Software Tenders
Software Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
contract Definitization (may 2023)|5|a Firm Fixed Price Purchase Order|firm Fixed Price|repair T&e Proposal: Not To Exceed 90 Days After Award Of Purchase Order Definitization Not To Exceed 180 Days After Award Of Purchase Order|firm Fixed Price|tbd|
limitation Of Government Liability (apr 1984)|2|tbd|tbd|
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
small Business Program Representations (feb 2024)|4|||x||
annual Representations And Certifications (may 2024)|13|335313|1250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
if You Have Questions Concerning This Rfq, Please Contact The P.o.c. Carly
gassert, Ph 717-605-5693, Fax 717-605-1569, Email:carly.a.gassert.civ@us.navy.mil
note: This Request For Quotation (rfq) Is Being Issued Only To Open, Inspect
and Evaluate The Subject Item(s) Required To Be Repaired. After Receipt Of
your Quotation, A Contract Will Be Issued, And The Item(s) Needing Repaired
will Be Shipped To Your Company For Opening, Inspection And Evaluation.
unless Otherwise Specified, Your Quotation Is Valid For 60 Days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,
delivery Orders) And Modifications Related To The Instant Procurement Are
considered To Be 'issued' By The Government When Copies Are Either Deposited
in The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce
methods, Such As Email. The Government's Acceptance Of The Contractor's
proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As
detailed Herein.
with Your Quote For Teardown And Evaluation Pricing, Please Provide The Following Additional Information:
repair Turn Around Time (rtat) Defined As Induction Start Date To End/final Delivery Date (in Days).
throughput Constraint Defined As Total Assets To Be Repaired Monthly After Initial Delivery Commences. A Throughput Of 0000/month Reflects No Throughput Constraint.
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
1.2 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Circuit Breaker .
2. Applicable Documents
2.1 Applicable Documents;
applicable Documents Are Cited In Sections "c" Through Sections "k" Of The Contract/purchase Order.
3. Requirements
1. For Necessary Services (labor And Material) To Inspect, Evaluate, Repair
and Restore To First Class Operating Condition This Government Owned
equipment In Accordance With Mfg/dwg ;l3 Harris Maritime Power & Energy Solutions / N/a; . Drawing Revision Level Shall Be
the Same As That To Which The Item Was Originally Manufactured Up To Revision
level ;n/a; .
2. Special Instructions ;part Number: Etn355310s31; .
3.1 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order.
block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable.
EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Tender
Others
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Description: 01/24/2025-the Purpose Of This Amendment A0005 Is To Add Clin 0006, A Quantity Of Ten (10) Projectors For The Breakout Room. Clin 0006 Is Optional And Will Not Be Counted Toward The Technical Evaluation. See Attachment-revised 01_24_2025_ Fy25_sample Excel + Conference+pricing+template_blankv2. note: Projector Should Be Suitable For Room Size For Optimized Audience Viewing. ______________________________
01/22/2025- The Purpose Of This Amendment A0004 Is To Provide Theattach Questions And Answers For Rfq #45310025q0011- Excel Conference.
______________________________
01/16/2025-the Purpose Of This Amendment A0003 Is To Provide The Deadline For Questions, Friday, January 17, 2025, 2pm Est.
______________________________
01/15/2025-the Purpose Of This Amendment A0002 Are As Follows: Extend The Quote Due Date From January 15, 2025, 10 A.m. To February 5, 2025, 10 A.m., Washington, Dc Local Time; And Add “locations” Detroit, Chicago, And Minneapolis For The 2025 Excel Training Conference.see Attachment Sf30_amendment_45310025q0011_a0002_rfq Excel Conference_jdaiisigned ______________________________
12/31/2024-the Purpose Of This Amendment A0001 Are As Follows: Attach Questions And Answers For Rfq #45310025q0011- Excel Conference; Revision Of Sample Of Lodging Nights (2025 & 2026); And Added Language To The Clin 0005 - Audio/visual (a/v) Requirements (rental) , A/v For Breakout Rooms , "the Contractor Must Provide The Following Equipment: Microphones (1 Wireless And 1 Wired In Each Breakout Room), Projector Screen...." See Attachment Sf30_amendment_45310025q0011_a0001_rfq Excel Conference_jdaiisigned
_______________________________
statement Of Work (sow) examining Conflicts In Employment Laws (excel) Training Conference Fy 2025 & Fy 2026 the U.s. Equal Employment Opportunity Commission (eeoc), Revolving Fund Division, Eeoc Training Institute (hereinafter Referred To As The Institute) Has A Requirement For A Contractor To Provide A Full-service Training Facility To Include Lodging, Meeting And Exhibitor Space, Food And Beverage Service, Audio/visual Equipment, Limited Audio/visual Support Services And Business Center Support To Conduct The Annual Examining Conflicts In Employment Laws (excel) Training Conference (hereinafter Referred To As The Conference). This Annual Conference Provides Training To Federal Agencies And Private Employers On The Laws Enforced By The Eeoc. The Institute Anticipates A Minimum Of 600 Registrants With A Maximum Of 1,000 Registrants, Plus An Additional 100 Attendees Consisting Of Other Staff, Presenters, And Exhibitors Who Provide Support For The Conference. the Excel Training Conference Will Be Held For Four (4) Days. The Preferred Schedule Is Pre- Conference Registration Will Be Held On Sunday And The Pre-conference Sessions On Monday. Full Conference Registration Will Be Held On Sunday And Monday. Pre-conference Sessions Will Be Held On Monday (day 1) From 8:00am – 5:00pm. The Full Conference Will Be Held From Tuesday (day 2) At 8:00am, Ending On Thursday (day 4) At 5:00pm. The Plenary Sessions Will Be Held On The Mornings Of Tuesday (day 2), Wednesday (day 3), And Thursday (day 4). breakout Sessions Will Be Held On The Mornings Of Tuesday (day 2), Wednesday (day 3), And Thursday (day 4) After The Plenary Sessions Until 5:00pm. Food And Beverage Service Is Required For Continental Breakfast And For A Light Lunch For Three (3) Days, Tuesday (day 2), Wednesday (day 3), And Thursday (day 4). The Institute Also Requires Morning And Afternoon Breaks Each Day (tuesday-thursday), And A Conference Reception On One Day During The Conference (the Exact Date And Time Will Be Determined Later By The Institute). The Institute May Offer Six (6) Pre- Conference And Post-conference Workshops For Up To 300 People Outside Of The Tuesday - Thursday Conference. requirments For Location And Dates the Contract Must Be Able To Provide A Facility For The Entire Scope Of The Contract. The Eeoc Will Only Accept Quotations For Following Dates And Locations. the Preferred Dates And Locations For The Excel Training Conference In Each Fiscal Year 2025 & 2026 As Follows: the Preferred Dates And Locations For The 2025 Excel Training Conference Are: location: atlanta, Georgia detroit, Michigan chicago, Illinois minneapolis, Minnesota dates: july 12 - July 17, 2025 august 9 - August 15, 2025 august 16 - August 21, 2025 august 23 - August 28, 2025 august 30 - September 4, 2025 the Preferred Dates And Locations For The 2026 Excel Training Conference Are: locations: detroit, Michigan (1st Preference) minneapolis, Minnesota (2nd Preference) chicago, Illinois (3rd Preference) denver, Colorado (4th Preference) phoenix, Arizona (5th Preference) san Diego, California (6th Preference) palm Springs, California (7th Preference) dates: june 6 - June 11, 2026 june 13 - June 18, 2026 june 20 - June 25, 2026 june 27 - July 2, 2026 july 11 - July 16, 2026 july 18 - July 23, 2026 august 22 – August 27 august 29 - September 3, 2026 the Pre-conference And Full Conference Will Be Held From 8:00am – 5:00pm. We Will Require The Use Of The Registration Area For The Pre-conference And Assembling Of Materials One Day Prior To The Pre-conference From The Hours Of 8:00am – 5:00pm. please Indicate Availability For Each Date In The Technical Portion Of The Quotation. No Other Dates Or Combination Of Dates Will Be Considered By The Government. the Government Contemplates The Award Of A Firm-fixed Price (ffp) Contract. the Following Requirements For The Training Facility Are Specified In Terms Of Minimum Requirements. The Contractor Must Meet The Following Minimum Requirements: the Quotation Package Shall Include The Following Line Items In A Written Quotation: schedule Of Supplies And Services Fy 2025: clin 0001, Lodging - Quantity Four 4 Days Each (see Below List Of Lodging Requirements), Unit Price $ , Total For Clin 0001 $ . clin 0002, Rental Of Conference Meeting Space - Quantity 4 Days Each (see Below List Of Conference Meeting Space Requirements), Unit Price $ , $ , Total For Clin 0002 $ . clin 0003, Business Center Services Expenses - Quantity 4 Days, (see Below List Of Business Center Requirements), Unit Price $ , Total For Clin 0003 $ . clin 0004, Food And Beverage Services - Quantity 4 Days (see Below List Of Food And Beverage Requirements), Unit Price $ , Per Person Per Day, Total For Clin 0004 $ . clin 0005, Rental Of Audio/visual Equipment And Technical Support - Quantity 4 Days Each (see Below List Of Audio/visual Requirements), Unit Price $ , Total For Clin 0005 $. total Price For Clins 0001 Through 0005: $fy 2025: clin 0001, Lodging - Quantity Four 4 Days Each (see Below List Of Lodging Requirements), Unit Price $, Total For Clin 0001 $ clin 0002, Rental Of Conference Meeting Space - Quantity 4 Days Each (see Below List Of Conference Meeting Space Requirements), Unit Price $ , Total For Clin 0002 $ clin 0003, Business Center Services Expenses - Quantity 4 Days, (see Below List Of Business Center Requirements), Unit Price $ , Total For Clin 0003 $ clin 0004, Food And Beverage Services - Quantity 4 Days (see Below List Of Food And Beverage Requirements), Unit Price $ Per Person Per Day, Total For Clin 0004 $ clin 0005, Rental Of Audio/visual Equipment And Technical Support - Quantity 4 Days Each (see Below List Of Audio/visual Requirements), Unit Price $ , Total For Clin 0005 $ total Price For Clins 0001 Through 0005: $ Fy 2026. a Contract Will Be Awarded To The Responsible Quoter Whose Quotation Represents The Best Value To The Government. The Quoter Must Be Registered In The System For Award Management (sam) Database At The Time The Quotation Is Submitted. Registration Is Free And Can Be Completed On-line Http://www.sam.gov. Each Quotation Must Clearly Indicate The Capability Of The Quoter To Meet The Requirements Specified In This Combined Synopsis/solicitation. conference General Requirements the Contractor Shall Be A High Quality “full-service” Provider With A Past Performance History That Includes A Minimum Of 3 Years Of Experience As A Primary Contractor With A Professional Staff To Execute The Requirements Specified In This Statement Of Work. All Staff Provided By The Contractor Shall Be Either Direct Employees Of The Contractor Or Employees Of An Approved Subcontractor. The Primary Contractor Shall Have Full Responsibility For The Contractor And Subcontractor Staff And Shall Make Direct Contact With The Contracting Officer’s Representative (cor) To Ensure That All Arrangements Are Mutually Understood Concerning Any Logical And/or Financial Arrangements That May Impact The Eeoc. the Contractor Shall Provide Meeting Space, Food And Beverage And Lodging To Serve 600 To 1,000 Registrants And To Provide Business Services. the Contractor Shall Provide Professional Staff To Organize, Coordinate, And Handle Any Last- Minute Requests, As Well As Execute All Logistical Requirements As Specified In This Sow. The Contractor Shall Make Direct Contact With The Host To Ensure That All Arrangements Are Mutually Understood Concerning Arrival Times, Accommodations, Official Functions, Financial Arrangements, And Any Other Special Information That May Impact This Event. The Contractor Or Their Approved Subcontractors Shall Coordinate And Implement All Logistical Arrangements For This Event. logistical Support May Include, But Is Not Limited To, Coordination Of Meeting Accommodations, Customer Service Or Front Desk Information Service, Conference Rooms, Meal Arrangement/catering, Dedicated Internet, And Audio/visual Equipment. americans With Disabilities Act (ada) Requirements all Facilities, Including Restrooms, Recreational Areas, Dining Space, Registration Area, Meeting Space, Hotel Rooms, Exhibitor Space, Office Space, And Audio/visual Equipment Must Meet Ada Requirements For Accessibility. Accommodations For Individuals With Disabilities May Include, But Are Not Limited To Accessible Hotel Rooms, Parking Spaces, Elevators, And Sound Systems, Wide Aisles, And Wheelchair Ramps. Eeoc Will Perform Site Visits Prior To The Award Of The Contract. The Site Visit Will Include An Ada Assessment Of The Property By The Disability Business And Technical Assistance Centers (dbtac) Prior To Award Of The Contract. clin 0001 – Lodging Requirements the Contractor Shall Provide A Minimum Of 400 Hotel Room Nights For Speakers And Eeoc Staff Working The Event. Space Must Be Available Friday Prior To The Conference Through Friday After The Conference. The Contractor Shall Provide Hotel Rooms At Or Below The Federal Government’s Per Diem Rate For Lodging. The Contractor Will Be Paid For A Minimum Of 400 Hotel Room Nights For Speakers And Eeoc Staff Directly Under This Contract. the Contractor Shall Provide A Room Block For Up To 2000 Hotel Room Nights For Registrants And Exhibitors. The Contractor Shall Provide Hotel Rooms At Or Below The Federal Government’s Per Diem Rate For Lodging. These Individuals Will Be Responsible For Direct Payment To The Contractor. the Institute Will Manage The Hotel Room Block And Will Turn Back Any Unused Rooms To The Contractor, Without Penalty, By A Cutoff Date To Be Determined Upon Award Of The Contract. The Institute Will Provide The Contractor With A List Of Registrants, Exhibitors, Speakers And Eeoc Staff. the Institute Requires The Contractor To Block Up To 400 Room Nights At Or Below The federal Government Per Diem Rate For Lodging During The Week Before And After The Conference For Seminar Registrants And Other Conference Personnel. These Individuals Are Responsible For Paying The Contractor Directly For Lodging Costs. All Room Nights Booked By The Institute Or Conference Registrants Will Be Credited To The Conference’s Sole Account. clin 0002 – Conference Meeting, Exhibitor And Office Space Requirements all Meeting Space Must Be Set Up In Classroom Style With 6' Tables, No More Than 2 People Per Table, Or Round Tables With No More Than 10 People Per Table, Mints, One (1) Pitcher Of Water And a Glasses Per Person At The Table Or Set Up Using Classroom Style. A Podium And Two (2) Tables Located In The Front Of The Classroom Are Required For The Presenters. Rooms Must Have Additional Space To Accommodate A/v Equipment. plenary Room: A Plenary Room That Can Accommodate A Minimum Of 600 Registrants Up To 1,000 Registrants And 100 Presenters/staff In Classroom Style Seating Or Can Accommodate Up To 1,000 Registrants And 100 Presenters/staff Using Round Tables That Seat 10 People And 2 To 4 Comfortable Chairs For The Eeoc’s Chair And Keynote Speakers (large/high Back Chairs) Is Required On Tuesday (day 2) From 8:00am To 12:00pm, On Wednesday (day 3), And On Thursday (day 4) From 8:00am To 10:00am. The Plenary Room Must Have Additional Space To Accommodate A Raised Platform That Is Ada Accessible. This Includes A Platform Which Is No More Than 24” High And Is Wheelchair Accessible On At Least One Side. If A Wheelchair Ramp Is Used, The Ramp Must Have Railings On Both Sides And The Rise Over Run Cannot Be More Than 8.3%. The A/v Requirements Will Be Discussed Below. dining Space (ballroom): A Dining Space Area Within A Separate Ballroom Or Event Space That Can Accommodate Speakers As Well As A Minimum Of 600 Registrants Up To 1,000 Registrants And 100 Presenters/staff. Exhibitor Floor Room Are Not Acceptable Unless Approved. The Ballroom Will Be Set Up In Banquet Rounds Of Ten (10) With An Appropriately Sized Riser To Hold A Podium With Podium Microphone. This Space Is Required On Tuesday (day 2) - Thursday (day 4) From 12:00pm To 1:30pm. Please See The Internet And A/v Sections For Additional Specific Requirements. The Plenary Room And Dining Space (ballroom) Functions Cannot Be Held In The Same Room. breakout Session Rooms: The Breakout Session Rooms Are Required For Monday (day 1), Pre- Conference From 8:00am - 5:00pm Is Six (6) Breakout Rooms As Follows: Four (4) Rooms To Accommodate Up To 100 Registrants, And Two (2) Rooms To Accommodate Up To 75 Registrants. On Tuesday (day 2) From 1:30pm - 5:00pm, On Wednesday (day 3), And On Thursday (day 4) From 10:30am - 5:00pm, The Following Breakout Rooms For The Full Conference Are Required: Two (2) Rooms To Accommodate Up To 300 Registrants; Two (2) Rooms To Accommodate Up To 200 Registrants, And Five (5) Rooms To Accommodate Up To 150 Registrants, And One (1) Room To Accommodate 75 People. The Plenary Session Room Can Also Serve As A Breakout Session Room If Space Is Configured With Air Walls And The Necessary A/v Equipment Is Functional To Accommodate The Full Agenda. speaker-ready Room the Speaker Ready Room Will Be Used By Institute Speakers To Prepare For Their Respective Presentations From 8:00am-5:00pm On Monday – Thursday. The Room Should Be Equipped With 2 Small Tables With Chairs, Lounge Chairs, And Comfortable Seating. The Area Should Be Stocked With Coffee, Tea, And Water Pitchers With Glasses. In Addition, The Speaker Ready Room Should Have A Small Refrigerator And Microwave For Use By The Speakers. exhibitor Space exhibitors Will Be At The Excel Training Conference. Exhibitor Space For Up To 20 Exhibitors Is Required For Monday – Thursday In A Foyer Area Near The Plenary Session, Registration Area Or Dining Space (ballroom) That Accommodate The Am/pm Break Services. Ten (10) Exhibitor Spaces Shall Be Equipped With Two (2) 6’ Tables, Two (2) Chairs And Ten (10) Exhibitor Spaces Shall Be Equipped With One (1) 6’ Table, Two (2) Chairs. The Contractor Will Furnish Tablecloth And Drape For The Front Of The Tables And A Wastebasket Per Exhibitor. The Exhibitors Will Be Responsible For All Additional Equipment And Booth Requirements And Will Work Directly With The Hotel. pre-function Room the Pre-function Room Will Be Used To Assemble Up To Ten (10) Pallets Of Conference Materials And Supplies. This Room Needs To Be Available From 8:00am On The Friday Before The Start Of The Conference Through Friday At 5:00pm The Day After The Conference Ends. The Room Needs To Be Equipped With Carts To Transport Completed Conference Materials To The Registration Areas For The Conference. The Contractor Also Needs To Provide A Secured Office That Can Be Used To Store Laptops, A/v Equipment, And Conference Materials During The Same Time. Only Eeoc Staff Should Have Access To The Secured Office. The Pre-function Room And Secured Office Shall Be Adjoining And Shall Have At Least Eight (8) Tables, Twenty (20) Chairs, Wastebaskets, And Water Pitchers With Glasses. registration And Office Areas the Contractor Needs To Provide Two (2) Registration Areas. One Registration Area Must Be Available From Sunday Afternoon 12:00pm – 6:00pm To Accommodate Pre-conference Registration And From Monday 7:30am – Thursday 6:00pm To Accommodate Registrants, And The Other Registration Area Is Needed From Tuesday – Thursday 7:30am – 6:00pm To Register Staff, Presenters And Exhibitors. Each Area Shall Have Six (6) Tables With Four (4) Chairs Per Table. directional Signage Will Be Provided By The Contractor To The Registration Area. clin 0003 – Business Center Requirements the Contractor Must Be Able To Handle Mailing, Copying, And Faxing Limited Course Materials On- Site. The Institute Typically Receives Four (4) Pallets Of Course Materials, 25 To 30 Packages And A/v Equipment, And Sends Out 50 Packages At The Completion Of The Conference. Contractor Must Provide A List Of All Business Center Charges To Include Labor Charges. clin 0004 – Food And Beverage Requirements the Contractor Shall Provide A Copy Of The Final Price List As Submitted In Response To The Solicitation Food And Beverages For The Conference As Follows: Continental Breakfast, Light Lunch, Breaks (am And Pm) On Tuesday (day Two), Wednesday (day Three) And Thursday (day Four) And One (1) Evening Reception. Pricing For Food And beverage Shall Include The Price For The Item, Plus The Gratuity (service Charge), And A Statement From The Contractor Indicating Whether, And Under What Conditions The U.s. Government Is Exempt From State Tax. tuesday Evening Kick-off Reception: The Food At The Reception Will Consist Of Hors D’oeuvres, Carving Stations, And Finger Foods. The Space Designated For The Reception Must Accommodate Approximately 800 People With Social Seating Available Throughout The Area And The Duration Of The Reception Will Be Approximately 1 Hour, From 5:30pm - 6:30pm. A Cash Bar Will Be Available For All Drinks. continental Breakfast Is Served For 1 Hour From 7:00am - 8:00am Tuesday Through Thursday. The Contractor Must Provide Table Rounds To Accommodate Up To 1,000 People On Tuesday (day 2), Wednesday (day 3), And Thursday (day 4). A Typical Continental Breakfast Shall Consist Of Juice, Fruit, Yogurt, Assorted Breakfast Pastries, Protein, Bagels, Or Croissants, Regular And Decaffeinated Coffee, Tea Bags And Hot Water For Tea, Iced Tea, And Large Containers Of Water. lunch Is Served For 1½ Hours From 12:00pm – 1:30pm. The Contractor Must Provide Table Rounds For Ten (10) And Accommodate 1,000 People. The Dining Space Can Be Used For Breakout Room And/or Meeting Space. A Light Lunch Is Provided On Tuesday (day 2), Wednesday (day 3) And Thursday (day 4). This Can Be Plated, Buffet Or Salad Bar Type Lunch Which Provides A Protein- Based Entrée, A Fruit Or Vegetable, Dessert, Lemonade And Iced Tea. The Entrée Must Not Include Pork, Beef Or Shellfish. 30-minute Am And Pm Breaks Is Required For A Maximum Of 1,000 People. The Am Break Menu Shall Consist Of The Following Beverages (regular And Decaf Coffee, Hot And Iced Tea, And Pitchers Of Water With Glasses) And A Light Snack (cookies, Pretzels, Protein, Etc.). The Pm Break Menu Shall Consist Of The Following Beverages And Pitchers Of Water With Glasses) And A Light Snack (cookies, Pretzels, Protein, Etc.). The Am And Pm Breaks Are Scheduled For 30 Minutes Each, Tuesday (day 2) - Thursday (day 4). the Institute Will Pay The Contractor For Meals, Breaks, And Reception Based On The Actual Number Of Meals Served. clin 0005 – Audio/visual (a/v) Requirements (rental) a/v For Plenary Sessions: The Contractor Shall Provide The Following Items To Support The Plenary Session: Lcd Projectors, Projection Screens, Scan Converters, Video Cameras, A/v Mixers, A/v Drops, Vcr -1, Vgada And Voa Splitter, Cables To Run Two Projectors And Laptops Provided By The Institute, Projection Carts, Pipe And Drape, Stage Wash, Lighting, Podium With Wired Microphones, Wired Table Microphones W/stands, Wireless Floor Microphones W/stands. The Institute Requires Internet Access In Plenary Sessions And All Breakout Sessions. The Contractor Must Provide Internet Service In The Plenary Room. The Contractor Must Setup, Breakdown And Provide Technical Support Of The A/v Equipment During The Plenary Sessions. a/v For Breakout Rooms: The Institute Will Provide All Laptops And In-focus Projectors Used In The Breakout Rooms. The Contractor Must Provide The Following Equipment: Microphones (1 Wireless And 1 Wired In Each Breakout Room), Flip Chart/ Paper And Markers, Gender Adapters, Electronic Signage Or Tripods Outside Breakout Sessions, And Projection Cart With A/v Connection. The Institute Requires Internet Access Throughout The Entire Breakout Rooms. The Contractor Must provide Projected Cost For The Internet Service In The Breakout Rooms. registration Area: The Institute Requires An Internet Connection Which Will Be Used With A Hub Throughout The Conference To Include Registration, A/v Connection, And Phone For Local Calls Within The Conference Space. In Addition, The Institute Requires A Multifunction-colored Printer To Be Used Through The Conference To Include Registration. common Registration Area: The Institute Requires An Internet Connection Near Registration To Be Used With A Hub For The Completion Of Conference Evaluations. This Will Be Set Up To Support At Least (6) To (8) Laptops Which Will Be Provided By The Institute. reporting Requirements pre-conference Reporting: The Contractor Will Provide The Institute’s Contracting Officer’s Representative (cor) With An Electronic List Of All Hotel Confirmation Numbers For All Participants, Staff And Presenters On A Weekly Basis Starting Eight (8) Weeks Prior To The Conference. The Institute Cor Will Manage The Conference Room Block Up To 15 Calendar Days Prior To The Conference. From Fourteen (14) Calendar Days Before The Conference Through The Duration Of The Conference, The Contractor Will Manage The Conference Room Block. during The Conference Requirements a Pre-conference Meeting Will Be Conducted With The Contractor And Key Institute Staff Within Five (5) Business Days Prior To The Conference. daily Event Meeting Will Be Conducted With The Contractor And Key Institute Staff Daily As Agreed. signature Authority: All On-site Charges Must Be Approved And Signed Only By The Institute’s Cor And/or The Eeoc Contracting Officer. daily Reconciliation: The Contractor Shall Provide A Daily Reconciliation List To The Institute Cor By 9:00am The Following Business Day After The Charges Are Incurred. These Charges Include Lodging Paid By Eeoc, Food And Beverage, A/v Equipment And Labor, And Business Center. post-conference: The Contractor Shall Submit A Final Invoice Of All Charges Within Five (5) Business Days After The Completion Of The Conference. A Detailed Report Should Be Submitted With The Invoice And Should Consist Of A Detailed Banquet/event Order (beo) Form. The Beo Must Provide The Following Information: Room Usage By Date; Detailed Lodging Charges For All Registrants, Staff And Presenters For The Conference; Detailed Breakdown, By Day, For All Food And Beverage Charges; A Detailed Breakdown By Day And Room Number, For All A/v Equipment Rental Charges And A/v Support Charges; All Business Center Cost; And All Miscellaneous Costs To Include But Not Limited To Internet Connections, Re-keying Charges, Electrical Hook-ups, Etc. general Requirements transportation: The Contractor Shall Provide A Price List Of All Local Transportation Options To And From The Airport And Rail Station, If Applicable. The Contractor Shall Indicate In Its Quotation Whether It Provides Free Or Low-cost Shuttle Services. The Contractor Shall List All Facility Parking Discounts And Cost Options. The Contractor Shall Provide A List Of All Local Restaurants Located Within A Ten (10) Minute Walk From The Contractor’s Facility. security: The Contractor Should Identify If They Have Paid Security Within The Facility And Provide A List Of Additional Security Measures Taken By The Contractor To Provide For The Safety Of Conference Registrants, Staff, Presenters And Equipment. list Of Deliverables logistical Support Plan: Within Seven (7) Business Days Of The Contract Award, The Contractor Shall Comprise A Detailed Logistical Support Plan For Provision Of All Required Support. The Plan Will Include A Proposed Budget And Detailed Schedule As Applicable. The Eeoc Shall Review The Logistical Support Plan And Provide Acceptance And/or Comments To The Contractor. The Contractor Shall Be Available To Eeoc For Weekly Status Reports To Facilitate The Coordination Of Evolving Operational And Logistical Issues Regarding The Tasks Outlined In The Sow. account Reconciliation: Eeoc Requests That The Hotel Bill Be Prepared In A Logical And Chronological Sequence And That Backup Data Accompany The Bill. The Contractor Shall Complete Its Accounting Of The Conference Within Five (5) Days Of The Conclusion Of The Conference. invoicing: The Contractor Shall Invoice The Eeoc At The Agreed Upon Rates For Lodging, Conference Space, Rental Of Audio/visual Equipment And Technical Support, Food And Beverage Service, And Business Center Services. Charges For Food And Beverage Service Shall Be Reflected On The Invoice As The Cost Incurred Per Person. the Contractor Shall Submit A Final Invoice Of All Charges Within Five (5) Business Days After Completion Of The Conference To The Cor And The Cor Shall Be Provided At Least Five Business Days To Review The Invoice Charges And Services Provided For Acceptance. contract Administration contracting Officer’s Representative (cor) – Tbd Method Of Payment pursuant To Far Clause 52.232-33 Entitled, “payment By Electronic Funds Transfer – System For Award Management (oct 2018)”, The Government Intends To Make A Payment Via Electronic Funds Transfer Using Information Provided In The System For Award Management (sam) Database. cancellation should Eeoc Elect To Cancel This Contract, Eeoc Will Provide A Written Notification To The contractor No Later Than Sixty (60) Calendar Days Prior To The Scheduled Event. By Receipt Of This Cancellation Notice, The Contractor Agrees To Release Eeoc From Any Cancellation Penalties Or Charges. If There Is A Cancellation Within Sixty (60) Calendar Days Of The Scheduled Event Date, Paragraph (l) Termination For The Government’s Convenience Or (m) Termination For Cause Of Far Clause 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services Will Govern. submission Of Quotation: All Interested Parties Shall Submit With Their Quotation A Detailed Breakdown Of All Costs To Include Conference Space, Rental Of Audiovisual Equipment And Technical Support, Food And Beverage Service, Business Services, And Any Other Miscellaneous Services And Equipment Which Are Necessary For The Success Of The Conference. quotations Shall Be Submitted In Three (3) Separate Volumes As Follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; And Volume 3 - Price. Pricing Must Be Submitted Using The Line-item Structure In The Above Schedule Of Supplies And Services Of This Rfq. A Separate Attachment May Be Included In Volume 3 For Pricing Information On Menu Items, Transportation, Parking, Applicable Tax Rates, And Sleeping Room Rates. Your Quotation In Response To Solicitation Number 45310025q0011 Is Due January 15, 2025, At 10:00 A.m. Et (washington, D.c. Local Time). Quotations Will Be Accepted Via E-mail. One (1) Electronic Copy Of The Quotation May Be Submitted Via E-mail, Addressed To John.adams@eeoc.gov And R.rashelle.anderson@eeoc.gov. questions: Questions Regarding This Request For Quotation Should Be Submitted To John Adams, Contract Specialist Via E-mail At John.adams@eeoc.gov And Gov Contracting Officer At R.rashelle.anderson@eeoc.gov Telephone Inquiries Or Responses Are Not Acceptable. The Deadline For Submission Of Questions Regarding Solicitation Number 45310025q0011 Is Due December 20, 2024, 10:00 A.m. Et (washington, D.c. Local Time). Any Questions Received After The Above- Mentioned Date And Time Will Not Be Considered. The Government Will Not Reimburse Interested Parties For Any Cost Associated With Responding To This Business Opportunity. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. The Anticipated Contract Award Date Is On Or Before March 18, 2025. basis For Award: The Government Intends To Award A Firm Fixed-price Contract To The Responsible Quoter Whose Quotation Is Responsive To The Solicitation And Is Determined To Be The Best Value To The Government, Using The Tradeoff Approach. Selection Of The Best Value To The Government Will Be Achieved Through A Process Of Evaluating The Strengths And Weaknesses Of Each Quoter’s Quotation Against The Below Described Evaluation Criteria. In Determining The Best Value To The Government, The Technical Capability And Past Performance Evaluation Criteria, When Combined, Are More Important Than The Evaluated Price. The Government Is More Concerned About Obtaining A Superior Technical Capability Quotation Than Making An Award At The Lowest Evaluated Price. However, The Government Will Not Make An Award At A Price Premium It Considers Disproportionate To The Benefits Associated With The Evaluated Superiority Of One Technical And Management Quotation Over Another. Thus, To The Extent That Quoter’s Technical And Past Performance Quotations Are Evaluated As Close Or Similar In Merit, The Evaluated Price Is More Likely To Be A Determining Factor. evaluation Factors For Award: The Following Factors Shall Be Used To Evaluate Quotations. These Factors Are Listed In Their Relative Order Of Importance: Technical Capability, Past Performance, And Price. factor I – Technical Capability: contract Requirements: Quotations Will Be Evaluated On The Quoter’s Ability To Provide All The Contract Requirements Relating To Lodging, Meeting Space, Food And Beverage, Av Support And Equipment, Business Center, And Comply With The Reporting Requirements. Quotations Must Address The Quoter’s Ability To Comply With The Americans With Disability Act (ada) As It Relates To Lodging And Meeting Space. Quotations Will Be Evaluated On The Quality Of The Customer Services Provided And The Quality Of The Facilities Reflected In Maintenance And Upkeep Of The Facilities. location: Quotations Will Be Evaluated On The Ability Of Quoter To Provide A Centrally Located Facility With Inexpensive Transportation Options To And From The Airport. Additionally, Restaurants Must Be Within A Short Walking Distance Of (ten (10) Minutes Or Less) Of The Proposed Facility. quotations Must Address Safety And Security Issues Both Within The Hotel Complex And The Surrounding Area. availability Of Dates: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Services On The Dates Requested. Additional Consideration Will Be Given To Quotations Which Demonstrate Availability Of Facilities On The Preferred Dates In Order Of Preference (i.e., 1st Choice Date, 2nd Choice Date, 3rd Choice Date, Etc.) factor Ii – Past Performance: the Quoter Must Provide References For A Minimum Of Three (3) Government Or Non-government Contracts Which Provide The Same Or Similar Services; Contracts Must Have Been Awarded Within The Past (3) Years. The Information For Each Reference Shall Include The Following: name And Address Of Government Agency And Other Non-government Client; name, Title, Email And Telephone Number Of Contracting Officer Or Other Point Of Contact; name, Title, Email, And Telephone Number Of Client’s Program Manager, If Applicable; contract Number, Period Of Performance, And Total Dollar Value Of Contract; And description Of Services Provided. list Any Problems Encountered On Each Contract And The Quoter’s Corrective Actions. Eeoc Will Evaluate Past Performance Based On Timeliness, Customer Service And Corrective Actions Taken (if Necessary). a Quoter Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Not Be Evaluated Favorably Or Unfavorably On Past Performance. factor Iii – Price: the Price Quotation Will Be Evaluated Against The Independent Government Price Estimate. Evaluations Of Quotations Will Consider The Following Pricing Information: Pricing Provided For All Line Items Listed In The Schedule Of Supplies And Services Of This Rfq In The Units And Format Provided. site Visits: The Eeoc Will Conduct A Site Visit Of All Quoters Who Are Rated To Be Technically Acceptable. The Site Visit Will Review And Evaluate The Same Technical Items Identified In The Technical Capabilities Portion Of The Technical Evaluation Factor. supplemental Agreements if Any Hotel Submitting A Quotation Has Any Supplemental Agreements, Those Agreements Must Be Submitted With Their Quotation. If The Hotel Requires Signature Of A Supplemental Agreement That Was Not Submitted With The Quotation, The Quotation Will Be Rejected. notice: The Government Intends To Evaluate Quotations And Make Award Without Discussions (except Clarifications As Described In Far 15.306(a)). Therefore, The Quoter’s Initial Quote Should Contain The Vendor’s Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions If The Contracting Officer Later Determines Them To Be Necessary. period Of Performance the Base Period Is From The Date Of The Award Through The Execution Of The Fy 2025 Excel Training Conference. the Eeoc Is An Agency Of The U.s. Government. Contracts With The Eeoc Are Governed By The Federal Acquisition Regulation (far). To The Extent That Any Provision Of This Agreement Conflicts With The Far, The Far Must Control. applicable Provisions And Clauses: The Provisions At 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services Applies To This Acquisition. The Vendor Shall Include A Completed Copy Of The Provisions At 52.212-3, Offeror Representations And Certifications - Commercial Products And Commercial Services, With Your Quote. the Contracting Officer Has Determined That Paragraph 52.212-3(k)(2) Which Pertains To Exemption From The Application Of The Service Contract Labor Standards Applies. The Clause 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Clause And 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Order-commercial Products And Commercial Services Are Incorporated By Reference. clause 52.203-6 Restrictions On Subcontractor Sales To The Government Alternate I, Clause 52.203-17 Contractor Employee Whistleblower Rights clause 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements, Clause 52.204-10 Reporting Executive Compensation And First –tier Subcontract Awards, Clause 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities, clause 52.204-12 Unique Entity Identifier Maintenance clause 52.204-13 System For Award Management Maintenance clause 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment, clause 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment, clause 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations, clause 52.217-9 Option To Extend The Term Of The Contract, (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days Prior To The Contract Expiration Date, Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 36 Months. (end Of Clause) clause 52.222-3 Convict Labor, clause 52.222-19 Child Labor – Cooperation With Authorities And Remedies, Clause 52.222-21, Prohibition Of Segregated Facilities clause 52.222-26, Equal Opportunity, clause 52.222-35 Equal Opportunity For Veterans, clause 52.222-36 Equal Opportunity For Workers With Disabilities, Clause 52.222-37 Employment Reports On Veterans, clause 52.222-40 Notification Of Employee Rights Under The National Labor Relations Acts, clause 52.222-41 Service Contact Labor Standards, Clause 52.222-50 Combating Trafficking In Persons, clause 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving, clause 52.225-13 Restrictions On Certain Foreign Purchases, Clause 52.232-1 Payments clause 52.232-33, Payment By Electronic Funds Transfer – System For Award Management Clause 52.232-40, Providing Accelerated Payments To Small Business Subcontractors, Clause 52.233-3 Protest After Award, clause 52.233-4 Applicable Law For Breach Of Contract Claim, And clause 52.222-53 Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements. to Obtain The Above Provision/clauses In Full Text, Please Visit Https://www.acquisition.gov/far see Attachment- Custom Clause For Electronic Invoicing
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
contract Definitization (may 2023)|5|a Firm Fixed Price Purchase Order|firm Fixed Price|repair T&e Proposal: Not To Exceed 90 Days After Award Of Purchase Order Definitization Not To Exceed 180 Days After Award Of Purchase Order|firm Fixed Price|tbd|
limitation Of Government Liability (apr 1984)|2|tbd|tbd|
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
small Business Program Representations (feb 2024)|4|||x||
annual Representations And Certifications (may 2024)|13|333914|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
if You Have Questions Concerning This Rfq, Please Contact The P.o.c. Carly
gassert, Ph 717-605-5693, Fax 717-605-1569, Email:carly.a.gassert.civ@us.navy.mil
note: This Request For Quotation (rfq) Is Being Issued Only To Open, Inspect
and Evaluate The Subject Item(s) Required To Be Repaired. After Receipt Of
your Quotation, A Contract Will Be Issued, And The Item(s) Needing Repaired
will Be Shipped To Your Company For Opening, Inspection And Evaluation.
unless Otherwise Specified, Your Quotation Is Valid For 60 Days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,
delivery Orders) And Modifications Related To The Instant Procurement Are
considered To Be 'issued' By The Government When Copies Are Either Deposited
in The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce
methods, Such As Email. The Government's Acceptance Of The Contractor's
proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As
detailed Herein.
with Your Quote For Teardown And Evaluation Pricing, Please Provide The Following Additional Information:
repair Turn Around Time (rtat) Defined As Induction Start Date To End/final Delivery Date (in Days).
throughput Constraint Defined As Total Assets To Be Repaired Monthly After Initial Delivery Commences. A Throughput Of 0000/month Reflects No Throughput Constraint.
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
1.2 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Pump Assy .
2. Applicable Documents
2.1 Applicable Documents;
applicable Documents Are Cited In Sections "c" Through Sections "k" Of The Contract/purchase Order.
3. Requirements
1. For Necessary Services (labor And Material) To Inspect, Evaluate, Repair
and Restore To First Class Operating Condition This Government Owned
equipment In Accordance With Mfg/dwg ;fairbanks Morse / N/a; . Drawing Revision Level Shall Be
the Same As That To Which The Item Was Originally Manufactured Up To Revision
level ;n/a; .
2. Special Instructions ;part Number: 2pa701012; .
3.1 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order.
block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. date Of First Submission=eoc
submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock
number And Item Nomenclature Specified In The Schedule Of Supply/services.
di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control
number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
STATE, DEPARTMENT OF USA Tender
Others...+2Electrical and Electronics, Solar Installation and Products
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: U.s. Embassy Malabo date: December 20, 2024 request For Quotation # 19ek2025q0002 replacement Of On-compound Residential Solar Water Heaters the U.s. Embassy In Malabo, Equatorial Guinea Invites Vendors To Submit A Quotation For The Replacement Of On-compound Residential Solar Water Heaters. instructions To Quoters: in Order For Your Quotation To Be Considered, Each Offer Must Include The Following: completed Pricing Table – Section I - A. completed Quoter’s Info – Section Ii. completed Technical Requirements, To Include The Following Information Demonstrating The Quoter’s Ability To Perform: name Of A Project Manager (or Another Liaison To The Embassy) Who Understands Written And Spoken English. evidence That The Quoter Operates Established Business With A Permanent Address And Telephone Listing. evidence That The Quoter Has The Necessary Personnel, Equipment, And Financial Resources Available To Perform The Work. a Proof Showing That Contractor Has Already Started The Sam Registration Process. Sam Registration “system For Award Management” Is Required For Contracts Exceeding Us$30,000.00. See Exhibit A And The Following Link For Further Instructions: Https://www.fsd.gov/sys_attachment.do?sys_id=9a12412bdb7bbd90a8cb4a391396194f contractor’s Certification Regarding The National Defense Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26). See Certification Instructions In Exhibit B. your Quotation By Email To Malabop@state.gov No Later Than Close Of Business On Monday, Jan 6, 2025. No Quotation Will Be Accepted After This Time. you Are Encouraged To Make Your Quotation Competitive. The Rfq Does Not Commit The American Embassy To Make Any Award. The Embassy May Cancel This Rfq Or Any Part Of It. The Embassy May Award Multi Contracts Against This Requirement And It Reserves The Right To Reject Proposals/quotations That Are Unreasonably Low Or High In Price. direct Any Questions Regarding This Rfq By Email To Malabop@state.gov thank You. section I pricing Table no. description total Cost (usd) 1 replacement Of On-compound Residential Solar Water Heaters grand Total: b. Statement Of Work introduction overview & Description: The U.s. Embassy Malabo Requires The Replacement Of On-compound Residential Solar Water Heaters. The Solar Water Heaters Were Originally Installed During Initial Construction And Are At The End Of Their Useful Life. Many Have External Leaks And Are Isolated From The System. location: The Facility, U.s. Embassy Is Located In The Capital Of Equatorial Guinea, Malabo. All Onsite Inspections Shall Be Requested Through The U. S. Embassy’s Facility Manager (fm) Or Contracting Officer Representative (cor). objective: The Objective Of Solar Water Heater Replacement Is To Restore Efficiency To The Water Heating System And Reduce The Burden On Electrical Water Heaters, Effectively Extending Their Life. communication: The Fac Team Maintain Contact With The Project Lead: Michael Macsay, Facility Manager (fm), U.s. Embassy Malabo, Email: Macsaymd@state.gov, Mobile: +240-555-000-306. project Phases receipt And Inspection: Once Solar Water Heaters Are Received, They Will Be inspected By Facilities (fac) Personnel For Damage From Shipping. removal And Installation: Old Solar Water Heaters Will Be Removed From The system And Lowered To The Ground For Disposal. Replacement Water Heaters Will Be Raised To The Roof And Installed Per Manufacturer’s Instructions. 2.2.1 Note: A Crane And Rigging Will Be Required To Remove And Install Solar Water Heaters. commissioning: Upon Complete Installation, Solar Water Heaters Will Be Tested and Commissioned Within The Guidelines Set By The Manufacturer. general Requirements work Shall Be Performed In Accordance With Overseas Building Operations (obo) Safety, Health, And Environmental Management (shem) Standards. Proper Lifting And Rigging Practices Shall Be Followed During Installation And Removal The Solar Water Heaters. proper Ppe Shall Be Worn At All Times During The Removal/installation Process. work Shall Be Performed In Accordance With The Manufacturer’s Guidelines To Ensure Warranty Is Not Voided. any Damage To Grass And/or Vegetation During Removal And Installation Of Solar Water Heaters Shall Be The Responsibility Of The Fac Team To Replace. Precautions Shall Be Taken To Ensure Damage To Post’s Grass And Vegetation Is Minimized. responsibilities Of The Fac Team project Safety Plan (psp): Fm/posho And Aposho Will Develop A Project Safety Plan Using Us Army Corp Of Engineers (usace) Em385-1-1. The Plan Will Be Communicated To The Fac Staff Performing The Work. fac Staff Shall Adhere To The Project Safety Plan Throughout The Duration Of The Project. Safety Violations And Injuries Shall Be Reported Immediately To The Posho/aposho. quality Management Plan (qmp): Fm Shall Establish A Quality Management Plan To Include Inspection To Adherence With Installation Guide. Regular Inspections Between Coatings Will Be Conducted With The Designated Supervisor Of The Crew. The Crew Shall Repair Any Inconsistencies Found Within The Coatings As Defined By The Qmp. pre-project Requirements tooling & Materials: All Tooling And Materials Shall Be Inventoried Prior To The Start Of The Project To Ensure Efficiency And The Success Of The Project. All Tooling Will Be Approved By The Fm And Designated Project Supervisor Prior To Ordering. storage: Storage Shall Be Maintained In Accordance With The Storage Instructions From The Manufacturer. Proper Storage Of Resurfacing Materials Is Essential, And A Space Shall Be Identified Prior To The Project Start. all Workers Shall Review The Qmp To Understand The Standards To Be Met In The Application Of The Tennis Court Resurfacing. Any Deviation From The Installation Guide And Manufacturers Standards, May Cause The Resurfacing Materials To Degrade Or Fail Earlier Than Expected. all Workers Shall Review The Psp Set By The Fm/posho To Ensure Standards Set Forth Can And Will Be Adhered To. project Requirements all Workers Shall Adhere To The Psp Set Forth By The Fm/posho. all Workers Shall Adhere To The Qmp And Request Inspections Or Understand That Surprise Inspections Will Be Conducted To Ensure Quality Of Work. supervisor And Workers Will Adhere To The Manufacturer’s Installation Guide. technical Specifications: Refer To Appendix A For Technical Specifications Of The Solar Water Heater Requirements. reference Material work Shall Be Performed In Accordance With The Following References: manufacturer’s Installation Guide. usace 385-1-1. post Quality Management Plan (qmp) appendix A technical Specifications component specification collector Housing uv Protected cover antireflex Glass (double Coated) absorber/tank Capacity 40 Gal (150 Liter) absorber/tank Construction steel section Ii contractor’s Information & Signatures: contractor’s Name company Name address uei # ncage # office Tel # fax # mobile # email name Of Person Authorized To Sign: ___________________________________________________________ signature Of Person Authorized: ______________________________________________________________ the Penalty For Making False Statements Is Prescribed In The U.s. Criminal Code, 18 U.s.c. 1001 exhibit A sam.gov Registration the Federal Acquisition Regulation (far) - Clause # 52.204-7 - Requires All Contractors To Be Registered In The System For Award Management “sam” Database. Registration In Sam Is Mandatory Prior To Signing Any Contract That Exceeds $30,000. As We Would Like To Continue Working With You In The Near Future, We Suggest That You Start The Registration Process Asap As This Requirement Is Time Consuming. the Registration Process Starts With Obtaining A Uei Number And A Ncage Code. You Should Be Prepared To Provide The Following Information: (i) Company Legal Business. (ii) Trade Style, Doing Business, Or Other Name By Which Your Entity Is Commonly Recognized. (iii) Company Physical Street Address, City, State, And Zip Code. (iv) Company Mailing Address, City, State And Zip Code (if Separate From Physical). (v) Company Telephone Number. (vi) Date The Company Was Started. (vii) Number Of Employees At Your Location. (viii) Chief Executive Officer/key Manager. (ix) Line Of Business (industry). (x) Company Headquarters Name And Address (reporting Relationship Within Your Entity). if A Contractor Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer, The Contracting Officer Will Proceed To Award To The Next Otherwise Successful Registered Contractor. if You Have Any Questions During The Registration Process, You Will Need To Contact The Customer Service For Sam By Registering Or Contacting The Following Website: federal Service Desk url: Www.fsd.gov hours: 8am - 8pm (eastern Time) us Calls: 866-606-8220 international Calls: 334-206-7828 dsn: 866-606-8220 exhibit B ndaa Certification the Us Embassy Must Comply With Section 889(a)(1)(b) Of The Fy2019 National Defense Authorization Act And Is Prohibited From Entering Into A Contract, Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless A Waiver Is Granted. as Defined In Statute, Covered Telecommunications Equipment Or Services Means The Following: Telecommunications Equipment Produced By Huawei, Zte, Hikvision, Dahua, And Hytera, Or Their Subsidiaries Or Affiliates. contractor’s Certification: contractor’s Certification In Response To The National Defence Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26) – The Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment: by Affixing Your Authorized Signature In Section Ii And Submitting This Certification, The Undersigned Certifies That Neither It, It’s Principals Nor Affiliates, Will Be Supporting The Us Embassy Using The Proscribed Equipment Or Services. far Clauses Incorporated In Full Text: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020) the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It “does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument” In The Provision At 52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v) Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items. (a) Definitions. As Used In This Provision- backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential component Have The Meanings Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services.” (d) Representations. The Offeror Represents That— (1) It [] Will, [] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds “will” In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That— it [] Does, [] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds “does” In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded “will” In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services— (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded “does” In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services— (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020) definitions. As Used In This Clause— backhaul Means Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). covered Foreign Country Means The People's Republic Of China. covered Telecommunications Equipment Or Services Means— (1) Telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities); (2) For The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities); (3) Telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or (4) Telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of A Covered Foreign Country. critical Technology Means— (1) Defense Articles Or Defense Services Included On The United States Munitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations; (2) Items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled— (i) Pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or (ii) For Reasons Relating To Regional Stability Or Surreptitious Listening; (3) Specially Designed And Prepared Nuclear Equipment, Parts And Components, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities); (4) Nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material); (5) Select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or (6) Emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817). interconnection Arrangements Means Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources. reasonable Inquiry Means An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Of Covered Telecommunications Equipment Or Services Used By The Entity That Excludes The Need To Include An Internal Or Third-party Audit. roaming Means Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High. substantial Or Essential Component Means Any Component Necessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. (c) Exceptions. This Clause Does Not Prohibit Contractors From Providing— (1) A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (2) Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (d) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Telecommunications Equipment Or Services Used As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report The Information In Paragraph (d)(2) Of This Clause To The Contracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Https://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.dod.mil. (2) The Contractor Shall Report The Following Information Pursuant To Paragraph (d)(1) Of This Clause: (i) Within One Business Day From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplier Unique Entity Identifier (if Known); Supplier Commercial And Government Entity (cage) Code (if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii) Within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of Covered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Covered Telecommunications Equipment Or Services. (e) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (e), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For The Acquisition Of Commercial Items. (end Of Clause) 52.204-26 Covered Telecommunications Equipment Or Services-representation (dec 2019) (a) Definitions. As Used In This Provision, “covered Telecommunications Equipment Or Services” Has The Meaning Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services”. (c) Representation. The Offeror Represents That It □ Does, □ Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument. (end Of Provision)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or A Request For Quote (rfq). The Department Of Veterans Affairs Is Not Soliciting Offers Of Any Kind. No Contract Award Will Be Made On The Basis Of Any Response(s) To This Notice. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. In Accordance With The Federal Acquisition Regulation (far) Part 10 On Market Research And Public Law 109-461, The Department Of Veterans Affairs Is Conducting Market Research To Identify Verified Service-disabled Veteran-owned Small Business (sdvosb) Concerns That Have The Capability To Provide Contractor Support Services To The Government At A Fair And Reasonable Price. This Announcement Is For Informational And Planning Purposes Only And Should Not Be Interpreted As A Commitment By The Government To Issue A Solicitation Or Award A Contract. A Sources Sought Notice (36c776-24-q-0280) Was Posted On Sam.gov On July 22, 2024. Initially, The Va Sought To Consolidate Acquisition Support Services And Acquisition Utilization Services Into A Single Indefinite Delivery, Indefinite Quantity (idiq) Contract. However, The Va Has Decided That Combining The Roles Of 1101 And 1102 Is Not The Best Approach. This Request For Information (rfi) Aims To Inform The Industry Of Our Revised Plan To Conduct Market Research Specifically For 1102 Contract Specialist Support Only. The U.s. Department Of Veterans Affairs (va), Veterans Health Administration (vha), Regional Procurement Office Central (rpo-c) Has A Need For An Experienced Contractor Who Has Five (5) Or More Years Of Experience Supplying Acquisition Support Services To Federal Agencies.â The Contractor Is Needed To Assist Various Contracting Teams In Their Procurement Requirements. The Contractor Shall Provide Experienced Entry-level Contract Support (ecs), Mid-level Contract Support (mcs), And Senior Contract Support (scs). Contractor Acquisition Support Services Will Be Required Throughout The Life Of This Contract. The Contractor S Office And Contractor Personnel Shall Be Located Within The Continental United States, Alaska, Hawaii And Puerto Rico. The Contractor Shall Provide Non-personal, Non-inherently Governmental Acquisition Support Services In Support Of The Vha S Contracting Offices. The Contractor And Contractor Personnel Shall Not Be Designated As The Co Or Cor Or Make Decisions; Rather They Will Support The Various Va Procurement Teams In Their Procurement Needs. Contractor Personnel May Not Supervise Or Otherwise Direct Government Employees. Va Cos, Css, Cors And Other Staff Shall Ultimately Be Responsible For Making Decisions On Behalf Of Va.â Final Contract Support Services Performance Work Statement (pws) Introduction The U.s. Department Of Veterans Affairs (va), Veterans Health Administration (vha), Regional Procurement Office - Central (rpo-c) Has A Need For Contract Support Services To Assist Various Vha Central Region Contracting Teams In Their Procurement Requirements. The Contractor Shall Provide Experienced Contract Acquisition Specialists As Outlined In Section 4 Of This Performance Work Statement (pws). Scope Of Work Contractor Support Services Will Be Required Throughout The Life Of This Contract. The Contractor S Office And Contractor Personnel Shall Be Located Within The Continental United States, Alaska, Hawaii And Puerto Rico. The Contractor Shall Provide Non-personal, Non-inherently Governmental Contract Support Services In Support Of The Vha S Contracting Offices. The Contractor And Contractor Personnel Shall Not Be Designated As The Co Or Cor Or Make Decisions; Rather They Will Support The Various Va Procurement Teams In Their Procurement Needs. Contractor Personnel May Not Supervise Or Otherwise Direct Government Employees. Va Cos, Css, Cors And Other Staff Shall Ultimately Be Responsible For Making Decisions On Behalf Of Va. Contract Support Services May Include, But Are Not Limited To Strategy, Planning, Data Analysis, Requirements And/or Documentation Development, Preparing Independent Government Cost Estimate (igce), Compliance Reviews For Acquisition Documents And Forms. Services May Include Advisory Support And Assisting Functional Area Technical Experts With The Development Of Writing Requirements Into Sound/sufficient Statement Of Work (sow), Pws And/or Orders. Other Support Functions May Include Acquisition Planning, Solicitation Preparation, Market Research/analysis, Source Selection Document Preparation, Administration Of Terms And Conditions, Preparing Contract Modifications And Documents, Cost/price Analysis, Development Of Analytics, Creating Reports, Preparation Of Contract Termination Documents, And Drafting Contract Close-out Documents. Successful Performance Of This Contract Requires A Wide Variety Of Associated Procurement Skills And Activities Including Research, Analysis, Data Entry, Writing, Document Preparation, Editing, Scanning, Document Management, Phone Calls, Faxing, Filing, And Other Activities As Necessary To Complete The Tasks Assigned. Description Of Services During The Life Of The Resulting Contract The Contractor Will Be Required To Provide Three Contract Support Categories Which Include Diverse And Various Support Responsibilities In Support Of The Nco/pcac. The Contractor Shall Provide Qualified Personnel Who Can Perform Cradle To Grave Acquisitions Functions In Accordance With The Federal Acquisition Regulations (far), Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Contractor Personnel Shall Perform Pre-award Procurement Functions Such As Requirements Definition, Market Research, Drafting Contractual Documents Such As Solicitations, Awards, And Amendments Using The Electronic Contract Management System (ecms), Coordinating With Requiring Activities, Industry, And Other Stakeholders, And Completing Contractual Files. Contractor Personnel Shall Perform Post-award Procurement Functions Such As Drafting Modifications, Drafting Option Year Notices And Modifications, Monitoring Contractor Performance, And Preparing Contracts For Close-out. Requirement Qualifications And Categories Minimum Qualifications: Each Proposed Candidate Shall Possess All The Demonstrated Experience And Educational Requirements Described In This Section For The Specific Discipline Needed On Each Task Order Executed. Pre-screened Detailed Resumes Showing Work Experience (to Include Actual Duties Performed, Contract Types And Actions; Not Only Job Descriptions) Must Be Submitted To And Approved By The Cor To Start The Onboarding Process. If An Nco/pcac Is Looking For A Specific Type Of Acquisition Experience, Such As Construction, Complex Services, And/or Leasing, The Contractor Will Be Advised When A Task Order Is Issued. Entry-level Contract Support (ecs): Each Proposed Ecs Shall Possess All The Demonstrated Experience And Educational Requirements As Delineated In This Section. Experience Must Reflect Abilities To Support Federal Acquisitions. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Applicant Must Possess All Minimum Qualifications. Education: Four (4) Years Above High School From An Accredited College Or University As Recognized By The Secretary, U.s. Department Of Education. Experience: The Ecs Shall Have A Minimum Of Two (2) Years Of Federal Contracting Experience Working On Government Acquisitions Within The Last Five (5) Years. Additional Required Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.1.1. And 4.1.2., The Ecs Must Possess The Following Knowledge And Skills: Ability To Conduct Comprehensive Review Of Procurement Documents For Accuracy, Adequacy, And Completeness. Ability To Identify And Resolve Inconsistencies Through Communication. Ability To Read And Interpret Federal And Agency Acquisition Policy, Regulations, And Directives. Ability To Draft And Prepare Contract Related Documents And Forms. Ability To Perform And/or Evaluate Market Research, Trends, Conditions, Alternative Sources, And Technological Advances As They Apply To The Program. Ability To Prepare And Process Purchase Requisitions And Procurement Packages To The Supporting Co For Award. Ability To Research, Analyze, Prepare, And Review Invoice Receipts, Receiving Reports, Fund Status, Final Payments, Release Of Claims, Certificates Of Completion, Close-out Documents, And Any Additional Supporting Documents Or Activities Needed For Contract Closeout. Ability To Investigate, Review, And Prepare Open Obligations/undelivered Orders (udo) For Closeout. Ability To Perform Post-award Administration In Support Of Co. Ability To Monitor Quality Assurance Surveillance Plans (qasps) To Ensure Contracted Services Meet Contract Requirements Along With The Expectations And Needs Of The Facility. Mid-level Contract Support (mcs): The Mcs Shall Possess All The Demonstrated Experience And Educational Requirements Delineated In This Section. Experience Must Reflect Abilities To Support Federal Acquisitions. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Candidate Must Possess All Minimum Qualifications As Verified By A Signed And Dated Resume By The Individual And A Corporate Executive. Resume Must Reflect Documented Experience Of Pre- And Post-award Acquisition Processes And Activities. Experience: A Minimum Of Three (3) Recent Years (within The Last Five Years) Relevant Experience In Conducting Comprehensive Contract Acquisition Support Services With Knowledge Of Federal Acquisition Regulation (far), Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Education: Bachelor's Degree With A Major In Any Field; Or At Least Twenty-four (24) Semester Hours In Any Combination Of The Following Fields: Accounting, Business, Finance, Law, Contracts, Purchasing, Economics, Industrial Management, Marketing, Quantitative Methods, And Organization And Management. Additional Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.2.1. And 4.2.2., The Mcs Must Possess The Knowledge And Skills Of An Ecs As Described In Section 4.1.3. As Well As The Following Knowledge And Skills: Possess A Working Knowledge Of The Federal Acquisition Life Cycle. Ability To Conduct Comprehensive Research And Analysis Of Technical And Cost/price Data. Ability To Read And Interpret Federal Acquisition Policy, Regulations, And Directives. Ability To Review And/or Write Requirements, Ensuring Receipt Of Sound And Sufficient Procurement Packages Submitted By Nco Customers. Ability To Provide Business Advice And Assistance To Functional Area Technical Experts, Requiring Activities, And Customers. Ability To Analyze And Assist In The Development Of Igces. Ability To Work With The Technical Experts And The Co To Ensure Project Milestones Are Reflected In The Contractual Documents And Project Plan. Ability To Plan, Coordinate, Evaluate, And Execute The Logistical Actions Required To Support The Mission Of The Organization. Ability To Support, Coordinate, And Assist With The Planning, Preparing, Developing, Executing, And Maintaining Of Current Acquisition Plans, Strategies, And Overall Program Office Acquisition Administration Functions Including Program Control And Tracking. Ability To Research And Review All Applicable Policies, Guidance, And Regulations To Support The Customer And Contracting Officer (co) In Their Decision Making. Ability To Coordinate With Leadership, Staff, And Other Stakeholders To Conduct Analyses And Recommend Or Develop A Course Of Action. Ability To Assist In The Performance Of Cost Benefit Analysis. Ability To Analyze And Evaluate Pricing Data And Other Types Of Pricing Information To Draft A Price Reasonableness Recommendation For The Co. Ability To Establish Parameters And Maintain Controls To Ensure Contracts Are Executed In Accordance With Terms And Conditions. Ability To Assist With Monitoring Contract Performance Over The Life Of The Concerning Contract And Demonstrate The Ability To Solve A Broad Range Of Problems Relating To Proposals For Change, Claims, Payments, And Similar Problems. Ability To Prepare Or Draft Contract Modifications And Associated Modification Documentation Requirements. Ability To Support Cos And Css On All Phases Of Acquisition For Contract Modifications, Change Orders, Supplemental Agreements And Delivery Order Processes Including Requirements Requiring Definitions, Justification And Approval For Service Contract Extension, Method Of Contracting, Evaluation Of Proposals And Advice Concerning Contract Administration. Senior Contract Support (scs): The Scs Must Possess All The Demonstrated Experience And Knowledge Requirements Delineated In This Section. Experience Must Reflect Abilities To Support All Federal Acquisitions Regardless Of Acquisition Type Or Dollar Value. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Candidate Must Possess All Minimum Qualifications As Verified By A Signed And Dated Resume By The Individual And A Corporate Executive. Resume Must Reflect Abilities To Support All Aspects Of Acquisition To Include Experience With Contracts Greater Than The Sat. Experience: A Minimum Of Five (5) Recent Years Within The Last Seven (7) Years Relevant Experience In Conducting Comprehensive And Complex Contract Acquisition Support Services With An Extensive Knowledge Of The Far, Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Resume Must Reflect Documented Experience Of Pre- And Post-award Acquisition Processes And Activities Along With Related Training And Certifications. 4.3.1.1. Construction/architect-engineering (ae) Specialized Experience Requirements. Ability To Apply The Required Knowledge Of Laws, Regulations, And Procedures To The Act Of Properly Issuing And Administering A Construction Contract In Accordance With Federal Acquisition Laws, Regulations, And Best Business Practices. Have Knowledge Of Construction And Ae Contracting Request And Develop Construction/ae Solicitation Packages In Accordance With Far, Vaar, And Agency Policies And Procedures. Familiar With Far Part(s) 14, 15, 36, And 43. Unless Otherwise Approved By The Va Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Construction/ae Requirements Must Also Have The Following Experience: (1) 3 Years Of Experience In Developing Ae Solicitations And Administrating Ae Contracts And Modifications; (2) 3 Years Of Experience Developing Construction Solicitations And Administering Construction Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. 4.3.1.2. Complex Service Contracts (such As Health Care Contracts) Experience Requirements. Have In-depth Knowledge Of Far 13/15. Familiarity With Medical Language. Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Complex Service Contracts Must Also Have The Following Experience: 5 Years Of Experience Developing Complex Service Solicitations And Administering Complex Service Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. 4.3.1.3. Leasing And Specialized Experience Requirements: Be Familiar With Real Property Leasing, Utilities Contracts, Sharing Of Space And Other Non-medical Agreements (selling/sharing Agreements, Revokable Licenses, Interagency Agreements), And Hotel Services For Veterans Using Procedures Outlined In The Far, Vaar, General Services Acquisition Manual (gsam), General Services Acquisition Regulation (gsar), Public Laws, And Agency Policy. Unless Otherwise Approved By The Va Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Leasing And Specialized Contracts Must Also Have The Following Experience: 2 Years Of Experience Developing Real Property/lease Related Solicitations, Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. Education: Bachelor's Degree With A Major In Any Field; Or At Least Twenty-four (24) Semester Hours In Any Combination Of The Following Fields: Accounting, Business, Finance, Law, Contracts, Purchasing, Economics, Industrial Management, Marketing, Quantitative Methods, And Organization And Management. A Federal Acquisition Certification In Contracting (fac-c Level I, Ii, Or Iii), Fac-c (professional), Or Dawia Level Iii In Contacting Certification Or Courses Leading To Certification, Or Demonstration Of The Completion Of Commercial Courses Equivalent To Certification. Additional Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.3.1. And 4.3.2., The Scs Shall Possess The Following Knowledge And Skills An Mcs As Described In Section 4.2.3. As Well As The Following Knowledge And Skills: Ability To Provide Clear Leadership, Technical Direction, And Guidance To All Lower-level Acquisition Personnel. Possess Excellent Time Management And Writing Skills. Ability To Collaborate With Customers And Stakeholders On Performance Requirements Among Multiple Sites And Service Lines To Obtain Agreement, Standardize Enterprise Equipment, Supply And/or Service Requirements In Support Of Strategic Acquisition Plans. Ability To Refine And Improve Source Selection Evaluation Criteria. Ability To Make Suggestions By Analyzing Difficult Contracting Issues And Identifying Alternative Courses Of Action To Satisfy Specialized Requirements And Solve A Variety Of Contracting Problems. Ability To Conducting Gap Analyses And Understanding Of Cost Elements Which Go Into The Production, Management Or Delivery Of A Healthcare Resource Service Or Product. Ability To Provide Advisory Support And Prepare Procurement Packages For Review In Accordance With Customer Requirements And In Compliance With Va Policy And Procedures, To Include Federal And State Laws And Regulations. General It Systems And Applications: The Following It Systems And Applications Are Utilized For These Positions. All Candidates Must Have A Working Knowledge Of These Systems And Websites: Ms Teams, Word, Excel, Outlook, Powerpoint, Internet Explorer, And Edge Sharepoint Adobe Acrobat Google Chrome Government Contract Writing Systems System For Award Management (sam.gov) Contractor Performance Assessment Reporting System (cpars) Fpds-ng (federal Procurement Data System) Gsa Ebuy/gsa Advantage! Small Business Administration (sba.gov) English Language Requirement: The Contractor Shall Ensure All Personnel Performing Under This Contract Are Able To Read, Write, And Speak English Fluently. All Personnel Must Have The Ability To Effectively Communicate Orally Via Telephone And Ms Teams Communications As Well As Via Email Communications. U.s. Citizenship: All Contractor Personnel Performing Under This Contract Shall Be U.s. Citizens. Physical Requirements: Position Is Primarily Sedentary, Working While Seated And/or Standing. Period Of Performance, Place Of Performance And Hours Term Of Contract This Contract Has A Single Five-year Ordering Period, With Five One-year Pricing Periods. The Nco/pcac Contracting Office Will Issue The Task Orders. Each Task Order (to) Shall Specify The Hours And Period Of Performance. Pricing Period Dates Pricing Period 1 May 28, 2025 May 27, 2026 Pricing Period 2 May 28, 2026 May 27, 2027 Pricing Period 3 May 28, 2027 May 27, 2028 Pricing Period 4 May 28, 2028 May 27, 2029 Pricing Period 5 May 28, 2029 May 27, 2030 Place Of Performance Contractor Personnel May Be Required To Work On- Or Off-site (i.e., Government Office, Home Or The Contractor S Office); The Assigned Contractor Personnel Will Be Provided A Laptop And Personal Identity Verification (piv) Card. Specific Location To Be Identified In The Individual Task Order. Potential Locations Include Any Of The Following: Murfreesboro, Memphis, Johnson City, Tn; Lexington, Louisville, Ky; Ann Arbor, Battle Creek, Detroit, Mi; Cincinnati, Columbus, Kettering, Dayton, Cleveland/independence, Oh; Indianapolis, Marion, In; Milwaukee, Madison, Green Bay, Tomah, Wi; North Chicago, Marion, Il; Leavenworth, Wichita, Topeka, Ks; St. Louis, Poplar Bluff, Columbia, Mo; Houston, Tx; New Orleans, Alexandria, Shreveport, La; Biloxi, Jackson, Ms; Fayetteville, Little Rock, Ar; Florida Panhandle, Fl; St. Paul, St. Cloud, Mn; Coralville, Des Moines, Ia; Omaha, Ne; Fort Meade, Sioux Falls, Sd; Or Fargo, Nd. Travel To The Nearest Va Medical Center Is Required For On-boarding (fingerprinting, Piv Picture, Piv Card And Issuance Of Government Furnished Equipment (gfe)). Contractor Personnel Are Usually Required To Physically Access The Nearest Va Facility When Receiving Gfe. The Contractor S Services Are Expected To Be Needed For Six (6) Ncos: 9, 10, 12, 15, 16, And 23; And Pcac. The Location Area Of Each Nco Is Shown On Attachment D.2. Each Task Order Will Show The Number Of Hours And Estimated Number Of Personnel Needed For Each Location. Schedule Information And Tour Of Duty The Contractor Shall Provide The Minimum Number Of Personnel For Each Contracting Office To Meet The Number Of Hours Shown In The Schedule And To Ensure Continuity. The Number Of Hours And Personnel Shown In The Schedule Are Estimates Only. Task Order(s) Will Be Issued Based On The Number Of Hours (personnel) Needed For Each Nco, And Pcac Office. Please Note The Hourly Rate Submitted By The Contractor Must Be A Fully Burdened Rate, With A Single Hourly Rate For All Locations For Each Pricing Period. Tour Of Duty (work Hours): Each Cor And The Contractor S Representative Shall Work Together To Determine The Work Hours (tour Of Duty) Of Each Assigned Contractor Employee To Ensure A Consistent Schedule. Work Hours Will Adhere To The Local Time Zone Of The Nco Or Pcac Office In Which The Individual Contractor Personnel Supports. The Hours Of Operation Are Monday Through Friday 6:00 Am To 6:00 Pm With The Local Time Of Their Issuing Office, Excluding Federal Holidays. Full-time Contractor Personnel Shall Work 40 Hours Per Week (part-time Contractor Personnel Are Expected To Work At Least 20 Hours Per Week). A Normal Tour Of Duty For Full-time Contractor Personnel Is Eight (8) Hours Per Day With An Unpaid 30-minute Lunch (8.5 Hours), Five (5) Days Per Week, Monday Through Friday, Excluding Federal Holidays. The Tour Of Duty (work Hours) For Part-time Contractor Personnel Shall Be Coordinated Between The Cor And Contractor And Shall Be Within The Hours Of Operation. Variations To A 40-hour Work Week, Including Alternative Work Schedules, Require Advance Approval By The Co And Cor. Any Changes To The Tour Of Duty Must Be Submitted To The Cor Prior To Any Adjustment. Cors Are Responsible For Tracking Hours And May Require Contractor Employees To Send An Email Verification When Employee Shift Starts And Ends. The Day-to-day Supervision And Direct Control Over Contractor Personnel Will Be The Sole Responsibility Of The Contractor. Federal Holidays: The Following Holidays Are Observed By The Federal Government: New Year S Day (january 1) Birthday Of Martin Luther King, Jr. (third Monday In January) Washington S Birthday (third Monday In February) Memorial Day (last Monday In May) Juneteenth National Independence Day (june 19) Independence Day (july 4) Labor Day (first Monday In September) Columbus Day (second Monday In October) Veterans Day (november 11) Thanksgiving Day (fourth Thursday In November) Christmas Day (december 25) This List Shall Include Any Additional Day Specifically Declared By The President Of The United States To Be A Federal Holiday. **if A Holiday Falls On A Saturday, For Most Federal Employees, The Preceding Friday Will Be Treated As A Holiday For Pay And Leave Purposes. (see 5 U.s.c. 6103(b).) If A Holiday Falls On A Sunday, For Most Federal Employees, The Following Monday Will Be Treated As A Holiday For Pay And Leave Purposes. (see Section 3(a) Of Executive Order 11582, February 11, 1971.) ***contractor-employees Are Prohibited From Working On Any Federal Holiday. Planned/unplanned Absences: The Contractor Is Required To Notify The Cor Immediately For Sick/delay Absences From Work And At Least Two Days Prior To Vacation Or Other Absences From Work. Personnel May Use Vacation And Sick Time In Accordance With The Contractor S Policies, But The Contractor Shall Schedule Its Employees Vacation Time To Ensure That Employees Are Not Absent From Performance Availability For More Than Two (2) Consecutive Weeks At A Time.âthe Contractor Shall Ensure That No More Than One Of Their Assigned Personnel To A Specific Office Is Out Of The Office Simultaneously Unless The Absence Is Related To Inclement Weather, Illness, Or Other Unforeseen Events. Temporary Schedule Adjustments: Any Temporary Adjustments To A Contractor-employee S Work Schedule Must Be Requested In Advance And Approved By The Cor. For Example, A Temporary Schedule Adjustment Could Be To Work Longer On One Day In Exchange For A Shorter Workday Later In The Same Two-week Pay Period. Under No Circumstances Will A Contractor Work More Than 40 Hours In A Week Unless Authorized By The Cor; All Make Up Time Must Be Worked During Core Hours. Government Furnished Information, Property, And Equipment Government Furnished Equipment (gfe): The Government Shall Provide A Piv Card, A Laptop Computer And Software Applicable To Contract Personnel In Performance Of This Contract. Contractor Personnel May Be Required To Physically Access The Nearest Government Va Facility To Receive The Gfe. Contractor Personnel Shall Safeguard All Government Property, Documents, And Equipment. Government Personal Identification Verification Card (piv): Piv Cards Will Be Issued At The Start Of Contract Services For Security Access To Government Equipment And Sites. Contractor Shall Ensure All Government Furnished Equipment (gfe) And Piv Cards Are Returned To The Va (or Relevant Cor) Within Seven (7) Calendar Days When The Contract Ends Or When An Employee Leaves For Any Reason Prior To Contract End. Additional Gfe May Be Provided Depending On Circumstance And Equipment Availability. The Contractor Shall Furnish Any Other Required Equipment And Supplies As Necessary. Government Furnished Information (gfi): The Government May Provide All Applicable Policies, Guides, Standard Operating Procedures, Templates, Information, And Access To Va Networks And Sharepoint Necessary For Performance Under This Pws. The Va Retains Ownership Of All Government Furnished Equipment, Materials, Documents, And Information And Services Furnished Under This Contract. Other Costs Other Direct Costs (odc): The Cost Of General-purpose Items (notebooks, Paper, Pens, Calculators, Headsets, Folders, Tape, Staplers, Internet, Etc.) Required For The Conduct Of The Contractor S Normal Business Operations Will Not Be Considered An Allowable Odc In Performance Of This Contract. The Government Does Not Anticipate Odcs Not Already Accounted For As General-purpose Items Required Under This Contract. The Proposed Price Shall Include All Necessary Odcs. The Day-to-day Supervision And Direct Control Over The Work Performed By Contractor Personnel Shall Be The Sole Responsibility Of The Contractor. This Supervision Is Not A Separate Reimbursable Item Under This Requirement. Supervision Is An Overhead Cost That Is The Responsibility Of The Contractor. Performance Requirements And Summary Inherently Government Functions/non-personal Services: In Performance Of This Contract, The Contractor Shall Provide Services As Required By Contracting Activities Within The Rpo-c Area, To Support Va S Overall Mission. It Is Expressly Agreed And Understood That This Is A Non-personal Services Contract, As Defined In Federal Acquisition Regulation (far) 37.101, Under Which The Professional Services Rendered By The Contractor, Or Its Employees Are Rendered In Its Capacity As An Independent Contractor And Shall Not Be Considered Va Employees For Any Purpose Whatsoever. The Contract Acquisition Support Services Required On This Contract Constitute Professional And Management Services Within The Definition Provided By Far 37.201. This Contract Allows The Government To Obtain Professional Services Which Are Essential To The Va Mission, But Not Otherwise Available At This Time Within The Va. Contractor Personnel Shall Not Perform Inherently Governmental Functions (igf) As Defined In Federal Acquisition Regulation (far) Part 7.503(c)(12). All Contract Acquisition Support Services Shall Be Conducted In Accordance With The Far, Veterans Affairs Acquisition Regulation (vaar), Va Acquisition Manual (vaam), Procurement Policy Memorandums (ppms), Veterans Health Administration Procurement Manual (vhapm), Vha Procurement Guide (vhapg), Public Laws, Statutes, And Va Policies And Procedures. Tasks Executed By The Contractor Shall Be Considered Recommendations Subject To The Review And Approval By The Government. It Shall Be The Responsibility Of The Contractor To Manage Their Employees And Guard Against Any Actions That Are Personal Services In Nature. Professional Conduct And Performance: Contract Employees Shall Adhere To Professional Conduct Standards That Include Professional Courtesy, Punctuality, And Respect. Professional Conduct Includes Being Accessible During Duty Hours And Adhering To Each Contractor Employee S Work Schedule. The Respective Cor Shall Be Notified Of Any Schedule Changes Prior To The Contractor Employee S Absence Or Tardiness. Schedule Changes Shall Be Approved By The Cor Prior To Working. Should Any Contractor Employee Be Determined To Be Unacceptable In Terms Of Professional Conduct During Duty Hours, The Co And Contractor Poc Shall Be Notified By The Cor. If The Unacceptable Conduct Continues, The Contractor, Upon Direction From The Co, Shall Remove And Replace The Contractor Personnel Involved At No Additional Cost To The Government. All Contract Personnel Shall Sign A Contractor Rules Of Behavior (rob - Attachment D.4) Annually From Date Of Hire. Contractor Identification: Contractor Personnel Shall Clearly Identify Themselves As Contractors At All Times, In All Communications And Representations, To Avoid Situations Arising Where Sensitive Topics Might Be Better Discussed Solely Between Government Employees. Identification Shall Include When In The Workplace, In Meetings, In Conversations, Telecommunications, Mail, Electronic Mail (email), Faxes, With Government Personnel, Other Contractor Personnel And The Public. Answering Telephones: Contractor Personnel Must Identify Themselves As Contract Personnel In Telephone Conversations And Meetings Via Telephone, Or When Working In Situations Where Their Actions May Be Construed As Official Government Acts And/or Personnel. Telephone Script: Hello, This Is (name) With (contractor Name) In Support Of (nco Number, Or Pcac), How May I Help You? Utilizing Electronic Mail: When Prime Contractor Or Sub-contractor Personnel Send Email Messages As A Part Of Contract Performance (or Otherwise Relating To Contract Matters), Each Sender Shall Have A Signature Line That Includes: First Name And Last Name (contractor) Title Phone Number Email Address Individual S Employer Name Assigned Team Or Ordering Facility Non-disclosure And Conflict Of Interest Agreements: To Ensure The Integrity Of Government Contracting Operations, All Contractor Personnel Shall Execute A Non-disclosure Agreement (nda) During The On-boarding Process. All Contractor Personnel Will Have Ongoing Access To Proprietary Information Which They Are Required To Protect. All Information Is Considered Sensitive And Shall Not Be Disclosed Outside The Workplace. This Includes, But Is Not Limited To, Proprietary Data, Passwords, For Official Use Only Documents And Source Selection Information . All Contractor Personnel Assigned To And Performing On This Requirement May Not Work On Other Contracts For The Contractor, Or Other Agencies Without A Formal Written Request And Prior Written Consent. All Contract Personnel Shall Sign A Statement Of Non-disclosure (attachment D.3). Background Investigation: In Accordance With Homeland Security Presidential Directive-12 (hspd-12), Office Of Management And Budget Guidance M-05-24, And Federal Information Processing Standards Publication Number 201, A Criminal Background Check/investigation (bi) Is Required For All Contract Personnel To Determine Suitability For Routine Access To Government Facilities And Systems. Contract Personnel Must Receive A Favorable Adjudication After Investigation Paperwork. Additionally, All Contractor Personnel Must Start The Paperwork For A Background Investigation And Complete Finger Printing, As Well As Completion Of All Required Training Prior To The Start Of Placement Or Performance On The Contract. Va Mandatory Training Requirements: All Contractor Staff Must Log Onto Www.tms.va.gov, And Self-enroll. Information Security Awareness Training. Contractor Support Personnel Are Required To Complete Annual Information Security Awareness Training (during Onboarding And Annually Thereafter). Contractor Rules Of Behavior. Sign And Acknowledge Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior Relating To Access To Va Information (during On-boarding And Annually). Va Privacy Training. Complete Va Privacy Training (during Onboarding And Annually Thereafter). Government Contract Writing Training. Complete Any And All Required Training Applicable To Current Government Contract Writing Systems Such. If Previously Completed And Valid, The Contractor Shall Provide The Completion Certificate To The Cor And Co. Failure To Complete The Mandatory Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Will Be Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Completed. The Nco/pcac Cors Will Be Responsible For Technical Monitoring Of The Contractor S Personnel Performance And Deliverables. The Cor And The Contractor S Representative Shall Work Together To Ensure All Contractual Requirements Are Being Met. The Cor Will Interpret Specifications Or Technical Portions Of The Work. Contractor Requirements And Responsibilities The Contractor Shall Provide Contractor Personnel, Expertise, Supervision Of Contractor Resources, And Any Required Deliverable Necessary To Satisfy The Requirements In This Pws. 9.1. Personnel Placement The Contractor Shall Provide A Sufficiently Detailed Resume Of Experience For Each Proposed Candidate To The Governments Contracting Officer Representatives (cor) For Approval And Verification Of Education And Experience Requirements. Responses To Submitted Resumes Will Normally Be Provided To The Contractor Within 7 Calendar Days. The Contractor Shall Pre-screen The Resumes To Ensure Each Proposed Candidate Has Met The Minimum Requirements Shown In Section 4 And To Ensure Each Resume Shows Specific And Detailed Experience (company Name, Dates Of Employment, Job Duties, Contract Types And Actions, Etc.). The Contractor Shall Effectively Fill And Assign Qualified Approved Contractor Personnel At Each Nco/pcac Office Within 40 Calendar Days Of Task Order Award. (this Does Not Include Va Onboarding Time.) The Contractor Shall Ensure All Required Information For Onboarding And All Background Investigation Paperwork Is Submitted Within 14 Calendar Days Of Cors Acceptance Of Contractor Personnel And Eqip Is Completed Within Six (6) Calendar Days Of Initiation. Va Staff Will Assist Contractor Personnel In Obtaining Personal Identity Verification (piv) Card And System Access To Va Networks. Personnel Maintenance And Gfe Turnover: The Contractor Shall Minimize The Effect And Impact To The Va By Strategically Managing Contractor Personnel Turnover To The Greatest Extent Possible Throughout The Life Of The Contract. Contractor Shall Ensure Continuation Of Services During Prolonged Personnel Absences Due To Sickness, Leave And Voluntary Or Involuntary Termination From Employment Such That Impact To The Government Is Minimal. Once A Contractor Is Aware That An Employee Is Leaving And Will No Longer Support A Task, The Contractor Shall Provide Written Documentation (email) To The Co And The Cor Within One (1) Business Days Of The Employee Advising The Contractor Of Their Intent To Leave. The Written Notification Shall Include The Date And Time The Position Will Be Vacant, The Anticipated Replacement Date, And What Management Action Will Be Taken To Ensure Task Completion. Any Position Vacancies Shall Not Exceed 14 Calendar Days (does Not Include Va Onboarding Time) Unless Directed Or Approved, In Writing, By The Co. Replacement/substitution: Any Change In Personnel Will Be Subject To Prior Government Approval. Prior To Replacing/substituting Personnel Performing On This Contract, The Contractor Shall Provide A Sufficiently Detailed Resume Of Proposed Contractor Personnel To The Cor For Verification And Approval Of Education And Experience Requirements. Responses To Submitted Resumes Will Be Provided To The Contractor Within Seven (7) Calendar Days. The Co/cor Reserves The Right To Refuse A Replacement/substitution If The Co/cor Deems The Replacement/substitution Does Not Meet The Qualifications. Government Equipment And Badges: Contractor Shall Ensure All Government Furnished Equipment (gfe) And Piv Cards Are Returned To The Va (or Relevant Cor) Within Seven (7) Calendar Days When The Contract Or Task Order Ends Or When An Employee Leaves For Any Reason Prior To Contract Or Task Order Expiration. The Contractor Shall Be Financially Responsible For Any Gfe That Is Lost, Stolen, Damaged, Or Not Returned To The Va Within Seven (7) Calendar Days Of Contract Or Task Order Expiration Or After A Contractor Employee Has Vacated Their Position. The Contractor Shall Report Any Lost Items (gfe, Piv) Immediately To The Co And Cor. Supervisory Controls: The Contractor Shall Be Responsible For Managing And Overseeing All Actions To Ensure Timely And Practical Support Performed Under This Contract. The Day-to-day Supervision And Direct Control Over The Work Performed By Off-site Or Remote Contractor Personnel Will Be The Sole Responsibility Of The Contractor. The Government Will Not Supervise Contractor Personnel, Prepare Contractor Personnel Work Schedules, Or Control The Method By Which The Contractor Personnel Perform The Required Tasks. The Government Will Only Provide Tasks To Contractor Personnel For Execution. The Contractor Personnel Will Work Independently And Keep The Relevant Co And/or Cor Informed Of All Actions Assigned. All Assignments Will Be Completed In A Timely Fashion. Work Will Be Reviewed By The Relevant Co And/or Cor For Compliance With Va Policies, Far And Vaar Regulations, Overall Objectives, And Effectiveness In Achieving Results. Quality Assurance (qa) / Acceptance Quality Limit (aql): The Government Reserves The Right To Survey All Services Received Under This Contract To Determine Whether The Contractor Is Meeting Performance Standards, Service Levels, And Objectives. The Government Has The Right To Change Or Modify Inspection Methods At Its Discretion. Quality Control: Contractor Shall Develop And Maintain Its Own Quality Control Program / Inspection Plan That Assures Compliance With All Requirements Of This Contract. Acceptance Quality Level: As A Minimum, The Contractor S Plan Should Address These Items Shown Below For The Acceptance Quality Level (aql) During The Contract S Performance Period. Standards Basis Aql Contractor Personnel Placement With Onboarding And Background Investigation Documents Reference Pws Paragraphs 4., 6., 8.4., 8.5., 8.6., And 9.1. Positions Filled With Approved And Qualified Personnel Within 40 Calendar Days Of Task Order Award And Onboarding Documents Submitted / Completed Within 14 Calendar Days. 95% Coordination And Placement Of Qualified Personnel. No More Than One (1) Instance Of An Initial Vacancy Not Filled Within 40 Days Of Task Order Award. No More Than Two (2) Instances Where Onboarding Documents Were Not Submitted/completed Within 7 Calendar Days. Effective Replacement / Substitute Personnel Reference Pws Paragraphs 4., 5.3.5., 6., 8.4., 8.5., 8.6., 9.11., 9.1.2., 9.1.4., And 9.2. Vacancies Due To Turnover Filled With Approved And Qualified Personnel Within 14 Days Of Departure. Prior Coordination 100% Of The Time For Replacement Personnel. No More Than Three (3) Instances Of Failure To Fill Vacancies With Qualified Personnel Within 14 Days Of Vacancy Notification. Monthly Activity Report (mar) Reference Pws Paragraph 10.2. No More Than Two (2) Mars Submitted Late Annually. Quarterly Activity Report (qar) Reference Pws Paragraph 10.3. No More Than One (1) Qar Submitted Late Annually. Personnel List Reference Pws Paragraph 10.4. No More Than Three (3) Personnel Reports Submitted Late During The Life Of The Contract. Gfe And Piv Returned To The Va Within 7 Calendar Days. Reference Pws Paragraph 9.2.3. No More Than Two (2) Instances Reported During The Life Of The Contract. Timeliness Procurement Action Lead Time (palt), Contractor Deliverables (contractor Personnel) Based On Current Va Policy. 90% Customer Service Reference Pws Paragraph 8. Feedback From Stakeholders On Contractor Personnel. No More Than 3 Significant And Substantiated Complaints. 90% Quality Of Contractual Documentation Contracting Officer And Cor Reviews Of Submitted And Completed Documents. 90% Productivity Number Of Actions Completed As A Function Of Complexity 90% Contracting Officer S Representative (cor): The Government Will Identify And Delegate A Cor For Each Participating Office (nco/pcac). The Cor Shall Monitor All Technical Aspects Of The Contract And Assist In Contract Administration. Unless Otherwise Identified In A Delegation Letter, The Cor Is Authorized To Perform The Following Functions: Assure That The Contractor Performs The Technical And Administrative Requirements Of The Contract; Perform Necessary Inspections In Connection With Contract Performance; Maintain Written And Oral Communications With The Contractor Concerning Technical Aspects Of The Contract; Issue Written Interpretations Of Technical Requirements; Monitor The Contractor's Performance And Notify Both The Co And Contractor Of Any Deficiencies; Oversee The Distribution Of Government Furnished Property; Coordination Of Required Security/background Documentation; And, Provide Facility Access Of Contractor Personnel Through Arranging Scheduling And Piv Card Pick Up. The Co Will Send A Letter Of Delegation To The Cor And The Contractor, Which States The Specific Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract. Cors Are Not Authorized To Obligate Funds Or Execute Any Contract Modifications. Cors Will Be Responsible For Reviewing, Approving, And Certifying Invoices For Their Respective Location. Cor Reviews: The Cor Will Interpret Specifications Or Technical Portions Of The Work. All Performance Concerns Shall Be Addressed Between The Cor, Co, And Contractor. The Cor And The Contractor S Representative Shall Work Together To Ensure All Contractual Requirements Are Being Met. Contractor Deliverables Contractor Point Of Contact: The Contractor Shall Provide A Point Of Contact (poc) / Supervisor Who Shall Be Responsible For The Performance Of Work From The Contract Acquisition Support Specialists. The Contractor Shall Designate This Individual, In Writing, To The Co And Cors Before The Start Of Performance. An Alternate Poc May Be Designated, But The Contractor Shall Identify Those Times When The Alternate Shall Be The Primary Poc. The Contractor Poc Shall Be Available Via Telephone And Email, Monday Through Friday, 8:00 A.m. Until 4:30 P.m. Central Time (ct) Excluding Federal Holidays. The Poc Shall Have Authority To Direct Contract Employees On The Contract Or Have Direct Contact With The Manager/supervisor For The Contract Support Employees. Monthly Activity Report Deliverable: The Contractor Shall Submit A Monthly Activity Report (mar) To Each Cor, On Or Before The 15th Day Of The Following Month. Contractor Shall Develop And Submit Monthly Activity Reports (mars) To The Cor And Administering Co For Review At Any Monthly/quarterly Meetings. The Mars Shall Include A Summary Of Activities For The Month, Issues, And Goals For The Next Month. The Mars Shall Summarize The Contractor S Accomplishments During The Previous Month, Planned Work During The Upcoming Month And Any Significant Problems Or Issues Requiring Resolution, Along With Proposed Corrective Actions. The Contractor Shall Deliver These Reports To All Appropriate Parties Identified In This Section. The Mar Shall Include, At A Minimum, The Following Information: Contract Number Task Order Number Reporting Period Number Of Hours Each Employee Worked Brief Task Description For Each Employee For Each Employee: A Narrative Review Of Work Accomplished During The Reporting Period And Significant Events Personnel Actions For The Period (separations, Labor Category Changes, Recruitments) Quarterly Report Deliverable: The Contractor Shall Submit A Quarterly Activity Report (qar) To The Co On Or Before The 15th Day Following Each Quarter, Summarizing, At A Minimum: The Contract Number The List Of Contractor Employees Including Location The Number And Location Of Any Open/unfilled Positions The Number Of Calendar Days It Takes/took To Fill Each Open Position. List Of Contractor Employees: The Contractor Shall Maintain A Current List Of Employees Assigned Under This Contract And Their Assigned Nco/pcac Location. The List Shall Be Validated And Signed By The Contractor And Provided To The Co Once All Employees Are Assigned. An Updated List Shall Be Provided Upon Any Changes (additions/deletions). Once A Contractor Is Aware That An Employee Is Leaving, Or Termination Of Employment The Contractor Shall Provide Written Documentation To The Cor Within One (1) Business Day. The Written Notification Shall Include The Date And Time The Position Will Be Vacant, And Anticipated Replacement Date. Organizational Conflicts Of Interest (oci): The Contractor Shall Have An Oci Plan In Place For Detecting, Disclosing, Avoiding, And Mitigating Oci Issues/risks Involved In The Performance Of This Contract. An Oci Exists When A Contractor Employee Participates Personally And Substantially In A Particular Matter (e.g., A Contract) That Would Have A Direct And Predictable Effect On The Contractor Employee S Own Financial Interest Or The Financial Interest Of The Contractor Employee S Spouse, Minor Child, General Partner, Any Person Or Entity Whom The Contractor Employee Serves As An Officer, Director, Trustee Or Employee, Or Any Person With Whom The Contractor Employee Is Negotiating Or Has An Arrangement For Prospective Employment. The Oci Will Include The Contractor And All Assigned Contractor Employees On This Contract And Associated Family Members. The Plan Shall Identify Any Potential Conflicts Of Interest And Shall Provide A Process For Dealing With Any Oci That Is Identified During Contract Execution. The Oci Plan Shall Disclose All Cross-teaming Arrangements And Shall Include A Representation That There Will Be No Crosstalk , Or Information Shared Between The Two Affiliates Regarding The Contract. The Contractor Shall Notify The Co Within Two Business Days Of Any Oci Violations On This Contract. Non-disclosure Agreements: All Contractor Personnel Assigned To Work On This Contract Shall Be Required To Sign A Non-disclosure Agreement (nda) During Their Onboarding Regarding Key Aspects Of The Project And Project Content. All Information Is Considered Sensitive And Will Not Be Disclosed Outside The Workplace. This Includes Proprietary Data, Passwords, For Official Use Only Documents And Source Selection Information. Background Investigation: A Criminal Background Check Is Required For All Contract Personnel. Contract Personnel Must Receive A Favorable Adjudication After Investigation Paperwork. All Contractor Personnel Must Complete Finger Printing And Start Background Investigation Paperwork Prior To Placement On The Contract. Invoices Each Nco/pcac Location Will Be Assigned A Cor Who Shall Serve As The Governments Primary Point Of Contact (poc) For That Location. Inspection And Acceptance Of Services Is Delegated To The Corresponding Cor. The Contractor Shall Submit A Separate Monthly Itemized Invoice To Each Cor In Arrears For Services Performed. The Invoice Shall Contain Contractor S Name, Address, Point Of Contact, Invoice Number, Contract Number, Task Order Number, And Purchase Order (po) Number Along With A Listing Of Each Contractor Employee S Name, Dates Worked, Actual Number Of Hours Worked, Work Location (nco/pcac), The Agreed Upon Fixed Hourly Rate And Total Price. Reduction In Services: Each Task Order Issued Under This Contract Will Be For A Specific Number Of Hours. If, At The End Of The Task Order Period Of Performance, The Government Has Not Utilized The Total Number Of Hours Ordered Because Of A Change In Its Anticipated Needs Or Delays That Are Due To Recruiting, Hiring, Onboarding, Turnover And Finding Replacements, The Contractor Agrees To Enter Into A Good Faith Negotiation To Bilaterally Reduce The Scope Of The Task Order With A Corresponding Adjustment In The Total Task Order Price. In No Event Will The Government Pay The Contractor For Hours Not Actually Worked. Vha Onboarding / Offboarding Process The Contractor Shall Provide Onboarding/offboarding Liaising And A Liaising Tracker For Onboarding And Offboarding Contractor Personnel. The Liaising Tracker Shall Be Updated Within A Day Of Onboarding/offboarding Action. The Contractor Shall Collect All The Required Documents For Onboarding Personnel, Perform Preliminary Review Of All Documents To Ensure The Forms Are Completed Accurately, And Submit All Forms To The Cor To Initiate The Background Investigation For All New Hires. All Forms And Supporting Documents Shall Be In .pdf Format And Use The Naming Convention Shown In The Example Below For Each File: The Following Onboarding Forms Shall Be Completed And Submitted To The Cor Within A Week Of Identifying (cor Approval) The Contract Personnel: Declaration For Federal Employment (of 306) Background Investigation Request (fm 1a) Contractor / Employee Piv Office Fingerprint Request Form (fm 2) Self-certification Of Continuous Service (sc) Non-disclosure Agreement (nda) Tms Training Certificates For Va Privacy And Information Security Awareness And Rules Of Behavior Certificate (valid For Only One Year) Tms Training Certificates For Privacy And Hipaa Training Certificate (valid For Only One Year) The Following Tasks Are Required By The Contractor When Onboarding Contractor Personnel: Schedule New Hires For Fingerprints At The Nearest Va Facility From The Contractor-employee S Physical Location Ensure All Onboarding Forms Are Completed Properly Submit All Onboarding Forms To The Cor In A Password Protected Email For The Initial Background Investigation And Send Password To Cor In A Separate Email Ensure All Contractor Personnel Working On This Contract Have Been Favorably Adjudicated Advise The Cor If Contractor-employee Is Transferring From Another Va Facility/department Request Contractor-employee Tms Access From Cor Coordinate With The Cor Regarding Wmc-hroo Persec Contractor Onboarding Process. Verify The Last 5 Years Of Related Work Experience On Candidates Resume The Following Tasks Are Required By The Contractor When Offboarding Contractor Personnel: When The Contractor Is Made Aware Of A Departure Of A Contract-employee, The Contractor Must Notify The Cor And Co Within One (1) Business Day. Complete The Offboarding Form For Each Contractor Employee. On The Final Day Of The Contractor Employee Day Of Employment The Employee Will Turn In All Government Issued Equipment, Piv Card And Any Subsequent Reports And Incomplete Tasks. Security Issues And Access General: Department Of Veterans Affairs Medical Centers Are Federal Government Facilities. Prior To Contractor Personnel Start Day, A Personnel Background Investigation (bi) Shall Be Completed And Sent To The Contracting Officer And Respective Cor. The Piv Card Will Not Be Issued Until The Background Checks Are Completed And Approved By The Security Investigation Center (sic). Security Identification Badges: Contract Employees Shall Comply With Their Assigned Location S Identification And Access Requirements. The Contractor Is Responsible For Absences Of Contract Employees Due To Expired Or Lost Identification And Access Documents. Contractor/contract Employees Shall Turn In All Identification Badges To The Contracting Officer, Or Designated Representative Upon Termination Of Their Services Under The Contract. The Contractor Shall Be Responsible For The Replacement Cost Of Lost Or Non-returned Piv Cards. Subject To Criminal Penalties; Equipment And Piv Badges (need To Run By Ogc) Security: All Contractors And Contractor Personnel Shall Be Subject To The Same Federal Security And Privacy Laws, Regulations, Standards, And Va Policies, Including The Privacy Act, 5 U.s.c. 552a, And Va Personnel, Regarding Information And Information System Security. Contractors Shall Follow Policies And Procedures Outlined In Va Directive 6500, Information Security Program Which Is Available At: Http://www.va.gov/vapubs/ And Its Handbooks To Ensure Appropriate Security Controls Are In Place. All Contractor Personnel Requiring Access To Va Computer Networks Are Required To Complete Va S Information Security And Privacy Awareness Training Annually. Confidentiality: Contractor Personnel Who Obtain Access To Hardware, Software, Or Media, Which May Manipulate Or Store Any Sensitive Information, That Is Protected Under 38 Usc 4132 Or 3305, As Defined By The Department Of Veterans Affairs, Must Not Access Information Unless Absolutely Necessary To Perform Their Contractual Duties. Disclosure Of Any Sensitive Data Obtained During Performance Of Assigned Duties Under This Contract Is Prohibited. Violation Of These Statutory Provisions May Involve Imposition Of Criminal Penalties. Contractor Is Considered To Be A Va Contractor For Purposes Of Privacy Act, Title 5 U.s.c. 552a. Hipaa: The Contractor Shall Abide By The Standards For Privacy Of Individually Identifiable Health Information Of The Health Insurance Portability And Accountability Act (hipaa), Public Law 104-01. The Contractor Shall Not Use Or Further Disclose Protected Health Information Other Than As Permitted Or Required By The Contract Or As Required By Law. The Contractor Shall Use Appropriate Safeguards To Prevent Use Or Disclosure Of The Protected Health Information. The Contractor Shall Mitigate, To The Extent Practicable, Any Harmful Effect That Is Known To The Contractor Of A Use Or Disclosure Of Protected Health Information By The Contractor In Violation Of The Requirements Of This Contract. The Contractor Shall Report To The Government Any Use Or Disclosure Of The Protected Health Information Not Provided For By This Contract. The Contractor Shall Document, In A Time And Manner Designated By The Government, Any Disclosure Of Protected Health Information As Would Be Required For The Government To Respond To A Request By An Individual For An Accounting Of Disclosure Of Protected Health Information. Removal Of Personnel At Government Request: The Government May Request Removal (permanent Or Temporary) Of Contract Personnel For Security, Safety, Or Health Reasons, Upon Discovery Of Fraudulent Resume Documentation, Or When Contractor Personnel Behave In An Unprofessional Manner That Would Be Considered Unacceptable By A Reasonable Person. The Government May Also Request Removal If It Is Determined That There Is No Available Work To Assign Them. Removals Shall Be Effective By Close Of Business On The Same Day As Notification, Unless Otherwise Determined By The Government. Prior To Replacing/substituting Personnel Under These Circumstances (reference Sections 4, 5.3.5., 9.1., And 9.2.) The Contractor Shall Provide A Sufficiently Detailed Qualification Summary/resume Of Proposed Personnel For Government Coordination. End Of Pws
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Notice this Is A Sources Sought Notice (ssn) Only. The U.s. Government Is Conducting Market Research Only To Determine The Availability Of Qualified Sources Capable Of Providing Stryker Neptune Full-service Maintenance And Repair Services For Stryker Neptune 3 And Stryker Neptune Docker Devices. Potential Contractors Are Invited To Provide A Response Via E-mail To Contract Specialist At Tracy.heath@va.gov By January 03, 2025, 15:00 (pt). Responses Will Be Used To Determine The Appropriate Strategy For A Potential Acquisition. Please Clearly Identify Any Information Your Company Considers Sensitive Or Proprietary. This Notice Is Issued Solely For Information And Planning Purposes - It Does Not Constitute A Request For Quotation (rfq), Or A Promise To Issue An Rfq In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Or Proposals At This Time And Will Not Accept Unsolicited Quotes In Response To This Sources Sought Synopsis. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq, If Any Is Issued. background: The Contractor Shall Provide All Preventative Maintenance And On-site Repairs. Contractor Shall Ensure That All Units Are Fully Operational According To Manufacturer Specifications Prior To Departure. Contractor Shall Provide All Necessary Travel, Labor, Materials, Tools, Documentation, And Parts Required For The Inspection, Support, And Repair Of The Equipment Listed In The Schedule Of Equipment Below. naics: 811210, Electronic And Precision Equipment Repair And Maintenance interested Potential Contractors Please Provide The Following. 1) Company Name, Address, Point Of Contact, Phone Number, Email Address, And Duns please Indicate Business Size: small Disadvantage Business (sdb)____ 8(a)____
historically Underutilized Business Zone (hubzone)____
service-disabled Veteran-owned Small Business (sdvosb)____
veteran-owned Small Business (vosb)_____
economically Disadvantaged Women-owned Small Business (edwosb)_____
women-owned Small Business Concerns (wosb)_____
small Business_____
large Business_____ please State If You Possess A Federal Supply Schedule (fss)______. 2) Please Submit A Brief Capability Statement (maximum Three Pages) With Enough Information To Demonstrate To The Veterans Affairs That You Have The Enough Resources, Personnel, And Experience To Perform Full Preventative Maintenance And On-site Repairs Per The Manufacturer Specifications As Required In The Attached Draft Statement Of Work. **draft Statement Of Work statement Of Work
1. Contract Title
stryker Neptune Service Contract For The Va Puget Sound Health Care System Seattle Campus
2. Background
the Puget Sound Health Care System, Seattle Campus Requires On-site, Full-service Maintenance And Repair Services To Ensure The Stryker Neptune 3 And Stryker Neptune 2 Docker Devices Are Operating Suitably For Clinical Use.
3. Scope
this Contract Includes All Parts And Services To Properly Provide Preventative Maintenance And On-site Repairs. Contractor Shall Ensure That All Units Are Fully Operational According To Manufacturer Specifications Prior To Departure. Contractor Shall Provide All Necessary Travel, Labor, Materials, Tools, Documentation, And Parts Required For The Inspection, Support, And Repair Of The Equipment Listed In The Schedule Of Equipment (section 4).
4. Specific Tasks
schedule Of Equipment: item #
system Name qty
serial #
1
stryker Neptune 3
11
2421904073
2
stryker Neptune 2 Docker
2
2417328353
3
stryker Neptune S
3
tbd
4
stryker Neptune Sem Docker
1
tbd the Contractor Shall Perform The Following Tasks:
1. Procare Protect Corrective Maintenance stryker Shall Provide The Services For Equipment Set Forth In The Applicable Service Plan, Subject To The Limitations And Exclusions Contained Herein: an Unlimited Number Of Repairs Or Replacements Of The Equipment, Due To Damage Associated With Normal Use, And Wear, Including All Parts And Labor Associated With Mail-in Services
repair Or Replacement Of Equipment At Stryker S Sole Discretion
if Applicable, Loaner Equipment During The Period That Equipment Is In Stryker S Possession For Repair, Except That All Such Loaner Equipment Is Subject To Availability And Stryker S Loaner Policy all Freight Costs Associated With Shipments Of Repairs And Loaner Equipment To The Vapshcs
prioritized Repairs Over Non-contracted Customers, With No Additional Administration Or Approval Process
training To Participant Personnel And Surgeons In The Safe And Effective Use Of The Equipment
other Assistance Reasonably Requested By Participant In Connection With The Equipment
on Each Scheduled On-site Service Call, Stryker Personnel Will Inspect And Adjust Each Available Item Of Equipment As Required In Accordance With Stryker S Then-current Maintenance Procedures For The Equipment
any Maintenance Service Call Scheduled Outside Of Stryker S Normal Working Hours, (monday Through Friday, 7:00 Am To 5:00 Pm Local Time, Excluding Federal Holidays) May Carry An Additional Charge. 2. Procare Prevent Preventative Maintenance
procare Prevent Coverage. Stryker Shall Provide The Procare Protect Coverage For The Equipment Set Forth In The Applicable Service Plan, In Addition To The Services Below, Subject To The Limitations And Exclusions Contained Herein: on-site Preventative Maintenance Inspections And Associated Documentation (i.e., The Joint Commission, Cms Or Dnv Equipment Checklists), For The Equipment
stryker May Perform Preventative Maintenance And Repairs At The Vapshcs Or At The Applicable Stryker Repair Facility In Stryker S Sole Discretion
all Travel Expenses Associated With Scheduled Preventative Maintenance Inspections
each Scheduled On-site Service Call, Stryker Personnel Will Inspect And Adjust Each Available Item Of Equipment As Required In Accordance With Stryker S Then-current Maintenance Procedures For The Equipment (the Preventative Maintenance ). The Contractor Shall Provide The Station Point Of Contact Reports For All Work Performed, As Outlined In The Delivery Schedule
preventative Maintenance Inspections Will Be Scheduled By Vapshcs Or Stryker At A Mutually Agreed Upon Time With The Facility. Equipment Not Made Available At The Mutually Agreed Upon Time Will Be Serviced During The Next Scheduled Service Call Or At Another Specified Date
preventative Maintenance Shall Be Performed By The Contractor At Intervals In Accordance With The Manufacturer S Recommendations, But No Less Than Annually
any Maintenance Service Call Scheduled Outside Of Stryker S Normal Working Hours, (monday Through Friday, 7:00 Am To 5:00 Pm Local Time, Excluding Federal Holidays) May Carry An Additional Charge general Requirements it Shall Be Understood That, Throughout Performance Of The Contract, The Contractor S Personnel, While On Va Property, Shall Adhere To All Requirements And Regulations That Govern The Va Health Care System And Its Property.
among All Other Requirements, The Va Health Care System And Its Property Are Now Entirely Smoke Free.
the Contractor And Their Personnel Shall Follow All U.s. Department Of Veterans Affairs (va) Policies, Standard Operating Procedures, Applicable Laws, And Applicable Regulations While On Va Property. Violations Of This May Result In Citation And Disciplinary Measures For Persons Violating The Law.
contractor And Their Personnel Shall Always Wear Visible Identification While They Are On Premises. possession Of Weapons Is Prohibited.
contractor Shall Take All Reasonable Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract.
invoicing Submissions
in Addition To Regulations Set Forth In Far 52.212-4 (contract Terms And Conditions Commercial Items) (g) Invoice And Vaar 852.232-72 (electronic Submission Of Payment Requests), Contractor Shall Submit Final Invoice On Any Services Performed No Later Than 30 Days After End Of The Period Of Performance Of Contract. This Ensures That Closeout Of Contracts Follows Far 4.804-1(b).
6. Performance Monitoring
the Contractor Shall Be Monitored By The Station Point Of Contact Or Their Designee. The Station Point Of Contact Shall Submit An Annual Performance Evaluation To Network Contracting Office 20 Summarizing The Performance Viewed Over The Period Of Performance. 8. Other Pertinent Information Or Special Considerations
all Contractor Personnel Must Have At Least Two Years Of Field Experience As A Field Service Engineer Or Meet Oem Standards For A Fully Qualified Field Service Engineer To Perform Maintenance On The Equipment. No Subcontracting Is Authorized For This Contract. contractor Must Provide, Upon Request, Documentation Of Factory Certified Service/maintenance Training On The Specific Equipment Under The Terms Of This Contract. All Parts Used Shall Be Oem Parts Only. Reverse Engineered And/or Refurbished Parts Shall Not Be Utilized Under The Terms Of This Contract Without Explicit Permission, In Writing, From The Contracting Officer (co) After Co Consultation With Va Technical Representative (vatr). Subcontracting Of Any Ensuing Award Of This Solicitation Will Not Be Allowed Without Written Permission Of The Co. contractor Will Provide The Necessary Manpower And Supervision To Properly Execute The Preventative And Corrective Maintenance Of The Equipment Specified On Equipment List . the Station Point Of Contact Shall Conduct Routine Inspections, Product Sampling, And Monitoring Of Work While Contractor Is On Site. In The Event Of Any Concerns, The Station Point Of Contact Shall Notify Network Contracting Office 20 And Coordinate Addressing The Concerns. equipment May Be Added Or Deleted From The Service Contract As Needed Upon Modification By The Contracting Officer (co). Deleted Equipment Shall Be Credited In The Full Amount If Deleted Before Any Scheduled Maintenance Has Been Performed On It.
7. Risk Control
vendor Must Coordinate With Station Point Of Contact For Access To The Seattle Campus. Once Vendor Completes The Service, They Must Check Out With Station Point Of Contact To Ensure That All Work Has Been Completed With No Issues. If Any Issues Arise The Station Point Of Contact Must Be Contacted.
8. Place Of Performance department Of Veterans Affairs
puget Sound Health Care System
seattle Division
1660 S. Columbian Way
seattle, Wa 98108-1597
9. Period Of Performance. this Will Be A Single Award Firm Fixed Price Contract With One (1) Base Year And Up To Four (4) Option Years For This Contract: Base: 03/01/2025 02/28/2026
option Year 1: 03/01/2026 02/28/2027
option Year 2: 03/01/2027 02/29/2028
option Year 3: 03/01/2028 02/28/2029
option Year 4: 03/01/2029 02/28/2030 10. Delivery Schedule
deliverable Title
format
calendar Days After Co Start
full-service Report (fsr) For (3) Neptune S Rover 2pm Prevent Procare +sem
contractor-determined Format; Comprehensive Service Report And Corrective And Preventative Maintenance Checklist
within 24 Hours Of Service Completion, Email To Onsite Staff As Well As The Station Point Of Contact
full-service Report (fsr) For (11) Neptune 3 Rover 2pm Prevent Procare +sem
contractor-determined Format; Comprehensive Service Report And Corrective And Preventative Maintenance Checklist
within 24 Hours Of Service Completion, Email To Onsite Staff As Well As The Station Point Of Contact
full-service Report (fsr) For (3) Neptune 2 Docker 2pm Prevent Procare
contractor-determined Format; Comprehensive Service Report And Corrective And Preventative Maintenance Checklist
within 24 Hours Of Service Completion, Email To Onsite Staff As Well As The Station Point Of Contact
monthly Report
shows All The Work Accomplished Each Moth And All Work Planned To Be Accomplished In The Following Month. Identifies Unresolved Problems And Their Proposed Solution, As Well As Resolved Problems And The Steps Taken To Resolve Them.
due The Last Day Of Each Month 11. 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. No Background Investigation Is Required.
access To Va Information And Info Systems
the Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor S Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination.
contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness.
custom Software Development And Outsourced Operations Must Be In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor.
va Information Custodial Language
for Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cotr.
the Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated.
the Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request.
except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response.
notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above-mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response.
security Incident Investigation
the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cotr And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access.
to The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant.
with Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement.
in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident.
liquidated Damages For Data Breach
consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract.
the Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.
each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following:
(1) Nature Of The Event (loss, Theft, Unauthorized Access);
(2) Description Of The Event, Including:
(a) Date Of Occurrence;
(b) Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code;
(3) Number Of Individuals Affected Or Potentially Affected;
(4) Names Of Individuals Or Groups Affected Or Potentially Affected;
(5) Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text;
(6) Amount Of Time The Data Has Been Out Of Va Control;
(7) The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons);
(8) Known Misuses Of Data Containing Sensitive Personal Information, If Any;
(9) Assessment Of The Potential Harm To The Affected Individuals;
(10) Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And
(11) Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised.
based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $37.50 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following:
(1) Notification;
(2) One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least
3 Relevant Credit Bureau Reports;
(3) Data Breach Analysis;
(4) Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution;
(5) One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And
(6) Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs.
security Controls on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-days Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time.â¬
training
all Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems:
(1) Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems;
(2) Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training;
(3) Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And
(4) Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.]
a. The Contractor Shall Provide To The Contracting Officer And/or The Cotr A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required.
b. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
12. Government-furnished Equipment (gfe)/government-furnished Information (gfi) no Gfe Or Gfi Shall Be Provided To The Contractor For The Performance Of This Contract. information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct On-site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. Prior To Termination Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. 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. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations, And Policies In This Contract. the Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. if Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12.
STATE, DEPARTMENT OF USA Tender
Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: U.s. Department Of State
bureau Of International Narcotics And Law Enforcement Affairs (inl) you Have Received This "personal Services Contractor” (psc) Solicitation Through The Department Of State (dos) Internet Site. If You Have Any Questions Regarding This Psc, You May Contact The Dos Official Named In This Solicitation. The Department Is Not Responsible For Any Data And/or Text Not Received When Retrieving This Document Electronically. Amendments To Solicitation Documents Generally Contain Information Critical To The Submission Of An Application. position Title: Design, Monitoring, And Evaluation Advisor (multiple Positions)
location: Washington, Dc
salary Level: Gs-14 - $142,488 - $185,234
period Of Performance: The Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions.
issuance Date: January 13, 2025
closing Date: January 24, 2025
closing Time: 3:00 Pm Et
solicitation Number: Psc-25-015-inl
job Description: See Below dear Prospective Offerors: the Department Of State Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services For The Subject Position Under A Personal Services Contract, As Described In This Solicitation. Submittals Must Be In Accordance With The Attached Information At The Place And Time Specified. Applicants Interested In Applying For This Position Must Submit The Following Materials: 1. Form Sf 171 (completed And Signed)
2. Complete Resume. In Order To Fully Evaluate Your Offer Your Resume Must Include:
a. Paid A Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For Any Overseas Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements.
b. Specific Duties Performed That Fully Detail The Level And Complexity Of The Work.
c. Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s).
d. Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments.
e. U.s. Citizenship
note: Resume Must Contain Explicit Information To Make A Valid Determination That The Candidate Meets The Experience Requirements As Stated In This Solicitation. This Information Needs To Be Clearly Identified In The Resume. Failure To Provide Explicit Information To Determine Qualifications For The Position Will Result In Loss Of Full Consideration.
3. Evaluation Factor Document Specifically Addressing: Each Of The Evaluation Factors Shown In The Solicitation Below. Responses Must Be Limited To 500 Words Per Evaluation Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored.
note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Receive That Are Relevant To Each Factor. 4. Professional References: Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Complete Applications Must Be Emailed To: dominique Chittum, U.s. Department Of State, Inl/ex/gapp, Chittumda@state.gov sincerely,
margaret Renee Gaudreau
contracting Officer, U.s. Department Of State
subject
a Solicitation For A Personal Services Contractor (psc), Department Of State (dos), Bureau For International Narcotics And Law Enforcement Affairs (inl). the United States Government (usg), Represented By The Dos, Seeks Applications From Us Citizens Interested In Providing Psc Services As Described In This Solicitation. pre-award Ethical Responsibilities Of Psc (jun 2011)
this Solicitation May Result In The Award Of One Or More Personal Services Contracts As Defined In Far 2.101. Prior To Contract Award, All Offerors Or Quotes Must Advise The Cognizant Contracting Officer If They Have A Personal Conflict Of Interest, Such As A Financial Conflict, That Would Prevent Them From Either Meeting The Requirements Of The Clause Entitled, “post-award Ethical Responsibilities Of Personal Services Contractors,” Or Otherwise Objectively Performing Their Contractual Duties Upon Contract Award. how To Apply
offerors Proposal Shall Be In Accordance With The Requirements Stated In This Solicitation At The Place And Time Specified. A Proposal Will Be Determined Non-responsive And Ineligible For Consideration Unless All Required Documents And Information Are Included In The Submission. Offerors Shall Ensure Their Resume Demonstrates Their Possession Of The Minimum Qualifications Outlined In This Solicitation, As Well As Their Ability To Fulfill All Required Duties. The Government Is Not Responsible For Any Costs Incurred By The Offeror During The Solicitation Process. note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates The Department Of State To Award A Psc Contract, Nor Does It Commit The Department Of State To Pay Any Cost Incurred In The Preparation And Submission Of The Application. proposals Must Include The Following And Not Exceed Twenty (20) Pages (additional Pages Will Not Be Accepted Or Reviewed):
1. Form Sf 171 (completed And Signed)
2. Resume 3. Evaluation Factor Responses
4. Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. Additional Documents Submitted Beyond The Requirements Will Not Be Accepted Or Reviewed. *** One Pdf Attachment Is Highly Recommended veteran’s Preference
veteran’s Preference Is Not Applicable To This Position Therefore Do Not Submit Dd-214. all Qualified Applicants Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Nondisqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. equal Employment Opportunity Policy - The United States Government Does Not Discriminate In Employment On The Basis Of Race, Color, Religion, Sex (including Pregnancy And Gender Identity), National Origin, Political Affiliation, Sexual Orientation, Marital Status, Disability, Genetic Information, Age, Membership In An Employee Organization, Retaliation, Parental Status, Military Service Or Other Non-merit Factor. submit Proposal Via E-mail To The Attention Of:
inl/dominique Chittum
e-mail: Chittumda@state.gov direct Questions Regarding This Solicitation To:
inl/dominique Chittum
e-mail: Chittumda@state.gov inl Will Not Accept Proposals Beyond The Closing Time/date; Unless It Can Be Determined Dos Mishandled The Proposal. general Statement Of The Purpose Of This Contract
mission Of The U.s. Department Of State: The U.s. Department Of State Is The Lead Institution For The Conduct Of American Diplomacy And The Secretary Of State Is The President’s Principal Foreign Policy Advisor. The Department Of State’s Mission Is To Advance U.s. National Security Interests, Fight Terrorism, Protect U.s. Interests Abroad, And Implement Foreign Policy Initiatives That Build A Freer, Prosperous, And Secure World. mission Of The Bureau Of International Narcotics And Law Enforcement Affairs (inl): The Bureau Of International Narcotics And Law Enforcement Affairs (inl) Is Part Of The Under Secretariat For Civilian Security, Democracy, And Human Rights (j) Within The Department Of State (dos). Inl’s Mission Is To Minimize The Impact Of International Crime And Illegal Drugs On The United States And Its Citizens By Providing Effective Foreign Assistance And Fostering Global Cooperation. inl’s Offices Of Europe And Asia (inl/ea) And Africa And The Middle East (inl/ame) Develop, Manage, And Oversee United States Government (usg) Foreign Assistance Programs To Support Comprehensive Criminal Justice Sector Capacity Development In Countries Throughout Europe, Asia, Africa, And The Middle East. Inl/ea Comprises A Europe Division With Three Program Teams, An Asia Division With Three Program Teams, And A Cross-cutting Team (cct). Inl/ame Includes Five Teams – Two Covering Sub-saharan Africa, Two Covering The Middle East And North Africa, And A Cross-cutting Team (cct). Staff Members Include Foreign Service Officers, Civil Service Officers, Personal Services Contractors, And Third-party Contractors. Broadly Speaking, In Europe, Programs Augment Our Partners’ Capacity In The Justice And Law Enforcement Sectors To Combat Transnational Organized Crime, Reduce Corruption, And Counter Russian Influence. Bilateral And Regional Central Asia Programs Target Counternarcotics, Strengthen Border Security, And Deepen Judicial Reform. In East And South Asia, Programs Focus On Maritime, Rule Of Law, Law Enforcement, Transnational Crime, And Counternarcotics. Programs In Sub-saharan Africa Support Democracy And Stability; Reduce Transnational Crime Such As Illicit Drug; Address Financial Crimes And Money Laundering; And Fight Corruption. In The Middle East And North Africa, Programs Build The Capacity, Professionalism, And Responsiveness Of Criminal Justice Sector Institutions. the Purpose Of This Personal Services Contract (psc) Is To Fill Two Design, Monitoring, And Evaluation (dme) Advisor Positions. The Design, Monitoring, And Evaluation (dme) Advisors Are Expected To Provide A Broad Range Of Support To All Programs In Inl/ea Or Inl/ame In All Matters Related To Dme. The Dme Advisors Report Directly To The Cross-cutting Team Lead To Provide Updates On Progress Toward Meeting Dme Requirements In All Projects And Analysis Of Programs’ And Projects’ Progress Toward Achieving Intended Goals And Objectives. The Dme Advisors Also Actively Participates In Inl’s Dme Network To Stay Abreast Of Dme Best Practices And Ensure The Application Of Department And Bureau-wide Dme Standards In All Inl Projects. the Dme Advisor Psc Will Provide Policy Guidance, Oversight, And Program Management On Behalf Of Inl In Support Of Host-nation Capacity-building And Reform. The Psc Will Provide Specialized Expertise To Design, Monitor, And Evaluate Programmatic Initiatives To Support Criminal Justice Sector Capacity Development In Countries In Europe Asia, Africa, Or The Middle East. The Psc Will Assist Inl In Ensuring Monitoring Systems That Assess The Extent To Which These Programs Are Achieving Intended Outcomes, And Where Appropriate, Evaluation Approaches To Assess Impacts. The Psc Must Be Able To Work Effectively, Responding To Multiple And Evolving Priorities While Advancing Inl’s Overarching Objective To Counter Crime, Illegal Drugs, And Instability Abroad. The Position Requires Foreign Assistance Design, Monitoring, And Evaluation Subject Expertise And Foreign Assistance Program Management Experience To Enable The Incumbent To Assess What New Assistance Is Needed, Make Programmatic Recommendations, Design Appropriate Performance Measures, And Coordinate With Implementing Partners In Order To Report On Inl Program Impact And Effectiveness. duties & Responsibilities
under The Direct Supervision Of The Cross-cutting Team Lead Or His/her Designee, The Dme Advisor Will Perform The Following Duties: 1. Project Design
• Advise Inl/ea Or Inl/ame Program Officers And Field Staff On The Application Of The Inl Design Standards For Projects, Including How To Write Goal And Objective Statements That Meet The Change And Clarity Standards, And How To Develop Valid Indicators For Goals And Objectives.
• Utilize Data And Provide Analysis To Inform Design Choices, Such As Data From Previous Or Related Projects For Lessons Learned, Or Contextual Data For Root Cause Analysis.
• Contribute To And Provide Technical Review Of Project Change Map, Theory Of Change, Performance Monitoring Plan, And/or Other Design Documents Such As Results Framework Or Log Frame, As Relevant.
• Draft The Monitoring And Evaluation Sections Of Project Solicitation Documents, And Advise Program Managers On The Rigor And Feasibility Of Project Proposals.
• Draft Monitoring And Evaluation Plans Where The Inl Section Is Implementing The Project Directly (without An Implementing Partner), Including Training Programs.
• Ensure Use Of Quality Indicators And Inclusion Of Appropriate Inl Measures For Data Verification And Data Quality Assessments. 2. Program Design And Monitoring
• Advise And Support Inl/ea Or Inl/ame Program Officers And Field Staff In Developing Longer-term Program-level Goals, Objectives, And Indicators.
• Assist Relevant Dme Sections In Drafting Goals, Objectives, And Results In Country Program Frameworks (cpfs), The Country Change Map(s), Program Concept Notes (pcns), And Other Strategies As Applicable.
• Develop Valid Indicators And Feasible Data Collection Methods For Program-level Goals And Objectives.
• Ensure Program-level Data Is Collected From Primary And/or Secondary Data Sources And Reported At The Established Frequencies, Including Supervising Other Staff In Data Collection And Management Activities.
3. Training And Guidance
• Lead Trainings For Colleagues In Inl/ea And Ea Overseas Posts Or Inl/ame And Relevant Overseas Posts On A Variety Of Dme Topics And Approaches. Trainings Will Vary In Duration And Depth In Response To Team Members Needs And Office Priorities; And May Be Introductory, Refresher, Or “deep-dive.” Topics Could Include Dme 101, Targeted Sessions On Meeting The Inl Design And Monitoring Standards, Developing Logical Theories Of Change, Problem Analysis And Pre-design Approaches, Developing And Using Valid Indicators, Data Quality, Or Other Topics As Needed.
• Share Existing Dme Guidance Documents, Training Videos, And Job Aids With Program Teams And Implementing Partners.
• Advise Inl/ea Or Inl/ame Leadership On How The Office Should Approach Dme Requirements And Best Practices And Lead Implementation At An Office Level.
• Develop Standard Operating Procedures For Inl/ea And/or Inl/ame To Implement Inl's Dme Requirements At The Project And Program Level.
• Contribute To Discussions On Bureau-wide Dme Approaches And Implementation.
• In Consultation With Inl’s Office Of Knowledge Management (inl/km), Develop New Guidance Resources Where Gaps Exist.
• Serve As The Cor On Dme-focused Tpc Contracts, As Requested, And Provide On-site Guidance To Dme-focused Tpcs On The Cct.
4. Data Analysis, Visualization, And Data-driven Learning
• Analyze Project And Program Data, Conduct Evaluations, And Other Assessments For Decision-making Purposes As Requested.
• Use Software To Create Dashboards And Visualize Reported Data On Program-level Indicators And Frequently Requested Metrics To Inform Program Manager Decision-making.
• Create Knowledge Products Such As Reports, Presentations, Memoranda, And Infographics.
• Share And Report Data As Requested By Program Managers And Leadership.
• Collaborate With Program Managers, Implementing Partners, And/or Other Stakeholders, Such As Partner Government Officials To Hold Periodic Data Reviews For Individual Programs.
• Shape Strategic Or Portfolio Reviews Around Available Data For Decision-making And Contribute To Knowledge Products.
• Ensure Key Take-aways From Previous Project Results Are Incorporated Into The Design Of New Projects And Programs.
• Brief Leadership On Progress Towards Project And Program Results Against Targets, As Well As Findings From Evaluations And/or Qualitative Research.
• Develop And Manage Larger-scale Initiatives To Learn From, Evaluate, And/or Assess Aspects Of Programming In Inl/ea Or Inl/ame.
5. Data Management
• Work With Inl/km Social And Data Scientists, Inl/ea Or Inl/ame Program Officers, And Field Staff To Ensure All Of Inl/ea Or Inl/ame’s Change-oriented Projects Are Enrolled In Inl’s Performance Monitoring Database.
• Work With Inl/ea Or Inl/ame Program Officers To Ensure Baseline Data Is Collected And Help To Set Targets When Applicable.
• In Coordination With Inl/ea Or Inl/ame Program Managers And Officers, Conduct Data Verification Activities For Ongoing Projects, Including Site Visits.
• Perform Data Quality Assessments For Inl/km Strategic Indicators.
• Perform Data Entry And Cleaning When Necessary.
• Assist Program Officers To Review And Update Program Monitoring Plans Periodically.
• Serve As Contracting/grant/agreement Officer’s Representative (cor/gor/aor) For Dme-specific Projects (i.e. Projects For The Collection Of Monitoring Data And Project Evaluation), And As The Primary Resource For Others Taking This Role In The Office Or Overseas.
• Develop And Review Data Collection Tools.
• Support Annual And Ad Hoc Data Calls To Projects Within Inl/ea R Inl/ame. 6. Other Projects As Assigned
• Establish And Maintain Relationships Within The Dme Community Of Practice, Including With Department, Interagency, International, And Academic Counterparts, To Coordinate On Dme Approaches, Foreign Assistance Trends, Evidence-based Best Practices, Policies, And Programs.
• Attend Bureau, Interagency, And International Meetings And Events On Behalf Of Inl, As Requested By Inl/ea Or Inl/ame Leadership. Participate And Represent Inl, As Needed, In Conferences, Dialogues, And Similar Events On Dme Issues.
• When Required, Perform The Role Of Duty Officer.
• Perform Other Duties As Requested And Assigned That Are Directly Related To This Statement Of Work.
• Perform Services That Fall Within The General Scope Of Work And Overall Inl Mission At Physical Locations Other Than Washington Inl Headquarters, Including Within Other Inl Offices, Bureaus Or Other Usg Agencies For A Period Not To Exceed Six (6) Months. trainings & Distance Learning Courses
1. Completes All On-line Training Mandated By The Department Of State (e.g., Ct401 (counter Threat Awareness Training), Ethics) Within 120 Days Of Contract Start Date.
2. Completes The Foreign Affairs Counter-threat (fact) Course (ct650), If Required, Within Six (6) Months Of Contract Start Date. 3. Completes The Contracts And/or Grants Officer Representative Distance-learning Courses Through The Foreign Service Institute (fsi) And Obtains/maintains A Fac-cor Certification Level Ii And/or Gor Certificate.
4. Coordinates With Inl Program Office To Complete The Inl Staff Orientation And Readiness Training (soar) And Leading Inl Programs (p2) Training. place Of Performance & Travel Requirements
the Place Of Performance For This Position Is Washington, Dc. Frequent Domestic And Overseas Travel Is Required. relationships
the Psc Will Report To The Cross-cutting Team Lead In Inl/ea Or Inl/ame Or His/her Designee. This Position Does Not Have Any Formal Supervisory Responsibilities. the Contract Administrator Shall Be The Inl Contracting Officer In Washington. In No Instance Shall The Cross-cutting Team Lead Or Any Other Individual Be Authorized To Alter Or Modify The Terms And Conditions Of The Contract Or Waive The Government's Requirements, Price, Delivery, Or Other Terms And Conditions. The Contracting Officer Must Authorize Such Changes In Writing. the Cross-cutting Team Lead Will Provide Yearly Performance Reviews To The Inl/ex/gapp Contracting Officer In Washington, D.c. To Contribute To The Incumbent’s Official Yearly Review. telework
this Is A Hybrid Position That Allows For A Combination Of In-office Presence And Regular Telework. The Incumbent’s Actual In-office And Telework Schedule Will Be Determined By The Supervisor And Co And Is Subject To Change Based On Bureau Or Office Needs. complexity
this Position Involves Managing And Providing Dme Technical Expertise For A Wide Portfolio Of Programs And Projects In Inl/ea Or Inl/ame, Simultaneously. The Ability To Perform Complex Analysis, Explain Dme Concepts Clearly And Concisely, Meet Short Deadlines, Coordinate Between Many Stakeholders, And Multi-task Successfully Is Essential. duties Are Significantly Varied And Require Many Different Unrelated Processes And Methods That Are Applied To A Broad Range Of Problems/situations That Require A Substantial Depth Of Analysis. Decisions That Must Be Made Involve Major Areas Of Uncertainty In Approach, Methodology, Interpretation And Evaluating Processes. There Are Continuing Changes In Programming, Dme Requirements, Partner Capacity For Dme, And Political Circumstances Enabling Or Restricting Programming And Dme Efforts. The Work Requires Originating New Techniques, Establishing Criteria, Or Developing New Information. Incumbents Typically Identify And Develop Ways To Resolve Problems Or Cope With Issues Which Directly Affect The Ongoing Relationships With Partners And The Ability To Gather And Use Meaningful Results Data. scope & Effectiveness
the Psc Performs Broad Range Of Tasks And Assignment Related To The Dme Of Inl’s Programs And Projects. Assignments For These Tasks May Often Be Self-generated And In Response Broader Dme Needs, Requirements, And Efforts In Inl/ea Or Inl/ame. Knowledge And Professional Experience Supporting Dme In International Development Contexts, Coupled With Subject Matter Familiarity With Inl’s Key Focus Areas, Is Necessary To Support The Results-based Management Of Inl/ea’s Or Inl/ame’s Programming. An Effective Psc Will Also Contribute To Inl/ea’s Or Inl/ame’s And Inl’s Bureau-wide Culture Changes And Adoption Of Measures To Use Evidence And Data To Inform Policy And Programming. period Of Performance
the Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. minimum Qualifications
1. U.s. Citizenship With The Ability To Obtain And Maintain Department Of State Secret Level Security Clearance, Medical Clearance, And Ethics Clearance (if Applicable). (security Clearance Upgrade To Top Secret Level May Be Required.)
2. A Master’s Degree From An Accredited Institution In The Area Of Social Science, Management, Program Development, Monitoring And Evaluation, Criminal Justice, International Security Studies, International Development International Relations, International Studies, International Affairs, Or Political Science.
3. A Minimum Of Six (6) Years Of Experience Implementing Foreign Assistance Programs And Projects; Of Which A Minimum Of Three (3) Years Was Performing Design, Monitoring, And Evaluation On Foreign Assistance Programs.
4. A Minimum Of Two (2) Years Of Experience Providing Oversight And Guidance On Dme Issues. evaluation Criteria
(used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors.) Offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. factor 1: Programmatic Dme Experience (20 Points)
demonstrated Expertise In Designing, Monitoring, And Evaluating Complex Programs To Achieve Policy Goals, Especially In A Foreign Assistance Context. Demonstrated Familiarity With Results-based Project And Program Management Approaches. Demonstrated Experience Supporting The Utilization Of Evidence, Findings, And Recommendations From Monitoring And Evaluation Efforts To Design And Adjust Projects Or Programs. factor 2: Social Science Expertise (20 Points)
demonstrated Knowledge Of Types Of Evidence, Degrees Of Robustness In Evidence, Data Quality Considerations. Demonstrated Expertise Developing Conceptually Valid Indicators As Signals Of Change For Goals And Objectives. Demonstrated Experience Analyzing Quantitative, Qualitative, And Mixed-methods Data And Communicating Findings From Analysis. Demonstrated Ability To Review And Provide Quality Control Of Data And Analysis Provided By Project Implementers. factor 3: Coordination, Communication, And Conflict Resolution (15 Points)
demonstrated Ability To Work Collaboratively With And Resolve Problems, Disagreements, Or Challenging Situations Among Different Offices, Implementing Partners, And Missions. Demonstrated Ability To Translate And Explain Technical Language And Concepts Into Common English For A Non-specialist Audience. Demonstrated Ability To Work With Current Technologies, To Research, Investigate, And Communicate Complex Issues In A Timely And Concise Manner, Orally And In Writing, And To Integrate Evidence Into Advice. factor 4: Specialized Experience (15 Points)
demonstrated Ability, Through Short-term Or Extended Overseas Postings, To Work Effectively In Europe, Asia, Africa, The Middle East, Or In Similar Overseas Environments. Demonstrated Familiarity With Criminal Justice Sector Capacity Development, Transnational Organized Crime, Corruption, Civilian Security, Counternarcotics, Or Related Topics. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements Will Be Further Evaluated Based On Scoring Of The Evaluation Factor Responses. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. Failure To Specifically Address The Evaluation Factors May Result In Your Not Receiving Credit For All Of Your Pertinent Experience, Education, Training And/or Awards. the Offeror Rating System Is As Follows: evaluation Factors Have Been Assigned The Following Points:
factor #1 – 20
factor #2 – 20
factor #3 – 15
factor #4 – 15
total Possible – 70 Points interview Performance – 30 Points satisfactory Professional Reference Checks – Pass/fail (no Points Assigned)
past Performance Evaluation Of Applicant’s Ability To Perform Under The Contract. In Conducting The Evaluation, The U.s. Government Reserves The Right To Utilize All Evaluation Information Available At The Time Of Evaluation, Whether Provided By The Applicant Or Obtained From Other Sources. total Possible Points: 100 the Most Qualified Candidates May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Inl Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Applications (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Applicant's Writing, Presentation, And Communication Skills. In The Event That An Applicant Has Fully Demonstrated His/her Qualifications And There Are No Other Competitive Applicants, Inl Reserves The Right To Forego The Interview Process. Professional References Will Be Evaluated For Applicants Being Considered For Selection. compensation (base Pay)
this Position Has Been Designated At The Gs-14 Equivalent Level ($142,488 - $185,234). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries, Including Any Recruitment Supplemental Pay That Exceeds The Listed Pay Range, Will Not Be Entertained Or Negotiated. for Award, Inl Will Negotiate For This Contract Based On The Market Value As Outlined Above And Overall Experience Relevant To The Solicitation Requirements. benefits & Allowances
as A Matter Of Policy, Inl Normally Authorizes The Following Benefits And Allowances benefits - If Applicable
• Employee's Fica/medicare Contribution
• Contribution Toward Health And Life Insurance
• Pay Comparability Adjustment
• Annual Increase
• Eligibility For Worker's Compensation
• Annual, Sick And Home Leave
• 401k Plan
• Medvac (provided By Dos Med) allowances In Accordance With Department Of State Standardized Regulations (dssr) - If Applicable
• Temporary Quarters Subsistence Allowance (tqsa) Or Per Diem Upon Arrival At Post
• Housing Allowance
• Post Allowance
• Supplemental Post Allowance
• Maintenance Allowance (sma)
• Education Allowance
• Educational Travel (full-time United States Based Secondary)
• Post Hardship Differential
• Danger Pay
• Shipment Of Hhe, Uab, Pov And Consumables
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Page 2 Of 2 request For Quote (rfq) #: 36c25925q0119
ophthalmic Exam Chairs And Slit Lamp Instrument Stands Salt Lake City Va Medical Center this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Make No Award From This Solicitation. * The Deadline For All Questions Is 12:00pm Mst, January 29th, 2025.
all Questions Must Be Submitted In Writing No Later Than The Question Cut-off Date Marked Above. All Questions Will Be Answered Officially Through An Amendment To The Solicitation. ** Quotes Are To Be Provided To Stephanie.cahill@va.gov No Later Than 12:00pm Mst, January 31st, 2025.
quotes Shall Not Be Hand Carried. Faxed Quotes Shall Not Be Accepted. Emailed Quotes Are The Only Method Of Submitted Quotes (4mb Email Limit). The Government Reserves The Right To Make Award Solely On Initial Quotes Received. Offerors Bear The Burden Of Ensuring That All Portions Of The Offer (and Any Authorized Amendments) Reach The Designated Office Before The Deadline Specified In The Solicitation. This Rfq Shall Be Completed In Its Entirety, And Signed And Dated, Failure Shall Not Be Considered For Award. this Is A Request For Quote (rfq) And The Solicitation Number Is 36c25925q0119. The Government Anticipates Awarding A Firm-fixed Price Contract Resulting From This Solicitation. this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 Effective August 29, 2024. the North American Industrial Classification System (naics) Code For This Procurement Is 339115 With A Small Business Size Standard Of 1,000 Employees. This Solicitation Is A 100% Set-aside For Small Business Concerns. list Of Line Items; line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
ophthalmic Exam Chair
6
ea
$
$
0002
ophthalmic Floor Stand For Slit Lamp
6
ea 0003
installation
1
jb grand Total
$ description Of Requirements For The Items To Be Acquired: *buy American Vendors Are Encouraged To Include Quotes With Products Manufactured Within The U.s. Whenever Possible Although Bids With Non-domestic Products Will Not Be Excluded From The Evaluation. vendors Are Required To Complete The 52.225-2 Buy American Certificate Below And Include With Their Quotation In Order To Verify The Country Of Origin (coo) Of Products Included In Their Quotes.
*fob Shall Be Destination *freight Shall Be Added To The Price Of Clin 0001 And Not Be Its Own Line Item *cut Sheets And Specification Sheets Proving The Offered Product Meets All Testing Specifications And Salient Characteristics Shall Be Included With The Quote *quotes Shall Annotate The Expected Date Of Delivery To The Specified Location *quotes Shall Be Accompanied By An Authorized Distributor Letter From The Manufacturer Of The Items Being Offered.
*failure To Meet The Salient Characteristics Below Will Result In The Offeror S Quote Not Being Considered For Award.
*failure To Provide Product Information Documents, Quote With Accurate Costs, Delivery Lead Time, Buy American Certificate, Or Authorized Distributor Letter Will Result In The Offeror S Quote Not Being Considered For Award. salient Characteristics: ophthalmic Patient Exam Chairs chair Must Be Able To Rotate At Least 270 Degrees.
chair Must Be Able To Accommodate At Least 300 Pounds.
chair Must Have A Minimum Ground To Seat Height Of At Least 20 Inches.
chair Must Be Able To Raise The Patient At Least 30 Inches From The Ground.
chair Back Must Be Able To Be Reclined At Least 80 Degrees.
chair Needs To Have Controls On Either Side Of The Chair To Control Height And Reclining Positions For Doctor Access.
chair Must Have Foot Pedal Included To Control Height And Reclining Positions.
chair Needs To Be Compatible With A Chair Mover (or Glider) To Accommodate Patients In Wheelchairs Who Cannot Transfer To The Ophthalmic Exam Chair. chair Must Have An Easy To Operate Headrest For Patient Head Positioning. chair Must Have Arms Rests That Can Be Raised And Lowered. slit Lamp Instrument Stand
slit Lamp Arm Needs To Be Able To Support Slit Lamps Up To 60 Lbs.
the Upper Refractor Arm Has A Minimum Of 10 Vertical Range, And Handle Instruments Weighing Up To 12 Lbs.
stand Needs To Have Ability To Control The Height Of The Exam Chair.
stand Needs To Have Designated Instrument Recharging Stations, Minimum Of Two Instruments At A Time.
stand Needs To Have Built In Standard Plug Outlets On The Back Of The Unit.
stand Needs To Have An Overhead Lamp On Adjustable Arm.
counterbalances Built Into Slit Lamp Arm To Be Able To Easily Adjust Height Of The Slit Lamp During Examinations.
stand Must Be Compatible With Exam Chairs. scope Of Work all Equipment Will Be Drop Ship To The Facility. the Vendor Will Either Provide Or Arrange For Installation Of The 12 Total Pieces Of Equipment In The Ophthalmology Department. Installation Will Be Coordinated With Biomed And The Clinic As To Not Interfere With Patient Care.
there Will Be No Trade In For The Old Equipment.
the C&a Requirements Do Not Apply, A Security Accreditation Package Is Not Required. delivery And Acceptance Shall Be F.o.b Destination (far 52.247-34) At The Veterans Affairs Medical Center, Located: department Of Veterans Affairs
salt Lake City Va Medical Center
500 Foothill Dr.
salt Lake City, Ut 84148 52.212-1, Instructions To Offerors--commercial Items Applies To This Acquisition addendum To Far 52.212-1 Instructions To Offerors Commercial gray Market Items Are Original Equipment Manufacturer S (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts) For Va Medical Centers.â No Remanufactures Or Gray Market Items Will Be Acceptable. offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem.â All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. the Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract.â Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. offerors Providing An Or Equal Product(s) Must Adhere To The Terms In Far 52.211-6. If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Or Exceed Are Specified In The Solicitation. To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
clearly Identify The Item By-
brand Name, If Any And
make Or Model Number,
include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification. the Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. state If Quoted Items Are Available And Priced Through Offerors Existing Government-wide Acquisition Contract (gwac), Gsa Multiple Award Schedule (mas) Contract, Or Va-wide Acquisition Contract. if The Acquisition Is Set-aside For Sdvosbs/vosbs, Their Socioeconomic Status Must Be Vip Verified And Visible In The Va Vendor Information Pages (vip): Https://www.vip.vetbiz.gov/ At The Time Of Quote Submission And Award, Or Will Be Considered Non-responsive, And Will Not Be Considered For Award. offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contactors, The Offeror Making Such Contact May Be Excluded From Award Considerations. all Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. all Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. submission Of Quote Shall Include The Following Volumes: (i) Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement; (ii) Price; (iii) Delivery Lead Time; And (iv) Buy American Certificate volume I - Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement
the Offeror Shall Submit Specifications, Cut Sheets, Or Brochures Confirming The Equal Products, Including Equal Products Of The Brand Name Manufacturer Submitted, Meets Or Exceeds The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation. The Product(s) Quoted Must Be Identified By Brand Name, If Any, And Make Or Model Number. volume Ii Price
price - The Offeror Shall Complete The Pricing Schedule Provided In Section (v) Above: Price/cost Schedule. volume Iii Delivery Lead Time the Offeror Shall State The Required Number Of Calendar Days To Deliver The Item, To Include Installation, If Applicable. volume Iv Buy American Certificate
the Offeror Shall Complete And Submit The Included 52.225-2 Buy American Certificate. (end Of Addendum To 52.212-1) 52.212-2, Evaluation--commercial Items Applies To This Acquisition addendum To Far 52.212-2 Evaluation Commercial Items: the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government Considering Price And Other Factors. the Following Factors Shall Be Used To Evaluate Quotations: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement
factor 2. Price
factor 3. Delivery Lead Time
factor 4. Submission Of Completed Buy American Certificate evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2(b)(3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. factor 2. Price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices. The Government May Use Various Price Analysis Techniques And Procedures To Make A Price Reasonableness Determination. Offers That Do Not Meet Or Exceed The Technical Capability Or Quality Of The Item Offered To The Government Requirement Shall Not Be Selected Regardless Of Price. factor 3. Delivery Lead Time: The Government Will Evaluate Delivery Lead Time And Select The Quoter/offer Whose Delivery Lead Time Is Most Advantageous To The Government. The Government May Consider An Award To Other Than The Lowest Priced Quoter/offeror If It S In The Best Interest Of The Government. factor 4. Submission Of Completed Buy American Certificate: The Government Will Evaluate The Information Provided In The Completed Buy American Certificate. Priority Will Be Given To Products Made In The Us. (end Of Addendum To 52.212-2) 52.212-3, Offeror Representations And Certifications Commercial Items, Applies To This Acquisition. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission. 52.212-4, Contract Terms And Conditions--commercial Items Applies To This Acquisition 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (jul 2020) Applies To This Acquisition far 52.212-5 Applies To This Acquisition With The Following Far Clauses Incorporated By Reference; far 52.204-10
reporting Executive Compensation & First-tier Subcontract Awards (jun 2020)
far 52.204-16
commercial And Government Entity Code Reporting (aug 2020)
far 52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020)
far 52.209-6
protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jun 2020) far 52.219-6
notice Of Total Small Business Set-aside (nov 2020) far 52.219-8
utilization Of Small Business Concerns (sep 2021) far 52.219-28
post Award Small Business Program Representation (nov 2020) far 52.219-33
nonmanufacturer Rule (mar 2020) far 52.222-3
convict Labor (jun 2003)
far 52.222-19
child Labor Cooperation With Authorities And Remedies (jul 2020) far 52.222-21
prohibition Of Segregated Facilities (apr 2015)
far 52.222-26
equal Opportunity (sep 2016) far 52.222-35
equal Opportunity For Veterans (jun 2020) far 52.222-36
equal Opportunity For Workers With Disabilities (jun 2020) far 52.222-37
employment Reports On Veterans (jun 2020) far 52.222-40
notification Of Employee Rights Under The National Labor Relations Act (dec 2010)
far 52.222-50
combating Trafficking In Persons (oct 2020) far 52.223-18
encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020)
far 52.225-1
buy American Supplies (jan 2021) far 52.225-3
buy American--free Trade Agreements--israeli Trade Act (jul 2020) far 52.225-13
restrictions On Certain Foreign Purchases (jun 2008) far 52.232-33
payment By Electronic Funds Transfer System For Award Management (oct 2018) additional Contract Requirements Or Terms And Conditions: 52.217-6 Option For Increased Quantity (mar 1989)
the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Office May Exercise The Option By Written Notice To The Contractor Prior To Receipt Of All Items. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract Unless The Parties Otherwise Agree. 52.225-1 Buy American Supplies (oct 2022) definitions. As Used In This Clause Commercially Available Off-the-shelf (cots) Item (1) Means Any Item Of Supply (including Construction Material) That Is a Commercial Product (as Defined In Paragraph (1) Of The Definition Of Commercial Product At Federal Acquisition Regulation (far) 2.101; sold In Substantial Quantities In The Commercial Marketplace; And (iii) Offered To The Government, Under A Contract Or Subcontract At Any Tier, Without Modification, In The Same Form In Which It Is Sold In The Commercial Marketplace; And does Not Include Bulk Cargo, As Defined In 46 U.s.c. 40102(4), Such As Agricultural Products And Petroleum Products. Component Means An Article, Material, Or Supply Incorporated Directly Into An End Product. Cost Of Components Means for Components Purchased By The Contractor, The Acquisition Cost, Including Transportation Costs To The Place Of Incorporation Into The End Product (whether Or Not Such Costs Are Paid To A Domestic Firm), And Any Applicable Duty (whether Or Not A Duty-free Entry Certificate Is Issued); Or for Components Manufactured By The Contractor, All Costs Associated With The Manufacture Of The Component, Including Transportation Costs As Described In Paragraph (1) Of This Definition, Plus Allocable Overhead Costs, But Excluding Profit. Cost Of Components Does Not Include Any Costs Associated With The Manufacture Of The End Product. Critical Component Means A Component That Is Mined, Produced, Or Manufactured In The United States And Deemed Critical To The U.s. Supply Chain. The List Of Critical Components Is At Far 25.105. domestic End Product Means for An End Product That Does Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both an Unmanufactured End Product Mined Or Produced In The United States; an End Product Manufactured In The United States, If the Cost Of Its Components Mined, Produced, Or Manufactured In The United States Exceeds 60 Percent Of The Cost Of All Its Components, Except That The Percentage Will Be 65 Percent For Items Delivered In Calendar Years 2024 Through 2028 And 75 Percent For Items Delivered Starting In Calendar Year 2029. Components Of Foreign Origin Of The Same Class Or Kind As Those That The Agency Determines Are Not Mined, Produced, Or Manufactured In Sufficient And Reasonably Available Commercial Quantities Of A Satisfactory Quality Are Treated As Domestic. Components Of Unknown Origin Are Treated As Foreign. Scrap Generated, Collected, And Prepared For Processing In The United States Is Considered Domestic; Or the End Product Is A Cots Item; Or (2) For An End Product That Consists Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, An End Product Manufactured In The United States, If The Cost Of Foreign Iron And Steel Constitutes Less Than 5 Percent Of The Cost Of All The Components Used In The End Product. The Cost Of Foreign Iron And Steel Includes But Is Not Limited To The Cost Of Foreign Iron Or Steel Mill Products (such As Bar, Billet, Slab, Wire, Plate, Or Sheet), Castings, Or Forgings Utilized In The Manufacture Of The End Product And A Good Faith Estimate Of The Cost Of All Foreign Iron Or Steel Components Excluding Cots Fasteners. Iron Or Steel Components Of Unknown Origin Are Treated As Foreign. If The End Product Contains Multiple Components, The Cost Of All The Materials Used In Such End Product Is Calculated In Accordance With The Definition Of Cost Of Components . end Product Means Those Articles, Materials, And Supplies To Be Acquired Under The Contract For Public Use. fastener Means A Hardware Device That Mechanically Joins Or Affixes Two Or More Objects Together. Examples Of Fasteners Are Nuts, Bolts, Pins, Rivets, Nails, Clips, And Screws. foreign End Product Means An End Product Other Than A Domestic End Product. foreign Iron And Steel Means Iron Or Steel Products Not Produced In The United States. Produced In The United States Means That All Manufacturing Processes Of The Iron Or Steel Must Take Place In The United States, From The Initial Melting Stage Through The Application Of Coatings, Except Metallurgical Processes Involving Refinement Of Steel Additives. The Origin Of The Elements Of The Iron Or Steel Is Not Relevant To The Determination Of Whether It Is Domestic Or Foreign. predominantly Of Iron Or Steel Or A Combination Of Both Means That The Cost Of The Iron And Steel Content Exceeds 50 Percent Of The Total Cost Of All Its Components. The Cost Of Iron And Steel Is The Cost Of The Iron Or Steel Mill Products (such As Bar, Billet, Slab, Wire, Plate, Or Sheet), Castings, Or Forgings Utilized In The Manufacture Of The Product And A Good Faith Estimate Of The Cost Of Iron Or Steel Components Excluding Cots Fasteners. steel Means An Alloy That Includes At Least 50 Percent Iron, Between 0.02 And 2 Percent Carbon, And May Include Other Elements. united States Means The 50 States, The District Of Columbia, And Outlying Areas. (b) 41 U.s.c. Chapter 83, Buy American, Provides A Preference For Domestic End Products For Supplies Acquired For Use In The United States. In Accordance With 41 U.s.c. 1907, The Domestic Content Test Of The Buy American Statute Is Waived For An End Product That Is A Cots Item (see 12.505(a)(1)), Except That For An End Product That Consists Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, The Domestic Content Test Is Applied Only To The Iron And Steel Content Of The End Product, Excluding Cots Fasteners. (c) Offerors May Obtain From The Contracting Officer A List Of Foreign Articles That The Contracting Officer Will Treat As Domestic For This Contract. (d) The Contractor Shall Deliver Only Domestic End Products Except To The Extent That It Specified Delivery Of Foreign End Products In The Provision Of The Solicitation Entitled "buy American Certificate." alternate I (oct 2022). As Prescribed In 25.1101(a)(1)(ii) Substitute The Following Sentence For The First Sentence Of Paragraph (1)(ii)(a) Of The Definition Of Domestic End Product In Paragraph (a): (a) The Cost Of Its Components Mined, Produced, Or Manufactured In The United States Exceeds 50 Percent Of The Cost Of All Its Components. (end Of Clause) 52.225-2 Buy American Certificate (oct 2022) (1) The Offeror Certifies That Each End Product, Except Those Listed In Paragraph (b) Of This Provision, Is A Domestic End Product And That Each Domestic End Product Listed In Paragraph (c) Of This Provision Contains A Critical Component. (2) The Offeror Shall List As Foreign End Products Those End Products Manufactured In The United States That Do Not Qualify As Domestic End Products. For Those Foreign End Products That Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, The Offeror Shall Also Indicate Whether These Foreign End Products Exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No . (3) The Offeror Shall Separately List The Line Item Numbers Of Domestic End Products That Contain A Critical Component (see Far 25.105). (4) The Terms Commercially Available Off-the-shelf (cots) Item, Critical Component, Domestic End Product, End Product, And Foreign End Product Are Defined In The Clause Of This Solicitation Entitled Buy American Supplies. Foreign End Products:
line Item No.
country Of Origin
exceeds 55% Domestic Content (yes/no)
0001 Ophthalmic Exam Chair 0002 Ophthalmic Floor Stand For Slit Lamp 0003 Installation
n/a Service
n/a - Service
[list As Necessary] (c) Domestic End Products Containing A Critical Component:
line Item No. [list As Necessary] (d) The Government Will Evaluate Offers In Accordance With The Policies And Procedures Of Part 25 Of The Federal Acquisition Regulation.
(end Of Provision) 852.212-70, Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020) vaar 852.203-70
commercial Advertising (may 2018)
vaar 852.232-72
electronic Submission Of Payment Requests (nov 2018)
vaar 852.233-70
protest Content/alternative Dispute Resolution (oct 2018)
vaar 852.233-71
alternate Protest Procedure (oct 2018)
vaar 852.246-71
rejected Goods (oct 2018) 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
the Following Provisions Or Clauses Incorporated By Reference In This Solicitation Must Be Completed By The Offeror Or Prospective Contractor And Submitted With The Quotation Or Offer. Copies Of These Provisions Or Clauses Are Available On The Internet At The Web Sites Provided In The Provision At Far 52.252-1, Solicitation Provisions Incorporated By Reference, Or The Clause At Far 52.252-2, Clauses Incorporated By Reference. Copies May Also Be Obtained From The Contracting Officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar the Following Far Provisions Are To Be Incorporated By Reference: far 52.204-7
system For Award Management (oct 2018)
far 52.204-16
commercial And Government Entity Code Reporting (aug 2020)
far 52.211-6
brand Name Or Equal (aug 1999) far 52.229-11
tax On Certain Foreign Procurements Notice And Representation (jun 2020) the Following Far Clauses Are Incorporated By Reference: far 52.203-17
contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020)
far 52.204-13
system For Award Management Maintenance (oct 2018)
far 52.204-18
commercial And Government Entity Code Maintenance (aug 2020)
far 52.232-40
providing Accelerated Payments To Small Business Subcontractors (nov 2021) the Following Vaar Clauses Are To Be Incorporated By Reference: vaar 852.212-71
gray Market Items (apr 2020) the Defense Priorities And Allocations System (dpas) Does Not Apply. date And Time Offers Are Due To Stephanie.cahill@va.gov By 12:00pm Mst, January 31st, 2025. name And Email Of The Individual To Contact For Information Regarding The Solicitation:
stephanie Cahill
stephanie.cahill@va.gov
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Page 2 Of 2 description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Contract With Services To Be Performed At The Salem Va Medical Center At 1970 Roanoke Blvd, Salem, Va 24153. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330s. The Sf-330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, Architect-engineer Qualifications. Interested Firms Should Submit Their Current Sf-330, Parts I And Ii, To Chanel.johnson@va.gov. The Sf-330s Are Due No Later Than 9:00 Am, Est, February 18, 2025. scope Of Work: intent
provide Professional Engineering Services To Include Option Analysis, Phasing Design, Investigative Surveys And Reports, Planning, Consultation And Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Cost Estimates And Provision Of Construction Period Services As Necessary For Project 658-24-109 Renovate Patient Restrooms, At Vamc Salem, Virginia. The Restrooms Identified For Renovation Shall Be Brought Up To Department Of Veterans Affairs (va) Standards And Specifications As Well As The Architectural Barriers Act Accessibility (abaa) Standards. There Are 18 Restrooms Currently Planned To Be In The Scope Of This Project. The Va Will Review The Cost Estimate At The Design Development Stage And Confirm Or Alter The List Of Restrooms. In No Case Will New Restrooms Be Added To The Scope But One Or More May Be Removed If Necessary To Meet The Available Funding. Â The Project Intent Is To Develop A Complete Design Package That Addresses All Va And Abaa Requirements On Restrooms In Building 143. Restrooms To Be Brought Up To Standards Typically Require Expansion And Complete Renovation Of All Finishes And Fixtures. design Efforts Shall Include: conduct A Site Investigation Of All Identified Restrooms In Building 143. Identify Nonconformance Issues Using The Requirements Of All Applicable Va Standards And Specifications, And Of The Abaa Standards.
utilizing A Rating Or Scoring System, Identify The Restrooms That Are Priority Based On Greater Nonconformity With Standards. Ratings / Scoring Shall Be Documented In A Schedule Such That The Construction Can Be Phased Accordingly. For The Design Development (60%) Submission Review, The Va Will Review The Cost Estimate Submission And Confirm Or Alter The Restrooms That Will Be In Scope.
provide A Recommendation For Va Personnel To Follow Up, Regarding Requirements Of The Abaas For Wheelchair Accessible Toile Rooms In Existing Buildings. Specifically, Use F202 Existing Buildings And Facilities, Paragraph F213.2, Exception Number 4 To Determine Whether Va Policy And Requirements For Renovations May Take Advantage Of This Exception, And Recommend Methods To Comply To Include:
provision Of Two Wheelchair Accessible Unisex Single Use Toilet Rooms Per Floor. Recommend Other Renovations As Needed Such As Grab Bars And Clearance Of Fixtures, For The Other Single Use Toilet Rooms On Each Floor.
make A Recommendation On Whether To Provide On Each Floor One Wheelchair Accessible Unisex Single Use Toilet Room, And One Ambulatory Accessible Toilet Room Of A Lesser Minimum Square Footage.
examine Whether On The First Floor, The Single Use Toilet Rooms Constitute A Cluster Of Single Use Toilet Rooms And Are Therefore Subject To A Minimum Of 50% Wheelchair Accessible.
examine Potential Benefits Or Impacts On The Basement Floor Of Building 143, Where We Have Identified Five Single Use Toilet Rooms For Renovation. The Benefits To Examine Are The Expected Completion Of Four Wheelchair Accessible Toilet Rooms With More Than One Toilet (two Men S And Two Women S), Which Are Being Renovated And Brought Up To Abaas Compliance As Part Of Project# 658-24-104 Renovate Main Lobby. Specifically Make A Recommendation Whether The Completion Of Those Restroom Renovations Will Mean No Other Toilet Rooms Need Be Made Wheelchair Accessible But Only Meet Ambulatory Patient Requirements Such As Space In The Room And Clearance Of Fixtures, Provision Of Grab Bars, Etc. Examine According To The The Requirements Of F213.2 And Exception 4 But Also Any Applicable Va Policies And Standards Which Speak To The Issue.
provide A Complete Design Package Which Shall Include Drawings And Construction Specifications To Renovate All Restrooms Included In The Program. In Addition To The Overall Restoration Requirements, The Following Shall Also Be Required:
a/e Satisfy The Following Milestones:
schematic Design (30%)
drawings
outline Specifications And A Draft Of The Submittal Register
construction Cost Estimate
design Development Review Meeting
final Design Submission (95%). The Final Design Shall Be Complete, Free Of Errors And Ready In The A/e Firm S Judgment To Be Issued For Construction. The Purpose Of The Review Is A Check For Inadvertent Errors And No Further Design Is Anticipated Other Than Correction Of Errors In The Set.
drawings
full Specifications And The Submittal Register
construction Cost Estimate
design Development Review Meeting
construction Documents (100%)
drawings
full Specifications
construction Cost Estimate
construction Documents Review Meeting
.
the A/e Shall Complete The Project Design In Accordance With This A/e Scope, With All Applicable Va Standards And Specifications, And With Abaa Standards For Toilet Rooms In Healthcare Facilities Unless Otherwise Approved By The Va. The A/e Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.va.gov/facmgt/standard). The A/e Shall Incorporate These Documents And All National, State And Local Codes Adopted And Used By The Va In The Design Of This Project. All Applicable Standards Shall Be Reflected In The Construction Cost Estimate. The Facility Record Drawings And Autocad Files Are Available For The A/e S Use. Note: Not All Record Drawings Are Available On Autocad. Additionally, The Accuracy Of Facility Record Drawings Must Be Field Verified By The A/e. At A Minimum, The A/e Shall Utilize The Following References, As Applicable, For Planning And Design Purposes.
national Cad Standards And Standard Details Pg-18-4
vha Program Guide Pg-18-3
va Master Construction Specifications Pg-18-1
h-18-8 Seismic Design Requirements
sanitary Design Manual For Hospital Projects
pg-18-13 Barrier Free Design Handbook
nfpa Codes
design Manuals Pg-18-10
cultural Resource Management D-7545 & H-7545
government-furnished Record Drawings (a/e To Field Verify Conditions)
pg-18-15 A/e Submission Requirements.
pg-18-12 Design Guides (graphical, By Function)
pg-18-14 Room Finishes, Door, And Hardware Schedules
facility Guidelines Institute (fgi)
american Institute Of Architects (aia)
a/e Shall Address The Following Items In The Design: estimate Of Construction Project Costs And Duration Including Simplified Schedule To Include Progress And Final Inspections And All Work Required For The Base Bid And The Bid Alternatives. Revise Cost Estimates And Schedules For Each Design Submittal. access To Buildings Must Remain Adequately Operational And Completely Protected During Site Investigations And Shall Be Phased To Minimize Impacts To Patients During The Construction Process.
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
the A/e Has Responsibility For Duty To Report Any Fraud, Waste And Abuse Witnessed While On Va Premises To The Integrity And Compliance Officer.
the Following Quantities Of Design Review Material Are Required For The Schematic Design, Design Development, Final Design, And Construction Document Submissions:
one (1) Full Size, One (1) Half Size, And One (1) Electronic Set (pdf And Autocad 2022 Format) Of The Design Drawings.
two (2) Paper Copies And One (1) Electronic Copy (ms Word) Of Sample Edited And Marked-up (track Changes Enabled) Va Master Specifications. two (2) Hardcopy Sets And One (1) Electronic Set Of Final Engineering Calculations.
provide Two (2) Hard Copies And One (1) Electronic Copy Each Of The Budgetary Cost Estimate And Preliminary Schedule.
in Addition To Those Items Listed Above In Item 5, For The Construction Document Submission The Following Quantities Of Review Materials Are Required. This Submission Shall Include Severable Components And The Overall Project As Described Above:
brief Description Of Work For Inclusion In Ifb (microsoft Word), Including Descriptions Of Deductive Alternates And Associated Completion Times.
list Of Sole Source Items With Justification (if Applicable).
list Of Or-equal Items With Justification (if Applicable). schedule: overall Period Of Performance: 210 Days From The Notice To Proceed.
site Investigation Report Is Due 45 Calendar Days From The Notice To Proceed.
schematic Design (30%) Submission Is Due 45 Calendar Days From The Receipt Of The Site Investigation Report
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
design Development (60%) Submission Is Due 30 Calendar Days From The Date Schematic Design Comments Are Provided.
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
final Design (95%) Submission Is Due 30 Calendar Days From The Date Design Development Comments Are Provided.
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
construction Documents Submission Is Due 15 Calendar Days From The Date Full Design Review Comments Are Provided.
the Government Will Accept The Construction Documents Within Five Calendar Days Of Receipt, Or Will Require Re-submission Of The Construction Documents If There Are Remaining Comments That Have Not Been Adequately Addressed. any Delays To The Schedule Due To Re-submissions That May Be Required Upon Government Review, Is The Responsibility Of The A/e And Shall Not Result In A Claim For Delay.
evaluation Factors For Award
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, And Other Factors Considered. Boards Will Evaluate Firms' Qualifications Strictly On The Basis Of The Announced Selection Criteria And Their Stated Order Of Importance. The Criteria Will Be Applied As Follows: part I Technical Capability
the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms In Respect To Their Technical Capability. Technical Capability Will Be Evaluated Based On The Following Factors: specialized Experience And Technical Competence (far 36.602-1(a)(2)). Offerors Will Be Evaluated Based On The Specialized Experience Of A Firm On Similar Projects And The Technical Capabilities (such As Design Quality Management Procedures, Cadd/bim, And Equipment Resources,) Of The Prime Firm And Any Subcontractors. Evaluation Will Be Based On The Information Presented In The Architect-engineer Qualifications - Standard Form 330 (sf330). A Maximum Of Five (5) Example Projects May Be Submitted For Consideration Under Sf330, Part I, Section F. Example Projects Should Be Designs Completed Within Six (6) Years Of Solicitation Closing Date. professional Qualifications (far 36.602-1(a)(1)). A Board Will Evaluate, As
appropriate, The Education, Training, Registration, Certifications (see Paragraph 3-4.d(4)), Overall And Relevant Experience, And Longevity With The Firm Of The Key Management And Technical Personnel. This Criterion Is Primarily Concerned With The Qualifications Of The Key Personnel And Not The Number Of Personnel, Which Is Addressed Under The Capacity Criterion. The Lead Designer In Each Discipline Must Be Registered As Required By Far 36.609-4 And 52.236-25 But Does Not Have To Be Registered In The Particular State Where The Project Is Located. capacity (far 36.602-1(a)(3)). A Firm S Capacity Will Be Evaluated Based On Their Experience With Similar Size Projects, The Available Capacity Of Key Disciplines To Perform The Work In The Required Time, And A Primary Design Schedule. The Volume Of Work Awarded During The Previous 12 Months, Based On Data Extracted From The Federal Procurement Data System, Will Be Considered When Evaluating Capacity. Additionally, The Full Potential Value Of Any Current Indefinite Delivery Contracts That A Firm Has Been Awarded Will Be Considered When Evaluating Capacity. knowledge Of The Locality (far 36.602-1(a)(5)). Firms Will Be Evaluated On Their Knowledge Of The Locality Such As Knowledge Of Local Historical Features, Climatic Conditions, And Local Construction Methods That Are Unusual Or Unique To The Area. design Quality Control Plan. Firms Will Be Evaluated On Their Approach To Ensure Technical Quality And Accuracy Of Work Products. A Firm's Approach To Resolve Issues Of Quality Will Be Analyzed To Determine Its Ability To Provide Quality Design Products. Describe And Define The Processes Of The Firm's Quality Control Plan And List, By Name And Position, All Key Personnel Responsible For Its Execution. Quality Control Information Shall Also Address Safety Measures Particularly With Respect To Field Work And Site Investigations. Information Describing Quality Management May Be Presented In Sf330, Part I, Section H. A Design Quality Control Plan Shall Be Submitted As Part Of The Proposal. experience In Construction Period Services. Firms Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates. part Ii Past Performance
the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms Based On A Firm S Past Performance. past Performance (far 36.602-1(a)(4)). Firms Will Be Evaluated Based On Their Cpars For Past Projects. part I Technical Capability
first, The Technical Capability Of All Offers Will Be Evaluated On An Adjectival Basis. Sub-factors Will Be Weighted Equally, And All Areas Must Have At Least A Satisfactory Rating. evaluators Shall Assign A Rating From The Following Table Based On The Minimum Requirements Stated In Each Sub-factor Section. adjectival Rating
definitions
exceptional
meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses. very Good
meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies. satisfactory
the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies.
marginal lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable.
unacceptable
lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies. sub-factor 1 Specialized Experience And Technical Competence criteria: This Factor Will Evaluate The Offeror S Technical Competence, Based On Successful Completion Of Projects, In The Design Of Fire Protection Systems In A Hospital Environment. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Or In Progress Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000). In Describing The Experience, Provide The Following Information: project Title, Location And Brief Description Including The Building Use (medical Facility, Etc) And Contracting Method (design Build, Design Bid Construct, Cm At Risk, Turnkey, Etc). project Owner And Name And Telephone Number Of Owner S Contact Person. indicate Your Firm S Role As A Prime Contractor Or Subcontractor, Etc. project Prime Contractor And Major Subcontractors And Name And Telephone Number Of Contact Person(s). project Statistics Including Start And Completion Dates (original Vs. Actual) For Design; Cost (with Brief Explanation Of What Is Included In The Cost); Square Footage; And Any Awards (prizes) Received. sub-factor 2 Professional Qualifications criteria: This Factor Evaluates The Offerors Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. minimum Standard Of Acceptability: The Offeror Must Provide The Resumes For The Following Key Personnel Purposed For Assignment To The Project: project/design Manager: Must Have A Minimum Of Five (5) Years Experience Successfully Managing Design Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. electrical Engineer: Must Have A Minimum Two (2) Years Experience Designing Electrical Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. mechanical Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. civil Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. architect: Must Have A Minimum Of Two (2) Years Experience Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above bim Manager: Must Have A Minimum Two (2) Years Experience Managing The Design Of Projects Using Building Information Modeling Software. other Disciplines Proposed By The Offeror: Must Have A Minimum Of Two (2) Years Experience Successfully Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. all Resumes Must Include The Following Information And May Not Exceed Two (2) Pages Per Resume, And Must Explain How The Proposed Key Personnel S Experience Meets The Minimum Qualification Requirements For This Contract, As Described Above: name And Title project Assignment name Of Firm With Which Associated sub-factor 3 Capacity criteria: This Factor Will Evaluate The Offeror S Ability To Perform Both The Design And Construction Period Services. The Offeror Shall Demonstrate That Is Has The Capacity To Accomplish The Work In The Required Time. Additionally, The Offeror Shall Show That It Can Perform The Required Site Investigations, Design Services, And Construction Period Services Without Adversely Affecting The Project Schedule. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides: offeror Must Specify The Total Volume Of Work Awarded To The Firm Within Twelve (12) Months Of Solicitation Closing And Provide A Proposed Design Schedule Not To Exceed 215 Calendar Days. Prepare And Submit A Practicable Design Schedule Laying Out All Necessary Performance Elements Needed To Complete This Project Identified In The Solicitation In The Proposed Period Of Performance. The Schedule Must Be In The Form Of A Progress Chart Of Suitable Scale To Indicate Appropriately The Percentage Of Work Scheduled For Completion By Any Given Date During The Performance Period. In Addition, The Schedule Must Be Submitted In The Microsoft Project Format. Offerors Should Only Include The Work Elements Necessary To Complete The Required Work. It Is The Offeror S Responsibility To Identify All Necessary Project/work Elements And The Proposal Adequately Identifies Acceptable Critical Path Elements. sub-factor 4 Knowledge Of The Locality criteria: Identify Example Projects That Demonstrate The Firms Knowledge Of The Locality (i.e. Salem Va Medical Center). minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides: firms Shall Demonstrate Knowledge Of Localities Per Example Projects. Knowledge Of The Va Visn 6 Service Area Will Hold Much Higher Weight And Evaluated More Favorably Than Projects Outside The Visn 6 Service Area. General Understanding Of The Local Conditions, Including Physical Environment, Local Engineering Criteria, And Construction Methods Will Be Evaluated. The Following Key Personnel Resumes Shall Also Be Evaluated For Knowledge Of Localities: Project Manager, Architectural, Mechanical, And Electrical. The Basis Of Evaluation For This Criterion Will Focus On The Information Provided In Sf330, Part I, Section E (resume Of Key Personnel), Section F (example Projects), And Section H (additional Information) That Provides Additional Information Describing Same/similar Qualifications As Deemed Relevant To Performance At The Salem Va Medical Center sub-factor 5 Design Quality Control Plan criteria: The Plan Shall Identify Personnel, Design Review Procedures, Site Investigation/confirmation Of Existing Conditions Plan, Tests Proposed, And Forms To Be Used. A Finalized, More Detailed Design Quality Control Plan (qcp) Will Be Required To Be Submitted And Approved After Contract Award. minimum Standard Of Acceptability: The Minimum Standards Of Acceptability Are Met When The Offeror Provides: a Description Of The Quality Control System, Including A Chart Showing Lines Of Authority And Acknowledgement That The Design Manager Shall Implement Control Measures For Verification Of All Design Activities. the Names, Qualifications (in Resume Format), Duties, Responsibilities, And Authorities Of Each Person Assigned As Design Quality Control (qc) Manager. Any Replacements Must Have Similar Qualifications In Dealing With Projects Of Similar Size And Scope. sub-factor 6 - Experience In Construction Period Services criteria: Identify Example Projects That Demonstrate The Firms Experience Providing Construction Period Services. Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000) For Which Construction Period Services Were Provided. part Ii Past Performance
next, The Government Will Evaluate The Offeror S Demonstrated Past Performance Of Projects In Order To Determine The Offeror S Ability To Perform The Contract Successfully And Help Determine Responsibility. As With Technical Capabilities, The Firms Will Be Evaluated With An Adjectival Rating System.
adjectival Rating
definitions
exceptional
meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses. very Good
meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies. satisfactory
the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies.
marginal lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable.
unacceptable
lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies. note: Offerors With No Relevant Past Performance History Will Not Be Evaluated Favorably Or Unfavorably On Past Performance And Will Be Given A Neutral Rating. criteria: Offerors Must Provide A Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Construction Threshold Value Of $500,000). The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp. recency Assessment: An Assessment Of The Past Performance Information Will Be Made To Determine If It Is Recent. To Be Recent, The Effort Must Be Ongoing Or Must Have Been Performed During The Past 6 Years From The Date Of Issuance Of This Solicitation. Past Performance Information That Fails This Condition Will Not Be Evaluated. relevancy Assessment: An Evaluation Of All Recent Performance Information Obtained To Determine Whether The Provided Design Performed Under Those Contracts Relate To A Similar Size And Scope As Those Required By This Solicitation. In Determining The Relevancy Of Effort Performed Under Individual Past Performance Contracts, The Government Will Consider The Specific Effort Or Portion Consistent With That Proposed By The Prime Contractor And/or Subcontractors. The Past Performance Information Obtained From Sources Will Be Used To Establish The Relevancy Of Past Performance. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Threshold Value Of $500,000) In Which The Offeror Adhered To Period Of Performances. The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp. -- End Of Item 8. Evaluation Criteria -- release Of Claims For Delivery Orders: Prior To The Final Payment Under Each Delivery Order Issued Under This Contract Or Prior To Settlement Upon Termination Of The Delivery Order, And As A Condition Precedent Thereto, The A/e Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The A/e From The Operation Of The Release In Stated Amounts To Be Set Forth Therein. upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted:
a. 1 Set Of Reproducible Hard Copy As-built Plans (30 X 42 ) Plus An Electronic Set In Autocad Version 2022 (.dwg) And Pdf Format.
The City of All Tender
Software and IT Solutions
Czech Republic
Closing Date20 Jan 2025
Tender AmountCZK 4.9 Million (USD 202.5 K)
Details: The formal purpose of this public contract is to conclude a contract for works and a related service contract with one selected bidder. The material purpose of this public contract is then the supply of infrastructure and software applications and their implementation and mutual integration for the purpose of increasing the security of the information environment of the city of Vsetín. Furthermore, the provision of support and service services for the implemented technologies throughout the sustainability period of the project "Increasing the Cybersecurity of the City of Vsetín", i.e. after a period of 60 months from the acceptance of the performance of the supplies. The key objective of the project "increasing the Cybersecurity of the City of Vsetín" is to increase Cybersecurity in accordance with Act No. 181/2014 Coll. The Primary Objectives of the Implementation of New Technologies, Which Will Be Implemented Within the Framework of the Public Contract, Are Based on the Identified Needs of the Contracting Authority, When These Needs Will Be Fulfilled by the Implementation of Selected Technical Measures According to Sections 18, 22, 23 and 27 of Decree 82/2018 Coll. The Subject of the Public Contract Is Co-financed by the European Union Through the Ministry of the Interior of the Czech Republic, Which Is the Guarantor of the National Recovery Plan. The Title of the Project Is "Increasing Cybersecurity of the City of Vsetín", Registration Number Cz.31.2.0/0.0/0.0/23_093/0008398. The Awarding of This Public Contract Is Also Subject to the Relevant Instructions and Rules of the Above-Mentioned Subsidy Program. The Subject of the Public Contract is Supplies and Services, Including the Supply and Implementation of the Required Technologies for Increasing the Cybersecurity of Information Systems (IS) and Communication Systems (KS) Operated by the Contracting Authority in Compliance with Cybersecurity Standards. The Subject of the Public Contract is Specified in the Tender Documentation, In Particular the Technical Specification as One of the Annexes to the Public Contract. A Detailed Specification of the Individual Items of This Supply Is Given in Annex No. 1 to This Call, Entitled Technical Specification.
9241-9250 of 9266 archived Tenders