The Structure’s (that Padeye Is Attached To) Ability To Carry The Load. At Conclusion Of The Pull Test, Visually Inspect Each Padeye For Damage. note the Centerline Of The Rudder Post Is Located Forward Of Frame 96, Above The Stern Gate Utility Room And Forward Of An Inaccessible Void. If Additional Padeyes Are Necessary, It May Be Necessary To Clean And Gas Free These Spaces. 3.4 Hydraulic Reservoir Inspection. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis. Label And Retain One Extra Oil Sample From Each System For Back-up Testing If Necessary. Drain All 2135 Th Hydraulic Oil From The Hpu Actuators And Reservoirs (approximately 550 Gallons Total), And Dispose Of In Accordance With All State, Local And Federal Regulations. Provide Cfr With Test Results. For Steering Gear Hydraulic System Details, See Coast Guard Drawings 750-wmsl-556-004 And 750-wmsl-556-022. 3.4.1 Remove Access Covers From Reservoirs And Storage Tanks. Take Samples Of Any Heavy Sludge Or Particulate Matter In The Tanks. Remove All Sludge And Debris And Wipe Down With Lint Free Rags. If Any Metallic Debris (metal Filings, Shavings, Babbitt) Is Present, Notify The Coast Guard Inspector Immediately. 3.4.2 When All Tanks Are Thoroughly Clean, And Just Prior To Closure Ensure All Foreign Objects Have Been Removed (e.g. Rags, Caps, Towels, Plugs). Contractor Must Present These Areas To The Coast Guard Inspector, Then Close In The Presence Of The Coast Guard Inspector. Install New Gaskets. 3.5 Steering Actuator Disassembly And Inspection. The Contractor Must, Under The Direction Of Or Performed By The Oem Tech Rep Support, Overhaul The Starboard Steering Actuators In Accordance With Oem Procedures. Rudder Foundation, Rudder Stock, And Rudder Support System Are Shown On Cg Dwgs 750-wmsl-561-001 And 750-wmsl-562-003. At A Minimum, The Contractor Must Renew The Following Parts: piston Seals hp Seals And Backing Strips lp Seals bearing Shells o-rings 3.5.1 Collect And Dispose Of All Drained Fluids In Accordance With All Federal, State, And Local Regulations. 3.5.2 Prior To Disassembly, Wipe Down The Exterior Of The Actuator Assembly And The General Area Near The Actuator To Remove Dirt And Contaminants. Maintain A Clean Environment When Working Around Open Hydraulic Equipment. 3.5.3 Actuator Internal Inspection. Inspect The Interior Of The Actuators (including, But Not Limited To, The Piston, Piston Dividers, Upper And Lower Housings, Hydraulic Coupling, Rotor, And Rudder Stock) For Any Indications Of Wear Or Damage. Submit A Cfr Documenting The Existing Condition Of The Actuators. 3.5.4 During Final Installation Of The Actuator, Ensure The Rudder And Rudder Stool Are Aligned, And The Actuator And Helm Are Set At 0 Degrees. warning foreign Materials Present A High Risk Of Severe Damage To Steering Gear System. Extra Precautions Are Required To Ensure Cleanliness Of The Hydraulic System. note suction Strainers Are Located Inside The Service Tanks. 3.6 Filters And Strainers, Renew. The Contractor Must Renew The Return, Charge, And Servo Filters On Each Of The Starboard Hpu’s. Close Up Filter Housings And Torque Fasteners In Accordance With Chapter 5.3 Of Cg Tech Pub 7182a. Renew The Suction Strainers And Reservoir Filter Breather On Each Hpu. 3.7 Manifold And Valve Inspection And Testing. The Contractor Must Clean, Inspect And Test The Hydraulic Manifold And Valves (i.e. Control, Relief, And Locking Valves) For The Starboard System. Clean And Visually Inspect All Parts For Defects, Deterioration, Dirt, Scale, Rust, Grease, And Foreign Material. Submit A Cfr. note hydraulic Hoses Life Is 12 Years 3.8 Hose Inspection. The Contractor Must Visually Inspect The Condition Of All Flexible Hoses Identified In Tables 1 And 2 And Submit A Cfr With The Following Information. Hoses That Require Renewal Will Be Subject To A Change Request. hose Physical Condition service Life Dates (date For Required Hose Renewal; If Not Specified, Add 12 Years To Installation Date) table 1 – Stbd Steering Gear (compartment: 2-94-1-e) hose Serial # length (in.) size (in.) part Number fitting #1 fitting #2 test Pressure (psi) sg-f-001 20 1 f20606-16-16-16c-20.00 female Jic female Jic 200 sg-f-002 26 1/2 f20606-8-8-8c-26.00 female Jic female Jic 375 sg-f-003 49 2 2651-32 female Jic male Cpv 5000 sg-f-004 35 2 2651-32 male Cpv male Cpv 5000 sg-f-005 31.5 3/4 f20606-12-12-12c-31.50 female Jic female Jic 200 sg-f-006 43 2 2651-32 male Cpv male Cpv 5000 sg-f-007 43 2 2651-32 male Cpv male Cpv 5000 sg-f-008 26.5 3/4 f2060606-12-12-12c-26.50 female Jic female Jic 200 sg-f-009 32 1/2 f2060606-8-8-8c-32.00 female Jic female Jic 375 table 2 – Port Steering Gear (compartment: 2-94-2-e) hose Serial # length (in.) size (in.) part Number fitting #1 fitting #2 test Pressure (psi) sg-f-011 20 1 f20606-16-16-16c-20.00 female Jic female Jic 200 sg-f-012 26 1/2 f20606-8-8-8c-26.00 female Jic female Jic 375 sg-f-013 31.5 3/4 f20606-12-12-12c-31.50 female Jic female Jic 200 sg-f-014 49 2 2651-32 female Jic male Cpv 5000 sg-f-015 35 2 2651-32 male Cpv male Cpv 5000 sg-f-016 26.5 3/4 f2060606-12-12-12c-26.50 female Jic female Jic 200 sg-f-017 43 2 2651-32 male Cpv male Cpv 5000 sg-f-018 43 2 2651-32 male Cpv male Cpv 5000 sg-f-019 32 1/2 f2060606-8-8-8c-32.00 female Jic female Jic 200 3.9 Hydraulic Oil Refilling. The Contractor Must Refill The Reservoirs With Hydraulic Oil Per Mil-h-17672, Symbol 2135, In Accordance With Cg Tech Pub 7182a. The Contractor Must Filter New Hydraulic Oil In Accordance With Sflc Std Spec 5000, Paragraph C2.1.2 Prior To Entry Into The Cutter’s Tanks Or System. Cleanliness Of Oil Must Be Iso 4406 Cleanliness Code Of 17/14 Or Better. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. if Covered By A Separate Work Item, Final Testing Of The Steering System Is Only Required To Be Performed Once During This Availability. 3.10 Operational Test, Post Repairs. After Completion Of Work And In The Presence Of The Coast Guard Inspector, The Contractor Must Thoroughly Test And Demonstrate The Equipment Listed Below To Be In Satisfactory Operating Condition. Use Data Sheet No. 2 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr. 3.10.1 Verify That The Rudders Operate Throughout Their Full Range With No Indications Of Binding And Appear Smooth During Operation. 3.10.2 All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion. 3.10.3 The Contractor Must Perform The Initial Startup Procedures In Accordance With Coast Guard Tp 7182, Paragraph 7-2. Upon Completion, Verify That The Relief Valves Are Properly Set In Accordance With Table 3. table 3 – Relief Valves service Description set Point (psig) pump Main System Relief Valve 1530 ± 25 relief Valve (charge) 217 ± 25 relief Valve (servo) 1450 ± 25 cross-line Relief Valve 1580 ± 25 warning special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System. 3.10.4 Starting With The Starboard Steering Gear, And In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage. 3.10.5 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat. 3.10.6 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test. 3.10.7 The Contractor Must Perform The Internal Leakage Test Per Paragraph 7.10 Of The Kongsberg Maintenance Manual Dmn000278736 For Both Port And Starboard Actuators. Measure The Total Leakage During Each Separate Segment Of Testing (port To Starboard Hard-over, Hard-over Starboard, Starboard To Port Hard-over, And Hard-over Port) And Submit The Results Via Cfr. 3.11 Oil Sample Analysis. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis To Demonstrate Cleanliness Has Been Maintained. Submit A Cfr With The Oil Sample Analysis Report. 3.12 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs.) 4.0 Place Of Performance- Cgc Hamilton In Charleston Sc. 5.0 Period Of Performance- 17 Feb 2025 – 28 Feb 25 6.0 Points Of Contact. Uscg-sflc-lre Pl Asset Management: Cwo Matthew Temple, Matthew.temple@uscg.mil, 510-460-8195
Closing Date3 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Items the Purpose Of This Modification It To Provide Answers To Vendor Questions, Include Salient Characteristics, Remove Reference To Far 52.219-14, Include Vaar Clause 852.219-75 In Full Text, And Clauses And Ordering Language Far 52.216-18, And 52.216-19. answers To Vendor Questions previous Contract Details: Could You Share The Name Of The Previous Contract Holder Who Provided These Services Or The Solicitation Number? answer:â  Itamar backlog Timeline: Is There A Specific Deadline For Clearing The 903-study Backlog, Or Should We Plan To Complete It As Soon As Possible After Contract Award? answer: As Soon As Possible.â  volume Requirements For Option Years: The Base Year Specifies 1,800 Studies (in Addition To The 903 Backlog). Could You Confirm That Each Of The 4 Option Years Will Require 900 Studies Annually, As Indicated? answer: This Is The Average That We Calculated Every Year. evaluation Criteria Weighting: Are The Evaluation Criteria (technical, Past Performance, Price) Weighted Equally, Or Are Certain Areas Prioritized? answer: Yes, It Is Weighted Equally start Date: Could You Confirm The Anticipated Contract Start Date Following Award? answer: February 15, 2025. equipment Specifications: The Solicitation Mentions The Use Of Watchpat Or Equivalent Devices. Would Devices From Other Manufacturers That Meet Or Exceed The Required Specifications Be Acceptable?â  answer:â  Any Equal Devices Must Be Compatible With Somnoware.â  This System Is Already Setup In Place And Works With The Watchpat Devices. invoicing Frequency: The Solicitation Mentions Electronic Submission Of Invoices, But It Does Not Specify The Required Invoicing Frequency. Would It Be Acceptable To Submit Invoices More Frequently Than Every 30 Days, Such As Weekly, Bi-weekly, Or After A Specific Number Of Studies Have Been Completed (e.g., 100 Or 200 Studies)?  30 Days Is Acceptable. answer:  invoicing Monthly In Arrears (30 Days Is Acceptable). this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; 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 17, 2025. this Solicitation Is Set-aside For Sdvosb. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 621610, With A Small Business Size Standard Of $19 Mil. the Fsc/psc Is Q403. the Carl Vinson Vamc, Located At 1826 Veterans Blvd, Dublin, Ga Is Seeking To Purchase Home Sleep Apnea Testing Interpretation Services. all Interested Companies Shall Provide Quotations For The Following Services: services item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 remote Watchpat Test Interpretation Services contract Period: Base local Stock Number: Cs2116051 1800.00 ea 0002 watchpatâ® One Direct Program contract Period: Base local Stock Number: Cs2117002 1800.00 ea 0003 clear Back Log contract Period: Base local Stock Number: 903.00 ea base Year item Number description Of Supplies/services quantity unit unit Price amount 1001 remote Watchpat Test Interpretation Services contract Period: Option 1 local Stock Number: Cs2116051 900.00 Ea 1002 watchpatâ® One Direct Program contract Period: Option 1 local Stock Number: Cs2117002 900.00 Ea option Year 1 item Number description Of Supplies/services quantity unit unit Price amount 2001 remote Watchpat Test Interpretation Services contract Period: Option 2 local Stock Number: Cs2116051 900.00 Ea 2002 watchpatâ® One Direct Program contract Period: Option 2 local Stock Number: Cs2117002 900.00 Ea option Year 2 item Number description Of Supplies/services quantity unit unit Price amount 3001 remote Watchpat Test Interpretation Services contract Period: Option 3 local Stock Number: Cs2116051 900.00 Ea 3002 watchpatâ® One Direct Program contract Period: Option 3 local Stock Number: Cs2117002 900.00 Ea option Year 3 item Number description Of Supplies/services quantity unit unit Price amount 4001 remote Watchpat Test Interpretation Services contract Period: Option 4 local Stock Number: Cs2116051 900.00 Ea 4002 watchpatâ® One Direct Program contract Period: Option 4 local Stock Number: Cs2117002 900.00 Ea option Year 4 statement Of Work itamar Medical Interpretation Service general: This New Urgent Request Is Due To A Current Backlog Of 903 Sleep Study Consults For The Home Sleep Studies That Have Not Been Read. The New Service Request Will Include Having The Company Not Only Provide The Interpretation Service, But They Will Also Send Out The Equipment To The Veterans And Interpret The Study Once It Is Returned To Them. They Will Maintain The Upcoming Studies And Close Out Timely. equipment Description: This Is An Interpreting Service That Will Send Out Home Study Kits For The Veterans To Use At Home. Once The Kit Is Returned To The Company, They Will Interpret The Study And Then Provide Cpap/bipap Machines To The Veteran If Ordering Is Required. performance Requirements: The Interpreting Service Will Directly Send Out The Home Sleep Study Kits To The Veterans. Once The Kits Are Returned To The Service And Study Interpreted The Veteran Will Receive Machines As Needed If Provider Orders The Equipment. contract Performance Monitoring: the Government Reserves The Right To Monitor Services In Accordance With Performance Requirements. cloudpat Website Enables The Interpreting Physician As Well As The Sleep Technologist To Access Sleep Studies And Prescriptions. days And Hours Of Operation: all Work Required In The Performance Of This Contract Shall Be Performed During The Hours Of Monday Saturday 24/7 And Reports/results Should Be Returned Within 48 Hours After Test Have Been Uploaded. the Watch Pat Studies Are Interpreted By Board Certified Sleep Physician. purchase Is Good Until All 903 And Any Plus Studies Have Been Performed And Interpreted (meaning No Expiration On Interpretation Services) the Interpretation Will Include: diagnosis therapy Prescription If Needed this Will Provide A Proficient Solution For The Backlog Of Patients Requiring Sleep Studies. termination Of Service: The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. security: the Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. ~end Of Sow~ similar Services/items Should Be Compatible To And Meet Or Exceed Similar Items Produced By Zoll Itamar Surgical And Meet The Below Salient Characteristics: 7 Channels With 4 Respiratory Indices 89% Correlation To Psg1â â  accurate Diagnosis With True Sleep Time And Sleep Staging approved Measure In The 2017 Aasm Hsat Clinical Practice Guidelines must Be Compatible With Somnoware Software. place Of Performance address: Carl Vinson Vamc 1826 Veterans Blvd dublin, Ga postal Code: 31021 country: United States 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 52.212-2, Evaluation-commercial Products And Commercial Services 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 Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services [nov 2023] Addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses 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 Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: vaar 852.201-70 Contracting Officer S Representative (dec 2022) vaar 852.203-70 Commercial Advertising May 2018 vaar 852.219-75 Va Notice Of Limitations On Subcontracting - Certificate Of Compliance For Services And Construction (jan 2023) (deviation) vaar 852.223-71 Safety And Health (sep 2019) vaar 852.232 72, Electronic Submission Of Payment Requests vaar 852.242-71 Administrative Contracting Officer (oct 2020) far 52.252-2 Clauses Incorporated By Reference (feb 1998) far 52.203-16 Preventing Personal Conflicts Of Interest (jun 2020) far 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-18 Commercial And Government Entity Code Maintenance (jul 2016) far 52.228-5 Insurance Work On A Government Installation (jan 1997) far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (dec 2013) cl-120 Supplemental Insurance Requirements far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (dec 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: [52.203-6, 52.203-17, 52.204-10, 52.204-14, 52.204-27, 52.209-6, 52.219-28 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-50, 52.222-54, 52.222-55, 52.222-62, 52.223-18, 52.225-13, 52.232-33, And 52.242-5.] all Quoters Shall Submit The Following: adequate Documentation Detailing The Capabilities Of The Offeror To Meet The Requirements Of The Description/specifications And Work Statement, And A Complete 852.219-75 - Attachment 2 Limitations On Subcontracting all Quotes Shall Be Sent To The Darius Crane, Nco 7 Contracting Officer Email Darius.crane@va.gov. Not Later Than 02/11/2025 15:30 Eastern Time. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email. All Offers Must Include The Solicitation Number. 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 Most Favorable To The Government. the Following Are The Decision Factors: technical Adequate Documentation Detailing The Capabilities Of The Offeror To Meet The Requirements Of The Statement Of Work, past Performance - Utilizing Cpars, And price - The Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, And Conditions. 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. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures. 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 (nov 2021) (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 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 90 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)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. (e)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. (f)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. (g)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. (h)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. (i)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) the Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.204-7, System For Award Management (oct 2018) 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.233-2, Service Of Protest (sept 2006) 852.233-70, Protest Content/alternative Dispute Resolution (oct 2018) 852.233-71, Alternate Protest Procedure (oct 2018) 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 02/11/2025 15:30 Eastern Time Via Email To Darius.crane@va.gov. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email. 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 Received By January 29, 2025, Nlt 12:00 Pm Est And Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email. darius Crane contracting Officer darius.crane@va.gov
Closing Date11 Feb 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Amendment-3 a. Extend Rfq-25-phx-015 To Tuesday February 18, 2025 And Time Remains The Same. b. Change To: Bpa Terms And Conditions, Annual Review Of Bpa, Paragraph 15: 15. Annual Review Of Bpa: the Contracting Officer Shall Review The Bpa Annually To Continue The Bpa For One More Year On Whether (1) The Schedule Contract That The Bpa Was Established Is Still In Effect, (2) Bpa Still Represents The Best Value To The Government, (3) Request To Contractor On Any Additional Price Reductions, And (4) Cor To Provide Contractor Assessment Performance Rating For The Contractor. Once The Annual Review Is Performed The Contracting Officer Will Determine To Continue The Bpa For Another Year. c. Questions And Answers: 1. Question: The Solicitation Says That Adding Items To The List Will Need To Have A Request For Modification To The Acquisition Department To Add Additional Items. answer: After Award, If New Items Are Needed The Tpoc Will Need To Provide The Acquisition Department A Request For Modification To Add New Items To Price Schedule. 2. Question: Should I Have Only The Approved Items On Our Website? So That They Are The Only Items Visible To Be Ordered On The Website. answer: The Approved Items Are The Items From The Price Schedule And The Items Under The Approved Dental Categories And We Have Listed The Unapproved Dental Categories. You Can Explain The Ordering Process For Unapproved Items Under Factor 1 – Technical, Sub-factor B. 3. Question: Am I Expected/ Required To Have All Henry Schein Items Listed And Priced On The Website For All The Facilities To View? answer: You Are Expected To Have The Items From The Price Schedule Listed On The Website For All The Nine Dental Clinics Locations. 4. Question: Henry Schein Does Not List When Backordered Items Will Become Available. Is This Mandatory For Our Company For The Solicitation? answer: You Need To Provide This Information On How You Going To Explain Backorders As Requested From Factor 1 – Technical, Sub-factor B. 5. Question: To Have This Website Done Is Costly And They Want A Three-year Commitment From Us. I Know That You Cannot Guarantee Anything But What Are Our Chances That The Option Years Would Be Awarded To Us As We Are Doing This Work For The Solicitation? answer: The Bpa Terms And Conditions, Bpa Annual Review, Paragraph 15, See Attachment Amendment-3 Bpa Terms And Conditions. This Paragraph Explains The Annual Review Of Bpa And The Contracting Officer Will Make This Determination. 6. Question: Some Addresses Are Different From The Ordering Official Delegation And Site Location Attachment. answer: We Will Use The Address From The Bpa Terms And Conditions, Delivery Location And Time, Paragraph 12, See Amendment-3 Bpa Terms And Conditions. amendment-2, Added Revision To Price Schedule the Purpose Of This Amendment Is To Provide Revised Price Schedule To Include Quantity, If Equal Product Offer Shall Provide Equal Item No, Equal Description, And Equal Size. attachment: Amendment-2, A Price Schedule amendment-1, Question And Answers 1. Will You Accept "equal" Products To The Listed Items? If So, How Should We Designate An "equal" Item Through The Bid Schedule? If Not, May I Ask The Reason For Not Allowing Equivalent Products? we Have Changed The Rfq-25-phx-015 To Brand Name Or Equal Henry Schein Dental Supplies, See Attachment Amend-1 Rfq-25-phx-015. 2. I Read That You Expect Over 90% Of The Items To Be Awarded To One Company, How Will The +-10% Of Other Items Be Awarded? this Statement Changed To “we Expect That The Majority (over 90%) Of The Products Under This Bpa Will Be Purchased Through One Contractor And We Expect The Contractor To Add The New Items Into The Price Schedule To Meet The 90%”, See Attachment Amend-1 B Scope Of Work. 3. Does The Government Need The Indian-owned Firm To Supply Their Own Ordering Website Or Do You Want To Order Through A Large Company's Website And Utilize The Winning Vendors Account On The Large Company's Site? you Will Need To Provide This Information For Factor -1 Technical, Sub-factor B: Offeror Shall Provide On-line Web-site Ordering System From Their Distributor To Include Process For Account Set-up, Ordering Process, And Return Policies. five-year Blanket Purchase Agreement (bpa) For Brand Name Or Equal Henry Schein Dental Supplies indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) place Of Performance: Nine Service Unit Locations (i) This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Far Subpart 12.6 And Far 13.303 Bpas As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Separate Written Solicitation Will Not Be Issued. the Government Will Award One Firm-fixed Price Bpa Contract Resulting From This Combined Synopsis/solicitation To The Responsible Offeror Whose Offer Is Conforming To The Brand Name Or Equal Henry Schein Dental And Supplies. Lowest Price Technically Acceptable (lpta) Source Selection Will Be Used Where Best Value Is Expected To Result From Selection Of The Technically Acceptable Proposal With The Lowest Evaluated Price. (ii) Solicitation Number Is #rfq-25-phx-015 And Is Issued As A Request For Quotation (rfq). (iii) This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, Effective 01/17/2025. (iv) This Requirement Is Set-aside To Indian Small Business Economic Enterprises Or Native-owned Small Business Under Naics Code 339114 And Size Standards Is 1,000 Employees. (v) The Contract Line Items (clins) Are Listed On The Price Schedule. Offers Shall Enter All Prices For All The Clins On The Price Schedule For The Base Year, Option Year 1, Option Year 2, Option Year 3 And Option Year 4, See Bottom Tabs On Price Schedule. Not Providing Prices For All Clins Items Shall Make Your Offer Non-responsive To The Solicitation. see Attachment A - Price Schedule. Offeror Can Provide Listing Of Items On A Separate Quote Or Items On Attachment - A Price Schedule. Unit Prices Should Include Shipping Charges And Shipping Is Fob Destination. (vi) The Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Intends To Procure For Brand Name Or Equal Henry Schein Dental Supplies. approved Dental Categories: 1. Alloys, 2. Dental Anesthetic Products, 3. Cements, Liners And Bases, 4. Restorative Materials, 5. Restorative Materials, 6. Crown And Bridge Products, 7. Disposable Exam Room Products, 8. Endodontic Products, 9. Evacuation Products, 10. Dental Hand Instruments (non-mechanical), 11. Impression Materials And Access, 12. Infection Control Products, 13. Infectious Waste Management, 14. Dental Miscellaneous Products, 15. Patient Room And Reusable Exam Products, 16. Pins And Posts, 17. Preventative Products, 18. Rotary Burs And Kits, 19. Surgery Products, 20. X-ray Products, 21. Laboratory, 22. Pharmaceuticals Over The Counter, 23. Dental Health Care Products, 24. Iv And Irrigation Products, 25. Medical Surgical Instruments (non-mechanical), 26. Gloves, 27. Operating Finishing And Polishing, 28. Tooth Whitening, 29. Orthodontic Products, 30. Cad/cam Consumable Products, 31. Periodontal And Bone Management, 32. Articulating, 33. Matrix Materials, 34. Retraction Material, 35. Rubber Dam Materials, 36. Wound Care, 37. Wound Closure, 38. Hypodermic Supplies, 39. Laboratory Supplies, 40. Practice Marketing And 41. Dental Office Supplies. unapproved Dental Categories: 1. Handpieces (mechanical), Parts And Repairs, 2. Large Equipment Accessories/parts And Repairs, 3. Dental Small Equipment (mechanical), Parts, Preventative Maintenance And Repairs, 4. Medical Diagnostics And Emergency, 5. Dental Lighting And Accessories, 6. Dental Equipment Parts Or Accessories And Repairs, 7. Labor Charges Equipment Services, 8. Equipment And Technology, And 8. Registration For On-line Courses (vii) Delivery Location And Acceptance Terms For This Contract Award Is Fob Destination. delivery Locations: 1. Phoenix Indian Medical Center, 4212 North 16th Street, Phoenix, Az 85016; 2. Colorado River Service Unit, 12033 Agency Road, Parker, Az 85344; 3. Peach Springs Health Center, 943 Hualapai Way, Peach Springs, Az 86434; 4. Hopi Health Care Center, Highway 264 Mile Marker 388, Polacca, Az 86042; 5. Fort Yuma Service Unit, 401 East Picacho Road, Winterhaven, Ca 92283; 6. Southern Bands Health Center, 515 Shoshone Circle, Elko, Nv 89801; 7. Whiteriver Service Unit, 400 West Apache Drive, Whiteriver, Az 85941; 8. Cibecue Health Clinic, 2nd West 3rd Street, Cibecue, Az 85911; And 9. Fort Duchesne Health Center, 6822 East 1000 South, Fort Duchesne, Ut 84026 (viii) Addendum To Far 52.212-1, Instructions To Offerors – Commercial Items (oct 2018). submissions Of Offers 1. Offers, Shall Include All Required Documents And Must Be Submitted To The Contact Specialist Donovan Conley At Email Address Donovan Conley@ihs.gov. Documents Must Be Properly Executed And Submitted No Later Than The Offer Due Date Of February 14, 2025 At 4:00 Pm Mst (az Time). No Questions Will Be Accepted After February 14, 2025 At 12:00 Pm Mst (az Time). Only Electronic Offers Will Be Accepted And Must Be Emailed To Donovan.conley@ihs.gov. Any Submission Of Offers After The Closing Date Of The February 24, 2025 At 4:01 Pm Mst (az Time) Will Not Be Accepted For Consideration. 2. Exceptions To Terms And Conditions: Offerors Must Clearly Identify Any Exception To Solicitation Terms And Conditions And Provide Accompanying Rationale. 3. Registration In System For Award Management (sam): In Order To Be Eligible For Contract Award Offerors Must Be Registered In Sam At Https://www.sam.gov. 4. Offeror Shall Provide The Following Information: uei Sam Number And Tin Number On Attachment C – Clauses And Administration Data. 5. Basis Of Award: this Acquisition Will Utilize Lowest Price Technically Acceptable (lpta) Source Selection Procedures Were Best Value Is Expected To Result From Selection Of The Technically Acceptable Proposal With The Lowest Evaluated Price. By Submission Of Its Offer, The Offeror Accepts All Solicitation Requirements, Including Terms And Conditions, Representations And Certifications, And Technical Requirements. Failure To Meet A Requirement May Result In An Offer Being Determined Technically Unacceptable. in Order For An Offeror To Be Considered For Award, The Proposal Must Receive An “acceptable” Rating In Every Non-price Factor. Any Proposal Receiving A Rating Of “unacceptable” In Any Non-price Factor Will Not Be Further Evaluated. ratings For Technical: acceptable – Proposal Clearly Meets The Minimum Requirements Of The Solicitation. unacceptable – Proposal Does Not Clearly Meet The Minimum Requirements Of The Solicitation. for The Purpose Of Award, The Government Shall Evaluate Offers Based On The Evaluation Factors Described Below: factor 1 – Technical: offeror Shall Provide The Following Sub-factor Information. sub-factor A: Offeror Shall Provide Current Distribution Letter For Dental Supplies And Provide Distributor’s Name, Work Phone Number And Email Address. sub-factor B: Offeror Shall Provide On-line Web-site Ordering System From Their Distributor To Include Process For Account Set-up, Ordering Process, And Return Policies. sub-factor C: Offeror Shall Provide Number Of Day Of Delivery For Nine Locations With Tracking Information From Paragraph Vii. factor 2 – Past Performance: offerors Are Required To Furnish One To Three Current, Or Recently Completed Federal, State, Local Government, Or Private Contracts Under Which You Have Provided The Same Or Similar Or Relevant Supplies Or Services Required In This Solicitation Within The Last Five (5) Years. Provide Contact Name, Period Of Performance Dates, And Point Of Contact, Telephone Number, And Email Address. Past Performance Will Be Reviewed To Assure That The Offeror Has Relevant And Successful Performance History. Contractor Shall Notify All References That Have Been Provided To The Ihs For Their Solicitation. past Performance Reference Format: contract Number: ___________________________________ contractor Name:___________________________________ contractor Address:__________________________________ contact Name:_____________________________________ contact Telephone No:_______________________________ contact Email:_____________________________________ supplies Provided:___________________________________ period Of Performance Dates:___________________________ contract Amount Including Options: $____________________ contractor Ein Number: ______________________________ the Government May Rely On Internal Documentation Including The Federal Awardee Performance And Integrity Information System (fapiis) Past Performance Information Retrieval System (ppirs) And Contracting Officer's Knowledge Of And Previous Experience With Supply Or Service Being Acquired For Determining Past Performance, If No Record Of Past Performance Is Found In Fapiis Or Ppirs, The Contractor Shall Not Receive A Favorable Or Unfavorable Rating, But Shall Receive A Rating Of Neutral. factor 3 – Price: offeror Shall Provide Prices Using Attachment A – Price Schedule Or Provide Quotation With The Items Listed From The Price Schedule. Offers Shall Enter All Prices For All The Clins On The Price Schedule For The Base Year, Option Year 1, Option Year 2, Option Year 3 And Option Year 4, See Bottom Tabs On Price Schedule. Not Providing Prices For All Clins Items Shall Make Your Offer Non-responsive To The Solicitation. the Government Will Evaluate The Quote To Determine The Price Fair And Reasonableness In Accordance With Far 13.106-3(a). offer Must Be Good For 120 Calendar Days After Submission. fob Destination Conus (continental U.s.). Shipping Charges Shall Be Included In The Purchase Cost Of The Product. Sellers Shall Deliver The Products On Their Own Conveyance To The Location Listed On The Award. (ix) Addendum To Far 52.212-2, Evaluation – Commercial Item (oct 2014). a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation As Follows: award Will Be Made On The Basis Of The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Non-cost Factors. (lowest Price Technically Acceptable, Far 15.101-2) The Following Factors Shall Be Used To Evaluate Offers: factor 1 – Technical (acceptable/unacceptable) Sub-factor A: Provide Distribution Letter Sub-factor B: Provide On-line Web-site Ordering System Sub-factor C: Provide Number Of Day Of Delivery For Nine Locations From Paragraph (vii) factor 2 – Past Performance (acceptable/unacceptable) factor 3 – Price (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (x) Offerors Shall Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Items (may 2024), With Its Offer. (xi) Far 52.212-4 Contract Terms And Conditions – Commercial Items (nov 2023) Applies To This Acquisition. addendum To Far 52.212-4 (g) Invoices. 1. Invoices: Invoices Shall Be Submitted In Arrears: a. Quarterly [ ] b. Semi-annually [ ] c. Other [x] After Shipment Of All Items. 2. Invoice Instructions: invoicing Will Be Completed Electronically At Www.ipp.gov Or Any Successor Site. Note: The Ipp Helpdesk Is Itservicedesk@fiscal.treasury.gov hhsar Clause 352.232-71 Electronic Submission Of Invoice Payment Requests (feb 2022) (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) technical Point Of Contact (tpoc): Nadine Brown, Nadine.brown@ihs.gov contract Specialist: Donovan Conley, Donovan.conley@ihs.gov (xii) Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -commercial Items (jun 2023), See Attachment Clauses And Administrative Data. (xiii) Additional Solicitation Provisions Used For Acquisition Of Commercial Items And Attachments Used For This Combined Synopsis-solicitation. the Office Of Management And Budget (omb) Mandates That U.s. Federal Agencies Use The Internet Protocol Version 6 (ipv6). In November 2020, Omb Issued Memorandum M-21-07 "completing The Transition To Ipv6", Which Outlines The Federal Government's Strategic Intent "to Deliver Its Information Services, Operate Its Networks, And Access The Services Of Others Using Only Ipv6". The Ihs Requires All New It Systems (hardware And Software) To Operate In A Pure Ipv6 Network Environment. This Includes On-premises Services Or Third-party Hosted Services That Require Network Integration Into The Ihs Network. The Offeror's Solution Shall Comply With The Ipv6 Standards Profile As Defined By The Nist Usgv6 Program: Https://www.nist.gov/programs-projects/usgv6-program register In Invoice Processing Platform (ipp): in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payment Requests” ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date. provisions: far 52.204-7 System For Award Management (oct 2018) far 52.216-1 Type Of Contract (apr 1984), The Government Contemplates Award Of A Firm-fixed Price Award Resulting From This Solicitation. attachments: 1. Combined Synopsis-solicitation Rfq-25-phx-015, 6-pages 2. A – Price Schedule, 1-page 3. B – Scope Of Work, 3-pages 4. C – Bpa Terms And Conditions, 8-pages 5. D – Clauses And Administration Data, 8-pages 6. E – Ordering Officials And Site Locations, 2-pages 7. F – 2025 Az Tax Exemption Letter, 3-pages (xiv) N/a (xv) Rfqs Are Due By February 14, 2025 At 4:00 Pm Mst. Email The Offers To Donovan.conley@ihs.gov. Questions Are Due Before February 14, 2025 At 12:00 Pm Mst. Offeror Must Confirm Ihs Receipt Of Their Proposal. you Are Reminded That Representatives From Your Company Shall Not Contact Any Ihs Phoenix Area Employees To Discuss This Rfq During This Solicitation Process. All Questions And Concerns Regarding This Rfq Shall Be Directed To The Contracting Officer Or Contract Administrator. (xvi) Contract Administrator: Donovan Conley, Contracting Specialist, Donvan.conley@ihs.gov contracting Officer: Jeremy Steel, Jeremy.steel@ihs.gov
Closing Date18 Feb 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. solicitation Number 70z04025qag139 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811310. nsn 2990-01-122-3873 governor oem: Wooward Inc pn: Eg-b2p-8240-674 qty: 09 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: nsn 2990-01-122-3873 governor oem: Wooward Inc pn: Eg-b2p-8240-674 qty: 09 Ea delivery: delivery Is Required Jun 30, 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88a 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.]
Closing Date21 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment). as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required. 1. Contract Information: these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310. the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc. work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract. three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract. the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7 in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees. “any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”. if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer: required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions. approximate Award Date: June 2025 the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414. 2. Project Information: a-e Services May Include But Not Be Limited To The Following: general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries. architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following: construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings antarctic/cold Region Construction. whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems. architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops. new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp. mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems. topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services. asbestos And Lead Abatement Services Related To Building Renovation Or Demolition. perform/conduct Design Charrettes Including Eco-charrettes prepare Studies (to Include Building, Energy, Life-cycle Studies) prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation. site & Infrastructure/seismic Design In Accordance With The Ufc’s development Of Design Criteria And Basis Of Design design Work Analysis And Technical Specifications nepa Documentation And Coordination historic Architecture And Section 106 Consultation preparation Of Permit Applications. preparation Of Design/build Documents preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions. preparation Of Designs Including Hemp And Scif Areas. preparation Final Design Construction Documents antiterrorism/force Protection Design In Accordance With Applicable Ufc’s sustainable Design/gbi/net Zero Strategy Development cost Estimating Using The Latest Version Mii [m2] Software. value Engineering Studies And Cost Schedule Risk Analysis (csra). preparation Of Deliverables In Building Information Modeling (bim) Format. drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd) demonstrated Construction Phase Services: design During Construction preparation Of Operation And Maintenance Manuals providing Technical Assistance – Responding To Requests For Information (rfis) design Build Conformance Reviews shop Drawing Review – Review Of Shop Drawings And Submittals conduct Site Visits commissioning/enhanced Commissioning; Fit-up Design Support project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project. projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract. 3. Selection Criteria: primary Selection Criteria: the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion). criteria A Through E Are Primary Selection Criteria. criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms. the Firm Is Required To Have The Following Specific Design Capabilities: a. Specialized Experience And Technical Competence In: submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following: - Planning And Scheduling Management Of Fast Track Designs, - Working On Military Installation Projects, - Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey), - Preparing Drawings In Autocad And Autocad Revit, - Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures. on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: projects Demonstrating Experience Working At Military Installations Within Nan Boundaries. projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits. projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better. projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391. projects Demonstrating Experience With Fast-tracked Designs. projects Demonstrating Experience Utilizing A Design Quality Control Plan projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks. b. Qualified Registered Professional Personnel In The Following Key Disciplines: project Manager (p.e. Or R.a. Required) quality Assurance Manager (p.e. Or R.a. Required) architecture (r.a. Required) structural Engineering (p.e. Required) civil Engineering (p.e. Required) mechanical Engineering (p.e. Required) electrical Engineering (p.e. Required) fire Protection Engineering (p.e. Required) landscape Architect (r.la. Required) cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength) geotechnical Engineering (p.e. Required) certified Industrial Hygienist (cih Required) licensed Interior Designer (ncid Required) land Surveyor (p.l.s. Required) anti-terrorism/force Protection Specialist (p.e. Required) blast/explosives Safety Engineering (p.e. Required) industrial Engineering (p.e. Required) industrial/process Engineer (p.e. Required) lean-six Sigma Professional historic Preservationist environmental Engineering (p.e. Required) lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp)) certified Value Specialist (cvs Required) telecommunications Engineering (rccd Required) master Planner (p.e. Or R.a. Required) the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330. senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered. additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above. fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions: i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering. ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written examination. iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation. the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract. c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered. d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team. e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference. secondary Selection Criteria: f. Geographic Proximity In Relation To Ny District Boundaries. g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts. 4. Submission Requirements: interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files. no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process. the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board. supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/ submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day. for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions). interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project. firms Must Be Registered In The Following: Https://www.sam.gov/ naics Code’s Are 541330 And 541310. interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Update 1/14/2024: The Rfi Has Been Updated To Provide New Information On The Government's Intended Contracting Path Forward And Ask Updated Questions Based On Narrowing Down The Acquisition Strategy. Tdp Updates Are Also Anticipated To Be Added To The Bidder's Library In The Near Future And Primary Pocs Have Been Updated. There Are Edits Throughout This Rfi So Please Read In It's Entirety. update 4/1/2024: The Unclassified Bidder's Library With Draft Tdp Is Now Available To Industry. For Those Interested In Access, Please Submit The Signed Terms Of Use Agreement, Dd 2345, And A Capabilities Statment, If Those Have Not Already Been Provided As Well As A Request For Bidder's Library Access Via E-mail To Brittany Burton, (brittany.m.burton4.civ@us.navy.mil), And Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), With A Copy To The Contracting Officer, Ms. Holly Danner (holly.r.danner.civ@us.navy.mil). section 1: Synopsis the Naval Sea System Command (navsea) Is Hereby Issuing A Sources Sought Request For Information (rfi) On Behalf Of The Program Executive Office Integrated Warfare Systems Above Water Sensors Directorate (peo Iws 2.0). Navsea Is Issuing This Announcement As Part Of A Market Survey For The An/spy-6 Radar Variants. This Includes The Air And Missile Defense Radar (amdr) (an/spy-6(v)1) For Ddg-51 Flt Iii, The Amdr Backfit Radar For Ddg-51 Flt Iia (an/spy-6(v)4), The Enterprise Air Surveillance Radar (easr) Rotator (an/spy-6(v)2), And The Easr Fixed Face (an/spy-6(v)3). For Convenience, The Term “spy-6” Is Used In This Rfi To Refer To All Noted Radar Variants. the Spy-6 Variant Radars Are Built Upon Common Hardware Line Replaceable Units (lrus) Using Modular, Open System Principles. It Is Peo Iws 2.0’s Intent To Competitively Award A Multi-award Indefinite Delivery Indefinite Quantity (idiq) Contract To Procure And Supportan/spy-6(v) Radars As Early As Fy27, But Nlt Fy28. The Basis For Production Of Spy-6 Hardware Is Contained In The Technical Data Package (tdp), Which Is Currently Available In Draft Form As Government Furnished Information (gfi). Multi Award Contract (mac) Idiq Scope Will Include “build-to-print" Production Where Applicable For All Variants Of Spy-6, And May Include Technology Refresh, Obsolescence Resolution, And Additional Development Support. The Term “build-to-print" In This Context Means Producing To The Exact Specifications, Drawings, And Design Contained Within The Tdp, With Modifications Allowed Only For The Purposes Of Addressing Obsolescence, Non-compliances With The System Specifications (a-specifications), And Reducing Life-cycle Cost Of All Spy-6 Radars To Be Fielded. the Government Intends To Compete Requirements For Breakouts Of Lrus Or Subsystems Via Multiple Delivery Or Task Order Within The Idiq. Feedback Is Desired From Industry On This Strategy, The Potential Lrus To Be Competed Separately, And Individual Interest In Each Of The Potential Breakouts. Final Contract Types Have Not Yet Been Determined But May Be Fixed-price Incentive, Firm-fixed Price, Or Some Combination Thereof, With The Potential For Other Incentives To Be Determined. Currently The Government Is Interested In Scheduling 1:1 Discussions With Industry Companies That Are Interested In Participation At The Full Subsystem Level. Future Opportunities Will Be Available For Interested Subcontractor Participation. section 2: General Information pursuant To Far 52.215-3 This Is A Request For Information (rfi) Notice Only. This Rfi Is For Planning Purposes And Is Issued Solely For Conducting Market Research In Accordance With Far Part 10. The Government Is Not Seeking Or Accepting Unsolicited Proposals. This Notice Shall Not Be Construed As A Contract, A Promise To Contract, Or A Commitment Of Any Kind By The Government. Specific Responses Will Not Disqualify Or Have An Impact On Participation And Evaluation On Future Solicitations. Not Responding To This Rfi Does Not Preclude Participation In Any Future Solicitation. If A Solicitation Is Issued In The Future, It Will Be Announced Via The System For Award Management (sam.gov) Website And Interested Parties Must Comply With That Announcement. It Is The Responsibility Of Interested Parties To Monitor Sam For Additional Information Pertaining To This Requirement. any Small Businesses That Believe They Can Accomplish This Entire Requirement Should Indicate Their Small Business Status (see Far Part 19) In Their Response. peo Iws 2.0 Representatives May Or May Not Choose To Meet With Rfi Respondents. Such Discussions Would Only Be Intended To Get Further Clarification Of Potential Capability To Meet The Requirements. questions Regarding This Announcement Shall Be Submitted In Writing Via E-mail To The Contract Specialist And Contracting Officer’s Email Addresses (listed In Section 5 Below). Verbal Questions Will Not Be Accepted. Questions Shall Not Contain Classified Information. section 3: Requirements Overview a Brief Overview Of The Spy-6 Variant Mission Requirements And Array Configuration Is Provided As Follows: an/spy-6(v)1 Is Designed To Meet Mission Performance And Size, Weight, And Power – Cooling (swap-c) Requirements Of The Ddg-51 Flt Iii Ships With Aegis Baseline 10 (bl 10) Combat System. The An/spy-6(v)1 Will Provide Volume Search, Tracking, Ballistic Missile Defense (bmd) Discrimination, And Missile Communications In A Wide Diversity Of Environments And Conditions. This Variant Includes 37 Radar Modular Assemblies (rmas) Per Array, Each Which Contain Independent Transmit And Receive Lrus And Provide Spy +16 Minimum Sensitivity. There Are 4 Arrays Per Shipset. an/spy-6(v)2 Is Designed To Meet Air Defense And Air Traffic Control Mission Performance And Swap-c Requirements Of The Cvn (nimitz) Class Carriers, Landing Helicopter Assault (lha) Hulls, And Landing Platform/dock (lpd) Hulls. This Variant Includes A Single Array On A Rotating Platform, With 9 Rmas. an/spy-6(v)3 Is Designed To Meet Air Defense And Air Traffic Control Mission Performance And Size, Weight, And Power – Cooling (swap-c) Requirements Of Cvn (ford) Class Carriers And Will Additionally Provide Engagement Support For Future Frigate (ffg(x)) Hulls. This Variant Includes 9 Rmas Per Array With 3 Arrays Per Shipset. an/spy-6(v)4 Is Designed To Meet Mission Performance And Swap-c Requirements Of The Ddg-51 Flt Iia Ships With A Variant Of Aegis Baseline 10 (bl 10) Combat System, To Be Defined. The An/spy-6(v)4 Will Provide Volume Search, Tracking, Bmd Discrimination, And Missile Communications In A Wide Diversity Of Environments And Conditions. This Variant Includes 24 Rmas Per Array With 4 Arrays Per Shipset. the Notional Shipset Procurement Schedule (including Potential Fy27-30 Fms) For The Above Spy-6 Variants Is: spy-6 Variant Fy27 Fy27 Fy28 Fy29 Fy30 Fy31 Fy32 Fy33 Fy34 Fy35 an/spy-6(v)1 2-6 2-4 2-4 2-4 2 2 2 2 2 2 an/spy-6(v)2 0-2 1-6 0-5 0-1 2 0 0 1 0 0 an/spy-6(v)3 1-3 2-3 1-4 1 2 1 1 0 0 1 an/spy-6(v)4 2 2-5 2-3 2-3 2 2 2 2 2 2 unit Totals 5-13 7-18 5-16 6-9 8 5 5 5 4 5 quantity Note: The Government Is Considering Capturing Potential Fms Quantities In Fy27-fy30 Options On This Future Contract Action, Which Drives The Upper-range Uncertainty. Multiple Countries Have Expressed Interest In Procuring Spy-6 Variants, But No Formal Fms Cases Are In Progress. There Is Potential For Fms Quantities Beyond Fy30. Usn Quantities Drive The Lower End Of The Range And Are Stable Through Fy29, With Increased Potential For Changes Beyond. for Context, The Fy16-25 Spy-6 Contract Procurement Schedules Are As Follows: spy-6 Variant Fy16 Fy17 Fy18 Fy19 Fy20 Fy21 Fy22 Fy23 Fy24 Fy25 Totals an/spy-6(v)1 1 2 1 3 2 0 3 2 2 2 18 an/spy-6(v)2 0 0 0 0 4 0 2 2 2 0 10 an/spy-6(v)3 0 0 0 0 2 0 2 1 2 1 8 an/spy-6(v)4 0 0 0 0 0 0 0 1 1 2 4 unit Totals 1 2 1 3 8 0 7 6 7 5 40 the Government Is Interested In Procuring Spy-6 Radar Lrus From Offerors That Have The Following Attributes: have Past Experience Developing And Manufacturing Complex Radar Systems Or Subsystems, Including S-band Radio Frequency (rf) Electronics, Digital Communications Networks, X86 Processing Nodes, High-voltage Power Distribution And Conditioning Systems, High-capacity Cooling Units, And Array Structures. have Demonstrated The Ability To Produce Hardware Units According To Detailed Technical Data Package Materials Provided To Them. experience Teaming With Industry Partners For Subsystem Development experience Cooperating With Other Prime Industry Partners Integrating Complex Systems. experience Maintaining Fielded Navy Hardware Systems. the Government Contemplates Acquisition Via The Following Separate Delivery/task Orders Within The Idiq For Production: digital Receiver/exciter (drex) Lrus transmit/receive Integrated Microwave Module (trimm) Lrus prime Power Equipment (ppe) Subsystems production Integrator, Including Remainder Of Radar Subsystem Procurements level-of-effort Labor Hours/odcs For Engineering Support Tasking As Necessary Via Technical Instruction section 4: Submission Of Responses the Government Is Not Requiring Written Responses, Although Written Responses Will Be Accepted. The Government Seeks To Have A One-on-one Discussion With Each Interested Company That Would Participate As A Prime Contractor For One Or More Delivery Orders To Further Discuss This Rfi And Receive Industry Responses. The Government Also Intends To Schedule One Or More Virtual Industry Days In The Future Which Would Allow For Participation Of Interested Subcontractors As Well As Interested Prime Contractors. responses To This Rfi Should Be Submitted By The Closing Date And Time Via E-mail To Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), And Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), With A Copy To The Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil) section 4.1: Content written Responses Are Not Required, With Exception Of A Capability Statement And Request For A One-on-one Meeting. Companies That Submitted A Capability Statement To The Previous Rfi Are Not Required To Resubmit. Companies That Optionally Choose To Respond To This Rfi In Writing Should Provide A Response Not To Exceed Thirty (30) Pages. cover Sheet, Company Profile, Table Of Contents, And List Of Abbreviations And Acronyms Are Exempt From The Page Limit. A Detailed Proposal Is Not Requested. Responses Should Indicate Sufficient Detail For Assessment Of Potential Contracting Strategies And Company Interest; Submissions Should Be Organized As Follows: cover Sheet - Rfi Number And Name, Address, Company, Technical Point Of Contact, With Printed Name, Title, Email Address, Telephone Number, And Date company Profile - Include The Following Information: company Name company Address commercial And Government Entity (cage) Code point Of Contact e-mail Address website Address telephone Number business Category (i.e., Large, Small Disadvantaged, Veteran, Woman Owned, Etc.) please Advise If You Would Like To Be Publicly Disclosed As An Interested Party Through This Fbo Notice In An Effort To Foster Industry Teaming Possibilities. table Of Contents, With List Of Figures And Tables With Page Numbers general Response Information list Of Abbreviations And Acronyms product Line Brochures, Catalog Excerpts, Etc. May Be Submitted And Referenced Within The General Capability Statement And Are Exempt From The Page Limit. the Government Wishes To Address The Following Questions In One-on-one Sessions (any Questions Answered In The Previous Rfi Do Not Need To Be Discussed Again In One-on-ones Unless Information Has Changed): do You Have Past Experience Procuring/producing Build To Print Hardware? If So, Are There Any Recommended Lessons Learned For The Government To Incorporate Into The Contracting Strategy? what Manufacturing Facilities Does Your Organization Have And What Product Lines Have Been Developed In These Facilities In The Past? do You See Utility In The Government Pursuing A Multiple Award Strategy With Break-outs Of The Radar Subsystems? Are There Additional Strategies You Would Suggest Or Specific Parameters You Would Suggest To Increase Your Interest In Competing? would You Prefer To Bid On An Entire Spy-6 System Or A Subset? If Subset, Which Subsystem(s) Or Lrus Would You Be Interested In Bidding? Do You Believe There Is Utility In Breaking Out A Different Subset Of Components From The Government’s Initial Set? would You Be Willing To Compete On A Multi-award Idiq Contract? in The Event Of Breaking Up The System Into Separate Sources, The Government Envisions A “production Integrator” To Produce Any Components From The Tdp Not Separately Sourced, The “production Integrator” Would Also Potentially Support The Government In Management Of Subsystem Sources, And Complete The Remaining Production Scope (e.g. Configuration Management, Planning, Array Integration And Test). What Considerations Do You Have For This Role And How It Would Be Contracted? Would This Be A Role Your Company Is Interested Bidding For? If This Role Did Not Include Other Subsystem Production, Would Your Company Be Interested In Competing? Is There A Particular Mix Of Subsystems That, When Combined With This Role, Would Make Competing For This More Enticing To Your Company? would Your Company’s Interest Change If Technology Refresh Scope Were Included? would Your Company’s Interest Change If Firmware, Software, Or Any Other Development Scope Were Included? what Timeframes Does Your Organization Believe Are Appropriate For Proposal Preparation, And Time From Contract Award To First Production Unit Delivery? Please Specify This Timeline For Each/any Lrus Your Company Is Interested In. what Minimum Time Does Your Organization Require With The Tdp Prior To Submitting A Proposal? do You Have Suggestions For Ways To Reduce System Cost Other Than Through Competition? what Upgrades Does Your Organization Already Have Planned For Manufacturing Facilities? How Would Preparing For This Competition Change Those Plans? How Would Being Awarded A Contract Change Those Plans? what Flexibility Does Your Organization Have In Production Processes To Adjust/adapt To Increasing/decreasing Number Of Production Units? what Near-field Range (nfr) Facilities Does Your Organization Own Or Have Access To? what Rf Circuit Card Assembly Facilities Does Your Organization Own Or Have Access To? How Much Production Capacity Is Available To Support Projected Demand? If Needed What Approach Would You Take For Increasing Capacity? What Manufacturing Processes Does Your Organization’s Facilities Support (e.g. Surface Mount Technology (smt), Wire Bond, Etc)? what Is Your Organization’s Experience With Non-hermetic Monolithic Microwave Integrated Circuit (mmic) Processing And Assembly? if You Are Teaming, How Would Your Organization Manage Subcontractors/teammates To Ensure That The Performance Requirements Are Flowed Down And Met? does Your Organization Have The Ability For The Government To Procure Additional Parts On A Provisioned Items Order (pio) For The Use As Spares? what Would Your Organization Recommend For Production Lead Times To Delivery Of A System Or Subsystem(s) To A Shipyard Or Land-based Facility For Each Of The Spy-6 Variants And Why? Would The Delivery Date Months After Option Exercise (maoe) Decrease Based On A Learning Curve Over Time? Would Delivery Date Maoe Adjust Based On The Number Of Units, Potentially Similar And Different Variants, Being Exercised At The Same Time? would Your Organization Recommend Procuring Equipment In Blocks Or Individually Based On The Needed Delivery Date? If Recommendation Is As A Block, What Is Your Recommendation For Structuring The Block So That It Can Adapt To The Appropriate Number Of Units? what Support Equipment And/or Test Assets Would Your Organization Utilize To Support Hardware Production And Quality Assessments? If Support Equipment And/or Test Assets Are Required, Would Existing Contractor Assets Be Available? If Not, What Would Be Your Approach To Obtain The Equipment? are There Any Cost/pricing Considerations You Would Like To Bring To The Government’s Attention? Do You Have Any Recommendations On The Structure Of The Requirements Or The Overall Contracting Strategy That Would Reduce The Total Price? What Performance Incentive Structure And Growth Would Your Organization Recommend And Why? do The Potential Fms Quantities Affect Or Change Your Answers To Any Of The Above Questions? Are There Specific Considerations You Would Like To Raise With Relation To The Potential Fms Units? if You’ve Reviewed The Gfi Tdp, What Additional Data, If Any, Would Your Organization Believe Is Necessary To Successfully Procure Andproduce Spy-6 Hardware? respondents Are Solely Responsible For Properly Marking And Clearly Identifying Any Proprietary Information Or Trade Secrets Contained Within Their Responses. The Government Will Not Be Liable, Or Suffer Any Consequential Damages, For Any Proprietary Information Not Properly Marked And Clearly Identified. Proprietary Information Received In Response To This Rfi Will Be Safeguarded And Handled In Accordance With Applicable Government Regulations. section 4.2: Classification all Materials Submitted In Response To This Rfi Should Be Unclassified. if A Potential Respondent Believes Submission Of Classified Material Is Necessary Or Will Provide A Higher Quality Response, Please Contact Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), And Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), With A Copy To The Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil). section 4.3: Formatting(if Optional Written Responses Are Provided) navsea Will Accept Only Electronic Unclassified Submission Of Responses. respondents To This Rfi Must Adhere To The Following Details: submissions Shall Be Single Spaced, Typed Or Printed In Times New Roman Font With Type No Smaller Than 12-point Font. pages Should Be 8 1/2 X 11 Inches With A Minimum Of 1 Inch Margins Around The Page. Any Text Contained Within Tables, Graphs, Etc. Should Be 8-point Times New Roman Font Or Larger. included Files Should Be Created/prepared Using Microsoft Office 2016 Compatible Applications. Graphics, Photographs, And Other Data That May Not Be Compatible With Microsoft Office 2016 Should Be Submitted In Adobe Acrobat Format. submitted Electronic Files Should Be Limited To The Following Extensions: .docx Microsoft Word .xlsx Microsoft Excel .pptx Microsoft Powerpoint .pdf Adobe Acrobat .mmpx Microsoft Project submitted Electronic Files Should Not Be Compressed. section 5: Requesting Government Furnished Information (gfi) the Government Has Established A Bidder’s Library With Draft Tdp Material. The Government Anticipates Additional Rfis/industry Days With Opportunities To Comment On The Gfi Or Amend Rfi Responses In The Future. To Obtain Access To The Bidder’s Library, Interested Companies Shall Provide A Current Copy Of Their Approved Dd Form 2345, Military Critical Technical Data Agreement Verifying Eligibility And Authority To Receive Export-controlled Information. In Addition, Interested Companies Must Complete The Terms Of Use Agreement (attachment 1 Of This Rfi). The Dd Form 2345 And Completed Terms Of Use Agreement Shall Be Submitted Via Email To Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), And Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), With A Copy To The Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil). Upon Receipt And Approval, The Gfi Will Be Provided. important: For Purposes Of This Rfi, Each Company Must Be Able To Receive Classified Documents Up To The Secret Level. However, The Government Intends To Include Classified Attachments At The Top Secret/sci/u.s. Only Level Included As Part Of Any Future Solicitation. Therefore, Prime Contractors Interested In Bidding Under Any Subsequent Solicitation Must Be Able To Receive Classified Documents Up To The Top Secret/sci Level And Must Be A United States (u.s.) Company Or An Independent U.s. Subsidiary. The Navy Will Consider Foreign Contractors Acting As Subcontractors To U.s. Prime Contractors. The Export Of Defense Articles, Defense Services, And Related Technical Data Is Subject To The Arms Export Control Act And The International Traffic In Arms Regulations (itar) And Requires The Issuance Of An Export License By The U.s. Department Of State. please Make The Request As Soon As Practicable As It May Take Several Days For The Government To Review And Approve Access To The Documents.
Closing Date14 Feb 2025
Tender AmountRefer Documents 
9231-9240 of 9266 archived Tenders