Stationery Tenders

Stationery Tenders

U S COAST GUARD USA Tender

Machinery and Tools...+1Chemical Products
United States
Details: Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Clean The Vessel’s U/w Body And To Renew Bolt-on Zinc Anodes, While The Vessel Is Moored Pier Side (uscgc Dainel Tarr 3000 Fort Point Road Galveston, Tx 77550). 1.2 Government-furnished Property. mti item Description nsn/pn qty estimated Cost ($/unit) n anode, Stern Tube p/n: Z0020202h3 niin: 016445483 28 Ea. $11.15 n nut, Self-locking p/n: 90715a145 niin: 015085774 2 Bx *24 In A Bx $7.24 n anode, Sea Chest Grate p/n: Ga-4 niin: 016476179 4 Ea. $21.93 n screw, Prop Zinc Plate p/n: 950756 niin: 016340210 8 Ea. $9.42 n screw, Sea Chest Grate Anode, p/n: 93190a634 niin: 016197182 4 Ea. $9.70 n screw Cap, Stern Tube Covers p/n: 90585a626 niin: 016161107 42 Ea. $1.81 n zinc Plate, Propeller p/n: 950733 niin: 016278941 2 Ea. $618.85 n anode, Bow Thruster, Gear Case, Bolt On p/n: 1081226 niin: 123561870 1 Ea. $64.97 n anode, Bow Thruster, Tunnel, Bolt On p/n: Cm2000z niin: 200126334 12 Ea. $29.46 2. References coast Guard Drawings coast Guard Drawing 154 Wpc 111-301, Rev B, Shell Expansion coast Guard Drawing 154 Wpc 161-301, Rev C, Skegs And Stern Tubes Support Structures coast Guard Drawing 154 Wpc 562-201, Rev A, Rudder Details coast Guard Drawing 154 Wpc 565-201, Rev -, Fin Stabilizer System A & D coast Guard Drawing 154 Wpc 568-201, Rev B, Bow Thruster System A & D coast Guard Drawing 154 Wpc 997-302, Rev -, Docking Plan coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Maintenance Procedure Card B10015.d (mpc B10015.d), 5/31/17, Insp/cln U/w Equipment (hull Plate) surface Forces Logistics Center Maintenance Procedure Card B10018.d (mpc B10018.d), 3/15/19, Replace Underwater Zinc Anodes other References none 3. Requirements 3.1 General. 3.1.1 Cir. none. 3.1.2 Tech Rep. not Applicable. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Coverings To Seal Off And Protect All Non-affected Vessel's Components, Equipment, And Spaces Near The Work Area Against Contamination During The Performance Of Work. Upon Completion Of Work, The Contractor Must Remove All Installed Protective Measures, Inspect For The Presence Of Contamination, And Return All Contaminated Equipment, Components, And Spaces To Original Condition Of Cleanliness. 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). 3.2 Requirements. The Contractor Must: 3.2.1 Video Recording. Submit Video Highlights Of Underwater Body Surfaces (e.g. Bow Thruster, Propellers, Rudders, Transducers, Heavily Fouled Hull Areas, Etc.) Before And After Cleaning. 3.2.2 Clean/inspect. Clean The U/w Body Surfaces Free Of All Marine Growth, Debris, And All Other Surface Contaminants In Accordance With Mpc B10015.d. Ensure All Transducer Surfaces Are Cleaned With Only Hand Held Brushes, Without The Use Of Power Attachments. Ensure That Existing U/w Body Coating System Or Non-coated Surfaces Do Not Incur Any Damage During Cleaning Process. Polish Propellers And Rudders. Refer To Coast Guard Drawings Listed In Section 2. 3.2.3 Renew Anodes. Renew Government-furnished Components Listed Below Paragraph 1.2. In Accordance With Mpc B10018.d. 4.0.0 Period Of Performance. Feb 3-6, 2025 At Cutters Home Port Base Galveston Texas. Cutter Poc Is Mkcs Jonathan Fortuna. (409) 600-2401 note: The Uscg/government Reserves The Right To Award On An All Or None Basis That Is The Government May Issue A Purchase Order (po) To The Offeror That Submits The Lowest Aggregate Price Rather Than Issue A Purchase Order To Each Offeror Based On The Lowest Quotation On Each Item. as Stated Below, The Provision At Far 52,212-2, Evaluation-commercial Items-applies With The Following Addenda: award Of A Contract Will Be Based On The Following Criteria: The Purchase Order Will Be Awarded As A Firm Fixed Price Contract Using Simplified Acquisition Procedures In Accordance With Far Part 13.5. 1. Please Provide Any Warranty Information. 2. Vendors Must Be Registered In Www.sam.gov the Uscg/government Intends To Award A Purchase Order Resulting From This Synopsis/solicitation To The Responsible Contractor Whose Quote Conformed To The Solicitation Which Will Be Most Advantageous And The Best Value To The Government, Price And Other Factors Considered. please Note: Interested Offerors Having The Expertise As Required Are Invited To Submit A Firm Fixed Price Quotation That Will Be Considered By The Agency. Quotations Must Be Submitted On Company Letterhead Stationery And Must Include The Following Information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered For Prompt Payment, (7) Company Unique Entity Id (uei) And Cage Code.. quotes Must Be Received No Later Than Tuesday January 21, 2025 At 09:00 A.m. Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent To Timothy Ford At Email Address – Timothy.s.ford@uscg.mil And Carbon Copy Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil . any Questions Or Concerns Regarding Any Aspect Of The Rfq Must Be Forwarded To The Contracting Officer, Cwo3 Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil And Carbon Copy Timothy Ford At Email Address Timothy.s.ford@uscg.mil . the Following Far Clauses And Provisions Apply To This Acquisition: far 52.212-1 - Instructions To Offerors - Commercial Items (oct 2018) far 52.212-2 - Evaluation - Commercial Items (oct 2014) Award Will Be Made To The Offeror Proposing The Best Value To The Government Considering Specification, Price, Past Performance And Quality. far 52.212-3 - Offeror Representations And Certifications - Commercial Items (oct 2018) To Include Alt I (oct 2014). Offeror Is To Complete The Annual Representations And Certification Electronically Via The System For Award Management (sam) Web Site Accessed Through Http://www.sam.gov . far 52.212-4 - Contract Terms And Conditions -commercial Items (oct 2018) With The Following Addenda's. far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (jan 2019) the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.252-2 - Clauses Incorporated By Reference (feb 1998), The Full Text Of The Clause May Be Accessed Electronically At Internet Address Http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (duns) Number Is The Primary Identifier In Far 52.204-7 - System For Award Management (oct 2018). contractors Are Located And Identified In Sam By Their Uei Number. To Facilitate Payment Via Electronic Funds Transfer - Sam, Contractors Should Be Registered In Sam. A Uei Number Can Be Obtained Via Www.dnb.com And Sam Registration Can Be Obtained Via Www.sam.gov. the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.222-3 - Convict Labor (jun 2003) far 52.222-19 - Child Labor Cooperation With Authorities And Remedies ((jan2020) (e.o.13126). 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) (38u.s.c.4212). far 52.222-36 - Equal Opportunity For Workers With Disabilities (jun 2020) (29u.s.c.793). far 52.222-37 - Employment Reports On Veterans (jun 2020) (38u.s.c.4212). far 52.222-50 - Combating Trafficking In Persons (oct 2020) (22u.s.c.chapter78 And E.o. 13627). far 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) far 52.225-1 - Buy American Supplies (jan2021) (41u.s.c.chapter83). (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).far 52.232-33 - Payment By Electronic Funds Transfer - Systems For Award Management (oct 2018) far 52.233-3 - Protest After Award (aug 1996) far 52.233-4 - Applicable Law For Breach Of Contract Claim (oct 2004) *the Above/following Clauses Are Incorporated By Reference, Entire Clause(s) Available At Http://www.arnet.gov/far. notice To Offerors Concerning Representations And Certifications: this Solicitation Contains Far Clause 52.204-7, Central Contractor Registration And Far Provision 52.204-8, Annual Representations And Certifications. In Accordance With Far 4.1201 (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications Sam Accessed Via Https://www.acquisition.gov. Please Ensure Completion Prior To Submission Of Your Quote. Also Note That Paragraph (b) Of Far 52,204-8 Applies.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Details: A. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued b. The Great Plains Area Indian Health Service (ihs) Intends To Award A Firm-fixed Price, Non-personal Healthcare Service, Commercial Item, Single Award, Purchase Order For Pharmacist Services At The Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, South Dakota In Response To Request For Quote (rfq) -25-012-0002. c. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02/2025-01-03. d. This Rfq Is Set-aside 100% Indian Economic Enterprise Small Business (isbee) And The Associated Naics Code Is 561320, Which Has A Small Business Standard Of $34.0 Million. e. The Quoted Unit Pricing Must Be “all Inclusive” (to Include But Not Be Limited To Travel, Lodging, Per Diem, Fringe Benefits, Federal, State And Local Taxes) Plus All Other Costs Pertinent To The Performance Of This Contract. Utilize Your Most Competitive And Reasonable Rates. pharmacist Services: 1,200 Hours @ $ ____________ Per Hour, Totaling $___________________. f. Pharmacist Services To Be Provided For The Duration Of The Contract Per The Statement Of Work (sow) g. The Period Of Performance Will Be Date Of Award Through (180 Days). h. Far 52.212-1 Instructions To Offerors-commercial Items (sep 2023). quotes Shall Be Submitted On Company Letterhead Stationery, Signed, Dated And It Shall Include: solicitation Number Rfq-25-012-0002; closing Date: February 5, 2025 At 12:00 Pm Cst; name, Address And Telephone Number Of Company And Email Address Of Contact Person; technical Description Of The Item/service Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements Of The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary; price And Any Discount; “remit To” Address, If Different Than Mailing Address; a Completed Copy Of The Representations And Certifications At Far 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically); acknowledgment Of Solicitation Amendments (if Any Issued); past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); a Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offerors That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. in Addition, Contractors Shall Provide The Following: name And Phone Number Of Three (3) Professional References. shall Meet The Qualifications In The Statement Of Work And Provide Copies Of Requested Documents. complete And Sign Child Care Position Provisional Authorization complete And Sign The Declaration For Federal Employment – Optional Form 306. complete And Sign Addendum To Declaration For Federal Employment (of306). complete And Sign Licensure Requirement Form. copy Of Malpractice Insurance Coverage. copy A Degree From A Qualified Medical Laboratory Science Program. maintain Continuing Education/certification. copy Of Current Basic Life Support (bls). current Immunization Record, Including Covid-19 Vaccines. do Not Include Personal Identifiable Information (pii) On Any Documents That Are Being Submitted. attachments: statement Of Work provisions And Clauses Incorporated By Reference And Full Text business Associate Agreement contractor’s Performance Conditions & Responsibilities workplace Violence & Violence In The Workplace courtesy And Respect In The Workplace Policy mandatory Seasonal Influenza wage Determination No: 2015-5375 i. Basis Of Award Is Lowest Price Technically Acceptable (lpta). The Government Intends To Select One Contractor For Award. The Proposals Will Be Initially Evaluated By Lowest Price And If The Lowest Priced Proposal Submitted Is Found To Be Technically Acceptable, No Other Proposals Will Be Evaluated, And Award Will Be Made To The Lowest Priced, Technically Acceptable Offeror. However, If The Offeror’s Lowest Priced Proposal Is Not Found Technically Acceptable, The Next Offeror’s Lowest Priced Proposal Will Be Evaluated Until The Lowest Priced, Technically Acceptable Proposal Is Determined. The Government Intends To Evaluate Offers And Award Without Discussions. the Government Reserves The Right To Ask For Clarifications From The Lowest-priced Offeror Being Evaluated Without Approaching Other Offerors. The Government Reserves The Right To Enter Negotiations With The Lowest-priced Offeror Being Evaluated Without Approaching Other Offerors. contractor Will Work With The Designated Schedule. ability To Provide A Contractor To Be Scheduled To Work Throughout The Contract And/or Ability To Provide A Competent Replacement Provider. contractor Provides All Supporting Credential Documents As Required In The Statement Of Work. j. Far 52.212-3 Offer Representations And Certifications-commercial Items (may 2024). See Attachment For Full Text. The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically Via The System For Award Management (sam) Website Accessed Through Http://www.acquisition.gov. If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (p) Of This Provision. k. Far 52.212-4 Contract Terms And Conditions-commercial Items (november 2023). Applied To This Acquisition And It’s Incorporated By Reference. l. Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (november 2024). See Attachment For Full Text. m. Attached Are The Additional Federal Acquisition Regulations (far) & Health & Human Services Acquisition Regulation (hhsar) Clauses That Are Applicable. n. Offers Will Only Be Accepted Electronically, Submit Via Email To The Following: woodrow Wilson Keeble Memorial Health Care Center indian Health Service - Sisseton Service Unit attn: Andrea Whipple, Purchasing Agent 100 Lake Traverse Drive sisseton, Sd 57262 email: Andrea.whipple@ihs.gov questions In Regards To This Solicitation Shall Be Submitted In Writing By Email No Later Than Friday, January 29, 2025, 12:00pm Cst. security Clearance​​​​​​​ a Security Pre-clearance Must Be Performed For Any Employees Referred To Ihs Through This Contract. fingerprints Must Be Completed And Adjudicated Prior To Services Being Performed Under This Contract. no Contract Award Shall Be Made To Any Vendor Or Provider Listed On The Oig Exclusion List Http://exclusions.oig.hhs.gov Throughout The Duration Of The Contract. It Shall Be The Responsibility Of The Contractor To Notify The Acquisition Official If There Is A Change In Provider. performance Of This Contract Will Require Routine Access By Employees Of The Contractor Or Its Subcontractors To Facilities Or Systems Controlled By The Indian Health Service (i.h.s.). Before Starting Work Requiring Routine Access To I.h.s. Facilities Or Systems Each Person Must Complete A Fbi National Criminal History Check (fingerprint Check) Adjudicated By An I.h.s. Employee Using The Office Of Personnel Management Personnel Investigations Processing System. Contractors Shall Allow Five Business Days For I.h.s. Processing Of Fingerprints Taken Electronically At An I.h.s. Site And Thirty Business Days For Non-electronic Processing Of Fingerprints Using Fbi Form Fd-258. A List Of I.h.s. Sites With Electronic Fingerprint Capability Is Available From The Contracting Officer. in Addition, No Contractor Or Subcontractor Employee Shall Be Permitted To Perform Work Under This Contract If Listed On The Hhs Office Of Inspector General List Of Excluded Individuals/entities (leie), Http://exclusions.oig.hhs.gov. As Soon As Practicable Prior To The Start Of Work, The Performance Of The Work The Contractor Shall Provide To The Contracting Officer The Names Of All Individuals To Be Used In Performance Of Work For Screening Against The Leie. During The Performance, The Contractor Shall Provide The Contracting Officer The Names Of Any Additional Or Substitute Employees For Screening Before They Begin Work. the Contractor Is Responsible For Conducting Security Preclearance Investigations In Sufficient Depth To Ensure That Each Contractor Or Subcontractor Employee Referred To I.h.s. Is Not On The Leie And Can Obtain A Favorable Fingerprint Clearance. Each Security Preclearance Shall Be Conducted Sufficiently In Advance Of The Start Of Performance To Avoid Delays Caused By Denial Of Access. If This Is A Time And Materials, Labor-hour Or Cost Reimbursement Contract, The Contractor Shall Not Charge For Or Be Reimbursed For Labor Hours Or Other Costs Incurred For Employees Who Are Unable To Perform Due To Denial Or Access Or The Excess Time Required To Resolve And Clear Unfavorable Security Clearance Findings. If This Is A Fixed Price Contract, Denial Of Access Due To Security Clearance Findings Shall Not Be A Basis For Excusable Delay Or An Increase To The Contract Amount. government Will Pay For The Cost To Process The Contractors Suitability Clearances. However, Multiple Investigations For The Same Position May, At The Contracting Officers Discretion, Lead To Reduction(s) In The Contract Price Of No More Than The Cost Of The Extra Investigation(s). employees That Do Not Have Access To Lms, Contractors, Volunteers, Or Ihs Employees With Ipa’s Or Moa’s To Tribal Organizations Please, Click Here Ihs Sexual Abuse Prevention Website. When The Contractors Have Completed And Passed The Training, Please Have Them Send A Copy Of The Last Page Of The Training With Name, Date, And Time To Their Supervisor, Cor, And Kimmen Lebeau, E-mail: Kimmen.lebeau@ihs.govinvoice Processing Platform (ipp) the Indian Health Service (ihs) Is In The Process Of Implementing An Electronic Invoicing System in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232- 71, Electronic Submission And Processing Of Payment Requests. ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date. invoice Processing Platform (ipp) the Indian Health Service (ihs) Is In The Process Of Implementing An Electronic Invoicing System in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payment Requests. ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date. the Ipp Website Address Is: Https://www.ipp.gov if You Require Assistance Registering Or Ipp Account Access, Please Contact The Ipp Helpdesk At (866) 973-3131 (m-f 8am To 6pm Et), Or Ippcustomersupport@fiscal.treasury.gov “should The Contractor Feel That Use Of The Ipp Would Be Unduly Burdensome, Their Response To This Solicitation Should Include An Explanation Of This Position For A Determination By The Contracting Officer”.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

BARANGAY ALANIB,LANTAPAN, BUKIDNON Tender

Others
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Procurement Of Goods Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..8 Section Ii. Instructions To Bidders…………………………………………...12 1. Scope Of Bid ………………………………………………………………………. 8 2. Funding Information………………………………………………………………. 13 3. Bidding Requirements ……………………………………………………………. 13 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 13 5. Eligible Bidders…………………………………………………………………… 13 6. Origin Of Goods ………………………………………………………………….. 15 7. Subcontracts ……………………………………………………………………… 15 8. Pre-bid Conference ………………………………………………………………. 15 9. Clarification And Amendment Of Bidding Documents …………………………… 15 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 15 11. Documents Comprising The Bid: Financial Component …………………………... 16 12. Bid Prices …………………………………………………………………………. 16 13. Bid And Payment Currencies ……………………………………………………… 17 14. Bid Security ………………………………………………………………………. 17 15. Sealing And Marking Of Bids ……………………………………………………… 17 16. Deadline For Submission Of Bids …………………………………………………. 18 17. Opening And Preliminary Examination Of Bids ………………………………….. 18 18. Domestic Preference ……………………………………………………………… 18 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 18 20. Post-qualification ………………………………………………………………… 19 21. Signing Of The Contract …………………………………………………………… 19 Section Iii. Bid Data Sheet …………………………………………………..20 Section Iv. General Conditions Of Contract ……………………...………..22 1. Scope Of Contract ………………………………………………………………… 23 2. Advance Payment And Terms Of Payment ……………………………………….. 23 3. Performance Security ……………………………………………………………. 23 4. Inspection And Tests ……………………………………………………………… 23 5. Warranty …………………………………………………………………………. 24 6. Liability Of The Supplier ………………………………………………………….. 24 Section V. Special Conditions Of Contract ………………………………….25 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase & Installation Of Office Aircondition (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Capital Outlay Cy 2019 And Supplemental Budget 2024 Intends To Apply The Sum Of (php 200,000.00) Being The Abc To Payments Under The Contract Purchase And Installation Of Office Air-condition Itb # 2025-01-22-001 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 15 Calendar Days. Bidders Should Have Completed, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To January 29, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On _____ At _____which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 1st Floor, Barangay Alanib, Lantapan, Bukidnon, On Or Before 9:45 A.m (philippine Standard Time) On January 29, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 29, 2025 At 10:00 O’clock A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Lani D. Arida Bac Secretariat Bac Office, 1/f Barangay Alanib Purok 3, Alanib, Lantapan Bukidnon, Philippines Email Add: Lanialbertodevibar45@gmailcom.ph 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 22, 2025 Celestino M. Alob Barangay Alanib/bac Chairperson Reference No.: Itb # 2025-01-22-001 Name Of Project: Purchase & Installation Of Office Air-condition Location Of Delivery: Bgu-alanib, Lantapan, Bukidnon Abc: Php 200,000.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 2.5tr ( 3.0hp)floor Mounted Inverter Model: 28tcfs/ji Cooling Capacity: 28,000(18,000-30,000) Kjh Heating Capacity:29,000(20,000-31,000)kjh Eer For Cooling3.18 W Power Supply: 220-240 V, 1 Phse/60hz Voltage Range : 165-264 Current: 11 Refrigerants:r32 Self Diagnose: Anti Cold Wind Auto Retart Golden Fin Note: Free Installation Unit 2 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:
Closing Date29 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Items the Purpose Of This Modification It To Provide Answers To Vendor Questions, Include Salient Characteristics, Remove Reference To Far 52.219-14, Include Vaar Clause 852.219-75 In Full Text, And Clauses And Ordering Language Far 52.216-18, And 52.216-19. answers To Vendor Questions previous Contract Details: Could You Share The Name Of The Previous Contract Holder Who Provided These Services Or The Solicitation Number? answer:â  Itamar backlog Timeline: Is There A Specific Deadline For Clearing The 903-study Backlog, Or Should We Plan To Complete It As Soon As Possible After Contract Award? answer: As Soon As Possible.â  volume Requirements For Option Years: The Base Year Specifies 1,800 Studies (in Addition To The 903 Backlog). Could You Confirm That Each Of The 4 Option Years Will Require 900 Studies Annually, As Indicated? answer: This Is The Average That We Calculated Every Year. evaluation Criteria Weighting: Are The Evaluation Criteria (technical, Past Performance, Price) Weighted Equally, Or Are Certain Areas Prioritized? answer: Yes, It Is Weighted Equally start Date: Could You Confirm The Anticipated Contract Start Date Following Award? answer: February 15, 2025. equipment Specifications: The Solicitation Mentions The Use Of Watchpat Or Equivalent Devices. Would Devices From Other Manufacturers That Meet Or Exceed The Required Specifications Be Acceptable?â  answer:â  Any Equal Devices Must Be Compatible With Somnoware.â  This System Is Already Setup In Place And Works With The Watchpat Devices. invoicing Frequency: The Solicitation Mentions Electronic Submission Of Invoices, But It Does Not Specify The Required Invoicing Frequency. Would It Be Acceptable To Submit Invoices More Frequently Than Every 30 Days, Such As Weekly, Bi-weekly, Or After A Specific Number Of Studies Have Been Completed (e.g., 100 Or 200 Studies)?  30 Days Is Acceptable. answer:  invoicing Monthly In Arrears (30 Days Is Acceptable). this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, January 17, 2025. this Solicitation Is Set-aside For Sdvosb. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 621610, With A Small Business Size Standard Of $19 Mil. the Fsc/psc Is Q403. the Carl Vinson Vamc, Located At 1826 Veterans Blvd, Dublin, Ga Is Seeking To Purchase Home Sleep Apnea Testing Interpretation Services. all Interested Companies Shall Provide Quotations For The Following Services: services item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 remote Watchpat Test Interpretation Services contract Period: Base local Stock Number: Cs2116051 1800.00 ea 0002 watchpatâ® One Direct Program contract Period: Base local Stock Number: Cs2117002 1800.00 ea 0003 clear Back Log contract Period: Base local Stock Number: 903.00 ea base Year item Number description Of Supplies/services quantity unit unit Price amount 1001 remote Watchpat Test Interpretation Services contract Period: Option 1 local Stock Number: Cs2116051 900.00 Ea 1002 watchpatâ® One Direct Program contract Period: Option 1 local Stock Number: Cs2117002 900.00 Ea option Year 1 item Number description Of Supplies/services quantity unit unit Price amount 2001 remote Watchpat Test Interpretation Services contract Period: Option 2 local Stock Number: Cs2116051 900.00 Ea 2002 watchpatâ® One Direct Program contract Period: Option 2 local Stock Number: Cs2117002 900.00 Ea option Year 2 item Number description Of Supplies/services quantity unit unit Price amount 3001 remote Watchpat Test Interpretation Services contract Period: Option 3 local Stock Number: Cs2116051 900.00 Ea 3002 watchpatâ® One Direct Program contract Period: Option 3 local Stock Number: Cs2117002 900.00 Ea option Year 3 item Number description Of Supplies/services quantity unit unit Price amount 4001 remote Watchpat Test Interpretation Services contract Period: Option 4 local Stock Number: Cs2116051 900.00 Ea 4002 watchpatâ® One Direct Program contract Period: Option 4 local Stock Number: Cs2117002 900.00 Ea option Year 4 statement Of Work itamar Medical Interpretation Service general: This New Urgent Request Is Due To A Current Backlog Of 903 Sleep Study Consults For The Home Sleep Studies That Have Not Been Read. The New Service Request Will Include Having The Company Not Only Provide The Interpretation Service, But They Will Also Send Out The Equipment To The Veterans And Interpret The Study Once It Is Returned To Them. They Will Maintain The Upcoming Studies And Close Out Timely. equipment Description: This Is An Interpreting Service That Will Send Out Home Study Kits For The Veterans To Use At Home. Once The Kit Is Returned To The Company, They Will Interpret The Study And Then Provide Cpap/bipap Machines To The Veteran If Ordering Is Required. performance Requirements: The Interpreting Service Will Directly Send Out The Home Sleep Study Kits To The Veterans. Once The Kits Are Returned To The Service And Study Interpreted The Veteran Will Receive Machines As Needed If Provider Orders The Equipment. contract Performance Monitoring: the Government Reserves The Right To Monitor Services In Accordance With Performance Requirements. cloudpat Website Enables The Interpreting Physician As Well As The Sleep Technologist To Access Sleep Studies And Prescriptions. days And Hours Of Operation: all Work Required In The Performance Of This Contract Shall Be Performed During The Hours Of Monday Saturday 24/7 And Reports/results Should Be Returned Within 48 Hours After Test Have Been Uploaded. the Watch Pat Studies Are Interpreted By Board Certified Sleep Physician. purchase Is Good Until All 903 And Any Plus Studies Have Been Performed And Interpreted (meaning No Expiration On Interpretation Services) the Interpretation Will Include: diagnosis therapy Prescription If Needed this Will Provide A Proficient Solution For The Backlog Of Patients Requiring Sleep Studies. termination Of Service: The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. security: the Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. ~end Of Sow~ similar Services/items Should Be Compatible To And Meet Or Exceed Similar Items Produced By Zoll Itamar Surgical And Meet The Below Salient Characteristics: 7 Channels With 4 Respiratory Indices 89% Correlation To Psg1â â  accurate Diagnosis With True Sleep Time And Sleep Staging approved Measure In The 2017 Aasm Hsat Clinical Practice Guidelines must Be Compatible With Somnoware Software. place Of Performance address: Carl Vinson Vamc 1826 Veterans Blvd dublin, Ga postal Code: 31021 country: United States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Items far 52.212-2, Evaluation-commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Items offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services [nov 2023] Addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: vaar 852.201-70 Contracting Officer S Representative (dec 2022) vaar 852.203-70 Commercial Advertising May 2018 vaar 852.219-75 Va Notice Of Limitations On Subcontracting - Certificate Of Compliance For Services And Construction (jan 2023) (deviation) vaar 852.223-71 Safety And Health (sep 2019) vaar 852.232 72, Electronic Submission Of Payment Requests vaar 852.242-71 Administrative Contracting Officer (oct 2020) far 52.252-2 Clauses Incorporated By Reference (feb 1998) far 52.203-16 Preventing Personal Conflicts Of Interest (jun 2020) far 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-18 Commercial And Government Entity Code Maintenance (jul 2016) far 52.228-5 Insurance Work On A Government Installation (jan 1997) far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (dec 2013) cl-120 Supplemental Insurance Requirements far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (dec 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: [52.203-6, 52.203-17, 52.204-10, 52.204-14, 52.204-27, 52.209-6, 52.219-28 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-50, 52.222-54, 52.222-55, 52.222-62, 52.223-18, 52.225-13, 52.232-33, And 52.242-5.] all Quoters Shall Submit The Following: adequate Documentation Detailing The Capabilities Of The Offeror To Meet The Requirements Of The Description/specifications And Work Statement, And A Complete 852.219-75 - Attachment 2 Limitations On Subcontracting all Quotes Shall Be Sent To The Darius Crane, Nco 7 Contracting Officer Email Darius.crane@va.gov. Not Later Than 02/11/2025 15:30 Eastern Time. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email. All Offers Must Include The Solicitation Number. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: technical Adequate Documentation Detailing The Capabilities Of The Offeror To Meet The Requirements Of The Statement Of Work, past Performance - Utilizing Cpars, And price - The Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, And Conditions. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â  (3)â the Name, Address, And Telephone Number Of Theâ quoter; a Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9), And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 90 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (e)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (f)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (g)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. (h)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (i)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision) the Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.204-7, System For Award Management (oct 2018) 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.233-2, Service Of Protest (sept 2006) 852.233-70, Protest Content/alternative Dispute Resolution (oct 2018) 852.233-71, Alternate Protest Procedure (oct 2018) to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 02/11/2025 15:30 Eastern Time Via Email To Darius.crane@va.gov. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Received By January 29, 2025, Nlt 12:00 Pm Est And Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email. darius Crane contracting Officer darius.crane@va.gov
Closing Date11 Feb 2025
Tender AmountRefer Documents 

Batangas State University Tender

Others
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Various And Equipment For Central Offices (office Supplies)" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Various And Equipment For Central Offices (office Supplies)" With An Approved Budget For The Contract (abc) Seven Hundred Twenty-seven Thousand Eight Hundred Six Pesos And Ten Centavos Only (php 727,806.10). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 15 Piece Arch File Folder Arch File Folder 8.5x13 2,160.00 2 133 Ream Bond Paper A4, 80gsm, Size: 210mm X 297mm, 500 Sheets Per Ream 33,375.02 3 16 Ream Bond Paper Multi-purpose Size: A3 Thickness: 80gsm Others: 420mm X 297mm 11,200.00 4 53 Ream Bond Paper Multi-purpose Size: Short (8.5 X 11) Thickness: 80gsm 12,084.00 5 205 Ream Bond Paper Multi-purpose (copy), 70gsm, Long (8.5 X 13), 500 Sheets Per Ream 48,482.50 6 69 Ream Bond Paper Multi-purpose (copy), A4, 70gsm, 500 Sheets Per Ream 14,421.00 7 734 Ream Bond Paper Long Size: Long (8.5 X 13) Thickness: 80gsm 196,469.78 8 110 Piece Brown Envelope Long 650.10 9 5 Piece Cutter S Cutter 15cm 195.00 10 10 Pack Cable Tie 10" 2,280.00 11 2 Unit Calculator Specs: • Power Supply: Solar & Battery • Number Of Digits: 12 Digits • Size (d × W × H): 147 × 106.5 × 29 Mm 700.00 12 10 Piece Chalk Marker (white) Bullet Tip 1.8mm-2.5mm Color: White 1,815.00 13 11 Pack Clear Sheet Protector Size: 8.5 X 13 100 Sheets Per Pack 4,235.00 14 2 Piece Clearbook 20 Transparent Pockets, For A4 Size, Refillable 80.00 15 24 Piece Clearbook 20 Transparent Pockets, Legal, Refillable 1,296.00 16 5 Piece Click Gel Ballpen Black 210.00 17 56 Box Clip Backfold (binder Clip) All Metal, Clamping, 32 Mm (-1mm) / 1 1/4", 12 Pcs Per Box 2,402.40 18 59 Box Clip Backfold (binder Clip) All Metal, Clamping, 19mm (-1mm) / 3/4, 12 Pieces Per Box 1,362.90 19 47 Box Clip Backfold (binder Clip) All Metal, Clamping, 25mm (-1mm) / 1", 12 Pieces Per Box 1,410.00 20 6 Box Clip Backfold (binder Clip) All Metal, Clamping, 41mm (-1mm) / 1 5/8", 12 Pcs Per Box 336.00 21 61 Box Clip Backfold (binder Clip) All Metal, Clamping, 50mm (-1mm) / 2", 12 Pcs Per Box 5,233.80 22 2 Piece Clipboard Size: 8.5 X 13 Plastic Material 168.00 23 5 Piece Correction Tape Correction Tape 5mm X 8m 5mm Wide 8m Long Clear Casing 145.00 24 14 Piece Cutter Small 140.00 25 5 Piece Cutter/utility Knife For General Purpose 550.00 26 148 Piece Data File Box Made Of Chipboard, With Closed Ends 32,560.00 27 3 Piece Desk Organizer Stainless Steel Metal Mesh Pen 450.00 Page 1 Of 6 Item No. Qty Description Total And Supplies Holder Desk Organizer 28 2 Box Diazo Paper 20 X 30 (660 Sheets) 17,000.00 29 2 Piece Document Tray Home Office Organizer -4 Slot Horizontal Document Tray - A4 Table Tray Stationery File -desk Drawer Container Holder Shelf Case Desktop 2,000.00 30 33 Piece Double Sided Tape Foam Type, 1/2" 1,980.00 31 33 Piece Double Sided Tape Width Size: 1/2 1,824.90 32 11 Box Envelope Brown, Expanding, Kraft, Legal, 100 Pieces Per Box 17,847.50 33 3 Box Envelope Documentary, For A4 Size Document, Brown, 500 Pieces Per Box 3,894.00 34 10 Box Envelope Documentary, For Legal Size Document, Brown, 500 Pieces Per Box 14,300.00 35 2 Box Envelope Mailing, White, With Window 1,650.00 36 25 Piece Envelope Brown, Expandable, Legal 600.00 37 19 Piece Envelope Expanding, Plastic, 0.50mm Thickness Min 912.00 38 20 Piece Envelope Vertical Envelope White Or Cream 12" X 9" 150.00 39 4 Piece Eraser Felt, For Blackboard/whiteboard 80.00 40 41 Piece Eraser Plastic Or Rubber 820.00 41 59 Box Fastener Fastener, Metal,non-sharp Edges, 70mm Between Prongs, 50 Sets Per Box 5,605.00 42 20 Set File Tab Divider Bristol Board, A4 560.00 43 31 Box Folder Folder, Pressboard, Size: 240mm X 370mm (-5mm) Color: White With Green 61,380.00 44 1 Pack Folder Folder With Tab Size: A4 100 Pcs Per Pack 632.50 45 28 Pack Folder Folder With Tab Size: Legal 100 Pcs Per Pack 18,480.00 46 2 Pack Folder L-type, Plastic, For Legal Size Documents, 50 Pieces Per Pack 990.00 47 90 Piece Folder Expandable Long,color: White With Green 1,800.00 48 20 Piece Folder Ordinary, Long, Tagboard 140.00 49 1 Box Gel Pen Type Of Pen: Gel Ink Color: Blue Others: 0.5 Mm 600.00 50 53 Pack Glossy Photo Sticker Paper -a4 210x297 Mm -20 Sheets -135gsm. -5760dpi 6,360.00 51 2 Bottle Glue All, Purpose, Gross Weight : 130 Grams Min 140.00 52 17 Jar Glue All Purpose, Gross Weight: 200 Grams Min. 2,040.00 53 5 Piece Glue 240ml 750.00 54 4 Piece Glue Gun Small 560.00 55 50 Piece Glue Stick Small 350.00 56 15 Piece Highlighter Liquid Chalk Marker Pens Package Quantity:1pcs Size:3mm 6mm Color:green Red Blue Pink Orange Purple Yellow White Note: Cap Design, Comes With A Pen Holder, Simple And Stylish Easy To Carry, Easy To Damage, Good Sealing. Pen Style Design, Round High-strength Pen, Compression And Depression, So Feel More 975.00 Page 2 Of 6 Item No. Qty Description Total Comfortable. Pigment-type High-quality Fluorescent Ink, The Color Is Beautiful And Easy To Dry Ink Does Not Fade. 57 122 Piece Lever Arch File Data Folder Made Of Chipboard, Taglia Lock 17,446.00 58 4 Piece Lever Arch File Binder Long - 3 Inches Color: Blue 576.00 59 40 Piece Lever Arch File Binder Long - 3 Inches Color: Red 5,760.00 60 1 Bundle Looseleaf Cover Made Of Chipboard, Thickness: 1.5mm, For Legal Size Documents, Capable Of Filing Minimum Of 45mm Thickness Of 70gsm Paper, 50 Sets Per Bundle 2,310.00 61 9 Piece Marker Whiteboard, Blue, Bullet Type 540.00 62 3 Piece Marker Whiteboard, Red, Bullet Type 180.00 63 15 Piece Magazine File Box Large Size, Made Of Chipboard 1,980.00 64 2 Box Mailing Envelope Mailing, White, 80gsm (-5%) 1,386.00 65 88 Piece Mailing Envelope White 264.00 66 2 Box Marker Whiteboard, Blue,12 Pcs Per Box 1,200.00 67 43 Piece Marker Permanent, Black, Broad Type 2,064.00 68 24 Piece Marker Permanent, Black, Bullet Type 871.20 69 6 Piece Marker Permanent, Blue, Bullet Type 228.00 70 9 Piece Marker Permanent, Red, Bullet Type 326.70 71 77 Piece Marker Whiteboard, Black, Bullet Type 4,620.00 72 30 Set Marker Fluorescent, 3 Assorted Colors Per Set 2,490.00 73 10 Roll Masking Tape 3/4 300.00 74 6 Piece Memo Folder Size: 14"x9.5" Fabric: Denise Red With Foam Print Process" 1 Color, 1 Side Dtf Print Inside Size: 13.5"x9" Pasteboard: 400 Gsm Fabric: Satin White Memo Corner: Metallic Ribbon 3,900.00 75 36 Pad Note Pad Stick On, 50mm X 76mm (2" X 3") Min 1,944.00 76 41 Pad Note Pad Stick On, 76mm X 100mm (3" X 4") Min 2,665.00 77 70 Pad Note Pad Stick On, 76mm X 76mm (3" X 3") Min, 100 Sheets Per Pad 4,200.00 78 1 Pack Notebook Filler, 50pcs Per Pack 550.00 79 4 Piece Notebook Stenographer, Spiral, 40 Leaves 96.00 80 6 Piece Notepad 50 Leaves Per Pad, 4"x6" 240.00 81 136 Pack Oslo Paper Long 8.5"x13" 10,880.00 82 18 Pack Photo Paper Matte 220gsm 3,240.00 83 1 Piece Puncher Heavy Duty Metal, With Adjustable Paper Guide, With Two Hole Guide 250.00 84 2 Pack Pvc Legal Size 10pc/pack 288.00 85 1 Box Pvc Cover A4, 200 Mic 605.00 86 5 Box Pvc Cover Long, 200 Mic 3,300.00 87 17 Pack Page Markers Assorted Neon, 5 Pads/pack, 100 Markers/pad, 2"x 0.5" 1,700.00 88 61 Box Paper Clip Vinyl/plastic Coated, 33mm, 100 Pcs Per Box 944.89 89 55 Box Paper Clip Vinyl/plastic Coated, 48mm, 100 Pcs Per Box 1,650.00 90 51 Box Paper Clip Vinyl/plastic Coated, 50mm, 100 Pcs Per Box 1,530.00 91 295 Piece Pen Ink Color: Black Tip: 0.5mm, Ballpoint Type 3,540.00 92 10 Piece Pen Ink Color: Black Tip: 0.7mm, Ballpoint Type 120.00 93 9 Piece Pen Ink Color: Blue Tip: 0.5mm, Ballpoint Type 108.00 Page 3 Of 6 Item No. Qty Description Total 94 29 Piece Pen Ink Color: Red Tip: 0.5mm, Ballpoint Type 348.00 95 4 Piece Pen Holder Can Hold Multiple Pens, Markers And Highlighters. Made Of Plastic; Available In White And Dark Blue Item Dimension: 5.5 X 5.5 X 9 Cm 400.00 96 28 Box Pencil With Eraser, 12 Pcs Per Box 2,800.00 97 2 Piece Pencil Lead/graphite, With Eraser 24.00 98 45 Pack Photo Paper Matte 180gsm 4,500.00 99 30 Piece Plastic Envelope Expandable Long Plastic Envelope With Handle And Push Lock 2,400.00 100 6 Box Push Pin Hammer Head Type, 100s / Box 240.00 101 5 Kilogram Rags All Cotton, 1 Kilo Per Bundle Or 32 Pieces Per Kilogram Min 440.00 102 40 Book Record Book Atleast 300 Pages, Size: 214mm X 278mm Min 7,200.00 103 3 Piece Record Book Junior Size 200 Pages 324.00 104 17 Piece Refillable Clear Book Legal Size; High Quality Refillable 3,085.50 105 2 Bundle Ring Bind Element 25mm 8pcs/bundle 512.00 106 10 Piece Ring Bind Element 1/4 360.00 107 10 Piece Ring Bind Element 3/4 360.00 108 26 Piece Ring Bind Element Size: 1/2", Black 546.00 109 36 Piece Ring Bind Element Size: 2, Black 2,376.00 110 56 Piece Ring Bind Element Size:1", Black 2,032.80 111 5 Bundle Ring Binder 80 Rings, Plastic, 32mm X 1.12m Plastic, 32 Mm, 10 Pieces Per Bundle 2,700.00 112 9 Box Rubber Band 70mm Min Lay Flat Length (no. 18), 350g 1,440.00 113 5 Piece Ruler Plastic Ruler 12 Transparent 86.00 114 9 Piece Ruler Plastic, 450mm (18") Width: 38mm Min. 360.00 115 30 Pack Sticker Paper Glossy, A4 1,500.00 116 2 Piece Scissor Heavy Duty, Stainless 844.80 117 1 Piece Scissors Symmetrical, Blade Length: 65mm Min 120.00 118 4 Piece Sign Pen Black, 0.3 Needle Tip, Gel Ink 160.00 119 174 Piece Sign Pen Black, 0.5 Needle Tip, Gel Ink 6,022.14 120 123 Piece Sign Pen Blue, 0.3 Needle Tip, Gel Ink 4,920.00 121 179 Piece Sign Pen Blue, 0.5 Needle Tip, Gel Ink" 6,195.19 122 78 Piece Sign Pen Red, 0.5 Needle Tip, Gel Ink" 2,699.58 123 11 Piece Sign Pen Sign Pen (black, 5mm Needle Tip, Gel Ink) 1,188.00 124 16 Piece Sign Pen Type Of Pen: Sign Pen Color: Black Tip: 1 Mm 2,000.00 125 24 Piece Sign Pen Type Of Pen: Sign Pen Color: Blue Tip: 1 Mm 3,000.00 126 10 Pack Specialty Board Paper Long 8.5 X 13 200gsm 600.00 127 15 Pack Specialty Paper 8.5 X 11 Inches (short) 750.00 128 78 Pack Specialty Paper Size: A4 Color: White Thickness: 90gsm 2,340.00 129 24 Pack Specialty Paper Size: Legal Color: Cream Thickness: 90gsm 1,200.00 130 44 Pack Specialty Paper Size: Legal Size Color: White Thickness: 90gsm Sheets: 10pcs. Per Pack 2,200.00 131 8 Pack Specialty Paper Size:a4 Color:cream Thickness:90gsm 240.00 132 3 Piece Stamp Pad Felt, Bed Dimension: 60mm X 100mm 144.00 133 9 Bottle Stamp Pad Ink Violet, 50 Ml 346.50 134 7 Piece Stamp Pad Ink Red 280.00 135 1 Piece Staple Remover 20.00 Page 4 Of 6 Item No. Qty Description Total 136 9 Piece Staple Remover Plier Type 544.50 137 44 Box Staple Wire Standard, (26/6) #35 1,936.00 138 2 Piece Stapler Size : 125mm X 36mm X 55mm (lwh) Staples: : No. 35 (26/6), No. 3 (24/6) Throat Depth: : 64 Mm Load Capacity : 100 Staples Stapling Capacity : 2-30 Sheets Of 70 G/m2 Paper Color : Blue, Black, And Gray 800.00 139 1 Piece Stapler Compatible With No. 35 Staple Wire Size Stapling Capacity: Up To 30 Sheets With Built-in Staple Remover 385.00 140 69 Pack Sticker Paper Matte, A4 2,898.00 141 108 Pack Sticky Notes Arrow Flags 1/2 Inch Wide Assorted Colors 5 Pads Per Pack 4,489.56 142 39 Pad Sticky Notes Size: 3"x3", 75 To 80gsm Paper 100 Sheets Per Pad Material: Paper, Glue Color: Yellow, Orange Or Green 1,950.00 143 78 Piece Tape Transparent, 24mm 2,933.58 144 28 Piece Tape Double Adhesive Tape, 1" 1,008.00 145 10 Piece Tape Masking,1/2" 400.00 146 10 Piece Tape Masking, 48 Mm 800.00 147 24 Roll Tape Masking Width Size: 1" At Least 50 Yards 1,200.00 148 28 Roll Tape Packaging Width Size: 24mm At Least 50 Yards 1,152.76 149 70 Roll Tape Transparent Type: Clear Width Size: 2 Inches Circumference Size: At Least 50 Yards 3,150.00 150 99 Roll Tape Transparent, 1/2" 1,980.00 151 1 Piece Tape Dispenser Table Top, For 24mm Width Tape 150.00 152 5 Pack Vellum Board - 200gsm; Specialty Board Paper; Acid-free; Size: A3; 10 Sheets/pack 420.00 153 49 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Long (8.5"x13") - 10 Sheets/pack 2,695.00 154 5 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Short (8.5"x11") - 10 Sheets/pack 250.00 155 49 Pack Vellum Board 220gsm, Specialty Board, Board Paper, Acid-free, A4,10 Sheets/pack 4,116.00 156 5 Pack Vellum Boards Size: A4 150.00 157 6 Pad Yellow Paper 288.00 158 12 Box Black Ballpen Type Of Pen: Ball Point Color:black 1,680.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 20, 2025. Page 5 Of 6 E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date20 Jan 2025
Tender AmountPHP 727.8 K (USD 12.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, January 03, 2025. this Solicitation Is Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) the Associated North American Industrial Classification System (naics) Code For This Procurement Is 332812, With A Small Business Size Standard Of 600 Employees. The Fsc/psc Is J066. the Va Jamaica Plains Healthcare System Sterile Processing Services (sps) Is Seeking To Purchase The Supplies And Services Described Below Brand Name Or Equal. 2 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ nutrace Nux-20 Ng Laser Unit. Computer/laptop With Windows 10 And Supporting Accessories, Fumex Fume/odor Extractor Equipment. Fa1-mnutrace Select & Mark Templates. Different Laser Configurations For Different Instrument Materials Included Gs1 Codes. Safety Glasses To Operate The Laser In Class 4 Mode, Electropolishing Unit With Proprietary Solution Ratero. contract Period: Base pop Begin: 02-11-2025 pop End: 02-10-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Nux20 Ng 0002 11.00 ea __________________ __________________ scanner R+ Healthcare Can Read A 2d Data Matrix In < 0.5 Seconds Per Instrument, Irrelevant Of Instrument Contrast, Instrument Material Or Position Of The Code. A Good Geometrical Data Matrix, R+ Will Read It. With A More Powerful Camera And Led Lighting Technology, The R+ Max Can Read 2d Matrix As Small As .010 X.010mm (4mils). Stainless Steel Body contract Period: Base pop Begin: 02-11-2025 pop End: 02-10-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Nu Trace R+ Sca 0003 1.00 ea __________________ __________________ laser Etching - Up To 28,000 Instruments At 800 Instruments Per Day Minimum - Udi Applicationsurgical Instruments Will Be Marked With A Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics contract Period: Base pop Begin: 02-11-2025 pop End: 02-10-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Laser Etching 0004 1.00 ea __________________ __________________ lia (laser Institute Of America).two Certification, Up To 32 Hours Of Training On-line And On-site Including: Sample Tray Of Surgical Instruments Will Be Marked With Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized contract Period: Base pop Begin: 02-11-2025 pop End: 02-10-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Laser Start Up 0005 1.00 ea __________________ __________________ service Contract For 1 Year - Includes Pm Repairs, Any Mechanical Repairs, On Location Specialists For 3 Days Per Year And Any Shipping Costs/use Of A Loaner contract Period: Base pop Begin: 02-11-2025 pop End: 02-10-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Pm grand Total __________________ the Contract Period Of Performance Is 02/11/2025 02/10/2026. place Of Performance/place Of Delivery: address: 150 South Huntington Avenue boston, Ma 02130-4817 country: usa all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter. all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Which Provides The Most Benefit To The Government. the Following Are The Decision Factors: price technical Review the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/21/2025 At Frederic.revah1@va.gov late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter. all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Items far 52.212-3, Offerors Representations And Certifications Commercial Items offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Items Nov 2023 (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.203 17, 52.204-10, 52.204 14, 52.204 27, 52.204 30, 52.209 6, 52.219 27, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222 36, 52.222 37, 52.222-50, 52.222 54, 52.226-8, 52.232-33, 52.222-51, gray Market Items (apr 2020) (a) No Gray Market Or Remanufactured Items Will Be Acceptable. Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Equipment Only For Va Medical Facilities. (b) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (end Of Clause) 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause) far Number title date 52.203-17 contractor Employee Whistleblower Rights nov 2023 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.228-5 insurance Work On A Government Installation jan 1997 852.203-70 commercial Advertising may 2018 (end Of Addendum To 52.212-4) 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) (a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code(s) And Small Business Size Standard(s) For This Acquisition Appear Elsewhere In The Solicitation. However, The Small Business Size Standard For A Concern That Submits An Offer, Other Than On A Construction Or Service Acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees For Information Technology Value-added Resellers Under Naics Code 541519, If The Acquisition (1) Is Set Aside For Small Business And Has A Value Above The Simplified Acquisition Threshold; (2) Uses The Hubzone Price Evaluation Preference Regardless Of Dollar Value, Unless The Offeror Waives The Price Evaluation Preference; Or (3) Is An 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show (1) The Solicitation Number; (2) The Time Specified In The Solicitation For Receipt Of Offers; (3) The Name, Address, And Telephone Number Of The Offeror; (4) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary; (5) Terms Of Any Express Warranty; (6) Price And Any Discount Terms; (7) "remit To" Address, If Different Than Mailing Address; (8) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically); (9) Acknowledgment Of Solicitation Amendments; (10) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And (11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. (c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation. (d) Product Samples. When Required By The Solicitation, Product Samples Shall Be Submitted At Or Prior To The Time Specified For Receipt Of Offers. Unless Otherwise Specified In This Solicitation, These Samples Shall Be Submitted At No Expense To The Government, And Returned At The Sender's Request And Expense, Unless They Are Destroyed During Preaward Testing. (e) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately. (f) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers. (1) Offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation. If No Time Is Specified In The Solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date That Offers Or Revisions Are Due. (2)(i) Any Offer, Modification, Revision, Or Withdrawal Of An Offer Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; And (a) If It Was Transmitted Through An Electronic Commerce Method Authorized By The Solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Working Day Prior To The Date Specified For Receipt Of Offers; Or (b) There Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Of Offers And Was Under The Government's Control Prior To The Time Set For Receipt Of Offers; Or (c) If This Solicitation Is A Request For Proposals, It Was The Only Proposal Received. (ii) However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted. (3) Acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On The Offer Wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel. (4) If An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Offers Cannot Be Received At The Government Office Designated For Receipt Of Offers By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude Amendment Of The Solicitation Or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Offers Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume. (5) Offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. Oral Offers In Response To Oral Solicitations May Be Withdrawn Orally. If The Solicitation Authorizes Facsimile Offers, Offers May Be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Of Offers, Subject To The Conditions Specified In The Solicitation Concerning Facsimile Offers. An Offer May Be Withdrawn In Person By An Offeror Or Its Authorized Representative If, Before The Exact Time Set For Receipt Of Offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For The Offer. (g) Contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror's Initial Offer Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received. (h) Multiple Awards. The Government May Accept Any Item Or Group Of Items Of An Offer, Unless The Offeror Qualifies The Offer By Specific Limitations. Unless Otherwise Provided In The Schedule, Offers May Not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless The Offeror Specifies Otherwise In The Offer. (i) Availability Of Requirements Documents Cited In The Solicitation. (1)(i) The Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website At Https://assist.dla.mil. (ii) If The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued This Solicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained From The Address In Paragraph (i)(1)(i) Of This Provision. (2) Most Unclassified Defense Specifications And Standards May Be Downloaded From The Assist Website At Https://assist.dla.mil. (3) Defense Documents Not Available From The Assist Website May Be Requested From The Defense Standardization Program Office By- (i) Using The Assist Feedback Module (https://assist.dla.mil/feedback); Or (ii) Contacting The Defense Standardization Program Office By Telephone At 571-767-6688 Or Email At Assisthelp@dla.mil. (4) Nongovernment (voluntary) Standards Must Be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j) Unique Entity Identifier. (applies To All Offers That Exceed The Micro-purchase Threshold, And Offers At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Offeror Shall Enter, In The Block With Its Name And Address On The Cover Page Of Its Offer, The Annotation Unique Entity Identifier Followed By The Unique Entity Identifier That Identifies The Offeror S Name And Address. The Offeror Also Shall Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Unique Entity Identifier. The Suffix Is Assigned At The Discretion Of The Offeror To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpart 32.11) For The Same Entity. If The Offeror Does Not Have A Unique Entity Identifier, It Should Contact The Entity Designated At Www.sam.gov For Unique Entity Identifier Establishment Directly To Obtain One. The Offeror Should Indicate That It Is An Offeror For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Unique Entity Identifier. (k) [reserved] (l) Debriefing. If A Post-award Debriefing Is Given To Requesting Offerors, The Government Shall Disclose The Following Information, If Applicable: (1) The Agency's Evaluation Of The Significant Weak Or Deficient Factors In The Debriefed Offeror's Offer. (2) The Overall Evaluated Cost Or Price And Technical Rating Of The Successful And The Debriefed Offeror And Past Performance Information On The Debriefed Offeror. (3) The Overall Ranking Of All Offerors, When Any Ranking Was Developed By The Agency During Source Selection. (4) A Summary Of The Rationale For Award; (5) For Acquisitions Of Commercial Products, The Make And Model Of The Product To Be Delivered By The Successful Offeror. (6) Reasonable Responses To Relevant Questions Posed By The Debriefed Offeror As To Whether Source-selection Procedures Set Forth In The Solicitation, Applicable Regulations, And Other Applicable Authorities Were Followed By The Agency. (end Of Provision) addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/21/2025 At Frederic.revah1@va.gov@va.gov. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
Closing Date21 Jan 2025
Tender AmountUSD 372.7 K 
This is an estimated amount, exact amount may vary.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 01/01/2025 revision: 01 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq-combined Synopsis. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-01 (eff. 11/12/2024) this Solicitation Is Total Set-aside For Service-disabled Veteran Owned Small Business (sdvosb). the Associated North American Industrial Classification System (naics) Code For This Procurement Is 339112 Surgical And Medical Instrument Manufacturing With A Size Standard Of 1000 Employees. the Fsc/psc Is 6515 Medical And Surgical Instruments, Equipment And Supplies. the Syracuse Va At Syracuse Ny Is Seeking To Purchase Brand Name Only-bd Pyxis Logistics Software Which Integrates With The Pyxis Es Medication Distribution Equipment That Is Currently In Use At Syracuse Vamc Pharmacy. all Interested Companies Shall Provide Quotations For The Following: Line-item Number, Description Details, Quantity, Unit Of Measure, Unit Of Price, Total Price, And Grand Total Price. please Ensure That Your Quote Covers The Cost For Everything Requested In The Sow. We Must See The Breakdown Of Every Line Item. b.2 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ s-h------100-------- Pharmogistics Es Sw Hosp 0002 1.00 ea __________________ __________________ s-h------100-------- Pyxis Check Sw Hosp 0003 1.00 ea __________________ __________________ 139176-01 Plx Server 2019 Software Only 0004 1.00 ea __________________ __________________ 135343-01 Cce Site (covered Under Enterp 0005 1.00 ea __________________ __________________ 136572-01 Pharmogistics Site Implementat 0006 3.00 ea __________________ __________________ 130978-02 Scnr,mt2070,hd,wl,2d,keypad 0007 2.00 ea __________________ __________________ 138658-01 Printer Zt411 Thrml Bar Code,s 0008 1.00 ea __________________ __________________ 130990-02 Kit-install,pharmogistics/caro 0009 4.00 ea __________________ __________________ 356688-04 Handset Staged Tc52x-hc Fips 0010 4.00 ea __________________ __________________ 138541-01 Kit Zq630 Printer Us W/ 6 Lbl 0011 4.00 ea __________________ __________________ 356825-01 Cradle Sgl Slot Usb And Chgr T 0012 6.00 mo __________________ __________________ monthly Support Fee statement Of Work bd Pyxis Logistics Software for Inpatient Pharmacy Syracuse Vamc a. General Information 1. Title Of Project: Bd Pyxis Logistics Software 2. Type Of Contract Contemplated: Base Year And Four Options Years b. Scope general Scope Of This Procurement Is To Purchase Bd Pyxis Logistics Software Which integrates With The Pyxis Es Medication Distribution Equipment Which Our Site currently Uses. Bd Pyxis Logistics Software Helps Track, Report And Manage medication Inventory. In Addition, The Software Has A Barcode Verification Feature that Reduces Medication Errors By Confirming The Right Drug Is Picked Or Restocked. currently, The Inpatient Pharmacy Does Not Have An Inventory Management software. Bd Pyxis Logistics Software Will Decrease Costs By Providing Inventory management. c. Requirement/salient Characteristics/specifications common Nomenclature (commercial Description): Bd Pyxis Logistics Software intended Use: Inventory Management/barcode Verification. equipment With Which The Item Is Used: Pyxis Es Medication Distribution equipment. end Item Application: Pyxis Es Medication Distribution Equipment. d. Other Unique Requirements the Contractor Shall Provide A Customizable Inventory Management System. a. System Is Fully Customizable At The Customer Level. Many Changes And Additional evaluation Elements Can Be Added By The Facility As They Are Needed And May Be changed By The Facility As Needed. b. Provide Access To All Pharmacy Staff c. System Needs To Have The Ability For Real-time Inventory Tracking, Order generation, Inventory Receiving, Electronic Data Interchange Interfaces With 2 suppliers, And Generates Reports Detailing Drug Utilization/order Saving opportunities d. Full-service Setup And Ongoing Support Will Be Provided. e. The Ability To Analytically Streamline Workflows With Retrospective Trending And reporting, Across The Inpatient Pharmacy f. Provide Metrics That Can Help Track Inventory Loss g. Has The Ability To Identify Potential Diversion Issues. h. Assist With Preventing Stock-outs By Optimizing Medication Par Levels i. Barcode Verification Feature That Will Confirm The Right Drug Is Picked Or restocked. e. Delivery vendor Will Deliver Item Within 45 Days From Purchase. f. Government-furnished Property, Material, Equipment, Or Information (gfp, Gfm, gfe, Or Gfi) N/a g. Security h. Vendor Personnel Will Be Subject To Background Investigation Bgi In Order To access Va System i. Vendor Personnel Will Be Required To Take Annual Privacy And Security training And Sign Contractor Rules Of Behavior Rob j. Special Material Requirement n/a k. Place Of Performance syracuse Va Medical Center (pharmacy) 800 Irving Ave syracuse Ny, 13210 outpatient Pharmacy l. Period Of Performance the Period Of Performance For This Contract Will Be 30 Calendar Days From Award Notice. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.204-7 System For Award Management (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) (end Of Addendum Far 52.212-1) far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sept 2023) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ solicitation. However, The Small Business Size Standard For A Concern That Submits Anâ offer, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees Forâ information Technologyâ value-added Resellers Under Naics Code 541519, If Theâ acquisition (1)is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; (2)uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ offerorâ waives The Price Evaluation Preference; Or (3)is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ offers. Submit Signed And Datedâ offersâ to The Office Specified In Thisâ solicitationâ at Or Before The Exact Time Specified In Thisâ solicitation.â offersâ mayâ be Submitted On Theâ sf 1449, Letterhead Stationery, Or As Otherwise Specified In Theâ solicitation. As A Minimum,â offersâ mustâ show (1)â theâ solicitationâ number; 36c24225q0262 (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ offers; (3)â the Name, Address, And Telephone Number Of Theâ offeror; (4)â a Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; (5)â terms Of Any Expressâ warranty; (6)â price And Any Discount Terms; (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ offerorâ shallâ complete Electronically); (9)â acknowledgment Ofâ solicitationâ amendments; (10)â past Performanceâ information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And (11)â if Theâ offerâ is Not Submitted On Theâ sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â offersâ that Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ offers. Theâ offerorâ agrees To Hold The Prices In Itsâ offerâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ offers, Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ offers. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Preaward Testing. (e)â multipleâ offers.â offerorsâ are Encouraged To Submit Multipleâ offersâ presenting Alternative Terms And Conditions, Including Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ offerâ submitted Will Be Evaluated Separately. (f)â late Submissions, Modifications, Revisions, And Withdrawals Ofâ offers. (1)â offerorsâ are Responsible For Submittingâ offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ offersâ or Revisions Are Due. (2) (i)â anyâ offer, Modification, Revision, Or Withdrawal Of Anâ offerâ received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ offersâ is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, Theâ contracting Officerâ determines That Accepting The Lateâ offerâ would Not Unduly Delay Theâ acquisition; And- (a)â if It Was Transmitted Through Anâ electronic Commerceâ method Authorized By Theâ solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Workingâ dayâ prior To The Date Specified For Receipt Ofâ offers; Or (b)â there Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Ofâ offersâ and Was Under The Government S Control Prior To The Time Set For Receipt Ofâ offers; Or (c)â if Thisâ solicitationâ is A Request For Proposals, It Was The Only Proposal Received. (ii)â however, A Late Modification Of An Otherwise Successfulâ offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received Andâ mayâ be Accepted. (3)â acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On Theâ offerâ wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel. (4)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ offersâ cannot Be Received At The Government Office Designated For Receipt Ofâ offersâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude Amendment Of Theâ solicitationâ or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ offersâ will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (5)â offersâ mayâ be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Ofâ offers. Oralâ offersâ in Response To Oralâ solicitationsâ mayâ be Withdrawn Orally. If Theâ solicitationâ authorizes Facsimileâ offers,â offersâ mayâ be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Ofâ offers, Subject To The Conditions Specified In Theâ solicitationâ concerning Facsimileâ offers. Anâ offerâ mayâ be Withdrawn In Person By Anâ offerorâ or Its Authorized Representative If, Before The Exact Time Set For Receipt Ofâ offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For Theâ offer. (g)â contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluateâ offersâ and Award A Contract Without Discussions Withâ offerors. Therefore, Theâ offeror S Initialâ offerâ shouldâ contain Theâ offeror S Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By Theâ contracting Officerâ to Be Necessary. The Governmentâ mayâ reject Any Or Allâ offersâ if Such Action Is In The Public Interest; Accept Other Than The Lowestâ offer; And Waive Informalities And Minor Irregularities Inâ offersâ received. (h)â multiple Awards. The Governmentâ mayâ accept Any Item Or Group Of Items Of Anâ offer, Unless Theâ offerorâ qualifies Theâ offerâ by Specific Limitations. Unless Otherwise Provided In The Schedule,â offersâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless Theâ offerorâ specifies Otherwise In Theâ offer. (i)â availability Of Requirements Documents Cited In Theâ solicitation. (1) (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101 29, And Copies Of Federal Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website Atâ https://assist.dla.mil. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained From The Address In Paragraph (i)(1)(i) Of This Provision. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Assist Website Atâ https://assist.dla.mil. (3)â defense Documents Not Available From The Assist Websiteâ mayâ be Requested From The Defense Standardization Program Office By (i)â using The Assist Feedback Module (â https://assist.dla.mil/ Feedback); Or (ii)â contacting The Defense Standardization Program Office By Telephone At 571 767 6688 Or Email Atâ assisthelp@dla.mil. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier.(applies To Allâ offersâ that Exceed Theâ micro-purchase Threshold, Andâ offersâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ offerorâ shallâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ offer, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ offeror's Name And Address. Theâ offerorâ alsoâ shallâ enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ unique Entity Identifier. The Suffix Is Assigned At The Discretion Of Theâ offerorâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ offerorâ does Not Have Aâ unique Entity Identifier, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ unique Entity Identifierâ establishment Directly To Obtain One. Theâ offerorâ shouldâ indicate That It Is Anâ offerorâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ unique Entity Identifier. (k)â [reserved] (l) Requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. submission Instructions: Technical Packages (proposals) Must Be Received Not Later Than February 4th, 2025, 3:00 Pm Est. The Government Will Only Accept Electronic Submissions Via Email. Send All Quotations To Lorraine.hussain@va.gov. The Email Subject Line Must Identify Solicitation 36c24225q0262. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). offers That Do Not Adhere To These Instructions May Be Determined To Be Incomplete And, Therefore, Risk Being Rejected Without Further Consideration For Award. Offer Submissions Shall Include: a. Completed Acknowledgement Of Amendments Sections (if Applicable). Buy American Certificate Included With Quote. b. A Technical Submission To Describe The Offeror S Capability And Experience In Delivering The Services In The Statement Of Work (sow) Via 52.212-2 Evaluation Of Commercial Items Section. c. Past Performance Information Via 52.212-2 Evaluation Section. d. Completed Section Price/cost Schedule. e. Offers That Fail To Furnish Required Representation Or Information Or Reject The Terms And conditions Of The Solicitation Will Be Excluded From Consideration. (end Of Provision) 2. Far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) addendum To 52.212-2 Evaluation Commercial Products And Commercial Services basis For Award. The Government Will Award A Contract Resulting From This Solicitation To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous And Best Value To The Government, Given Price And Other Factors Considered. Comparative Analysis May Be Used. the Following Factors Shall Be Used To Evaluate Quotations: 1. Technical Capability: Technical Capability Is Defined As An Offeror S Ability To Satisfy The Solicitation S Requirements, Providing The Highest Quality Service To The Specified Facilities. The Technical Capability Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Sow, Solicitation, And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. the Contractor Must Demonstrate In Their Technical Capability The Understanding Of This Requirement Needs By Providing A Capability Statement With Relevance Of The Scope Of Work Regarding The Bd Pyxis Monitoring Software As Stated In The Sow. specific Scope Of Work: The Quoter Will Be Evaluated On How Well Their Technical Capability Statement Demonstrates How The Vendor Will Meet The Needs Of This Requirement For Bd Pyxis Preventative Maintenance As Specified In Scope Of Work. See The Sow. technical Experience: The Quoter Will Be Evaluated On How Well Their Technical Experience Reflects That The Offeror Is A Firm Who Regularly Is Engaged In The Performance Of Work As Stated In Scope Of Work And Complexity. The Offeror's Experience Will Be Evaluated On Their Proficiency In Performance Of The Duties As Requested. authorization: Provide Documentation The Vendor Performing The Services Have Been Trained, Authorized And Licensed By Bayer Healthcare To Provide Preventative Maintenance And Calibration On Equipment Specified In Sow. past Performance: The Offeror Will Provide At A Minimum Three Past Performance Of Similar Scope Or Complexity. Information To Include A Description Of Work Done. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum. 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: (end Of Addendum To Far 52.212-2) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (nov 2023) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) addendum To Far 52.212-4 Show Far Clauses Followed By Vaar Clauses In Numeric Order. List All Clauses Incorporated By Reference In Numeric Order Under 52.252-2 (see Below), Starting First With Far And Followed By Vaar. 52.212-5 Contract Terms And Conditions Required To Implement Statures Or Executive Orders-commercial Products And Commercial Services (nov 2024). 52.252-2, Clauses Incorporated By Reference (feb 1998) vaar 852.211-72 Technical Industry Standards (nov 2018) vaar 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation) vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) vaar 852.242-71 Administrative Contracting Officer (oct 2020) vaar 852.247-73 Packing For Domestic Shipment (oct 2018) (end Of Addendum To Far 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023) 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023) 52.212-2 Evaluation-commercial Products And Commercial Services (nov 2021) 52.212-3 Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) all Quotes Must Be Sent To The Nco 2 At Lorraine.hussain@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Options Will Be Evaluated At Time Of Award. the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than February 4, 2025, 3:00pm Est At Lorraine.hussain@va.gov. telephonic Communication Will Not Be Accepted, All And Any Matter Regarding This Combined Synopsis/solicitation Must Be Sent By Email To Lorraine.hussain@va.gov. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact lorraine Hussain, Contracting Officer, 585-393-8526, And Lorraine.hussain@va.gov
Closing Date4 Feb 2025
Tender AmountUSD 114.7 K 
This is an estimated amount, exact amount may vary.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Furnitures and Fixtures
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023 revision: 01 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-02. this Solicitation Is Set-aside For sdvosb the Associated North American Industrial Classification System (naics) Code For This Procurement Is 337215, With A Small Business Size Standard Of 500 Employees. The Fsc/psc Is 6530. This Is A Brand Name Only Requirement Oem Intermetro Industries Corporation, 651 N Washington St. Wilkes-barre, Pa 18705. the Contracting Activity Is Looking To Acquire Delivery And Installation Of The Metro Equipment Listed Below For Providence Va Medical Center, 830 Chalkstone Avenue, Providence Ri 02908-4734. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item description quantity unit Of Measure mx1872g metromax I Mx1872g Plastic Industrial shelf With Grid Mat, 18" X 72" 60 ea mx1872f metromax I Mx1872f Plastic Industrial shelf With Solid Mat, 18" X 72" 12 ea mx2472g metromax I Mx2472g Plastic Industrial Shelf With Grid Mat, 24" X 72" 15 ea mx2472f metromax I Mx2472f Plastic Industrial Shelf With Solid Mat, 24" X 72" 3 ea btax3 metro Btax3 Qwiktrak Stationary Intermediate Unit Kit For Metromax Shelving, Polymer Posts 1 ea btex3 metro Btex3 Qwiktrak Stationary End Unit Kit For Metromax Shelving, Polymer Posts 1 ea btmx3 metro Btmx3 Qwiktrak Mobile Unit Kit For Metromax Shelving, Polymer Posts 12 ea bts13na metro Bts13na Qwiktrak Floor Track Shelving Track Set, 13' 2 ea install installation 1 ea statement Of Work providence Va Medical Center metro Shelving System scope Of Work: The Contractor Shall Provide All Labor, Personnel, Equipment, Tools, Materials, Supervision And Other Items And Services Necessary To Perform The Following: installation And Implementation Of A Fully Functional; 15 Rolling Rack System. Twelve 18 X 72 And Three 24 X72. 1. Equipment the Following Equipment Shall Be Provided And Installed By The Contractor In The Space Determined By The Government. All Equipment Installed By The Contractor Shall Be Fda Approved For Use, In New Condition, And Fully Operational In Accordance With Manufacturer Literature Specifications. A Minimum Of Two (2) Copies Of Any Associated Operational And/or Service Manuals Shall Be Provided For All Equipment Listed Below As Applicable. 60 Mx1872g Metromax I Mx1872g Plastic Industrial Shelf With Grid Mat, 18" X 72" 12 Mx1872f Metromax I Mx1872f Plastic Industrial Shelf With Solid Mat, 18" X 72" 15 Mx2472g Metromax I Mx2472g Plastic Industrial Shelf With Grid Mat, 24" X 72" 3 Mx2472f Metromax I Mx2472f Plastic Industrial Shelf With Solid Mat, 24" X 72" 1 Btax3 Metro Btax3 Qwiktrak Stationary Intermediate Unit Kit For Metromax Shelving, Polymer Posts 1 Btex3 Metro Btex3 Qwiktrak Stationary End Unit Kit For Metromax Shelving, Polymer Posts 12 Btmx3 Metro Btmx3 Qwiktrak Mobile Unit Kit For Metromax Shelving, Polymer Posts 2 Bts13na Metro Bts13na Qwiktrak Floor Track Shelving Track Set, 13' the Contractor Shall Provide All Tools And Equipment Necessary To Properly And Safely Perform The Services Set Forth Within This Statement Of Work. This Shall Include, But Is Not Limited, To All Personal Protective Equipment (ppe) Which May Be Required For The Work To Be Completed In A Safe Manner. The Contractor Shall Provide Any Equipment Necessary For Proper Infection Control Measures During Installation. 2. Salient Characteristics the Contractor Shall Provide A Fully Functional System That Meets The Following Characteristics: high Density Qwiktrak Solutions (self-contained System, No Construction Or Drilling Needed) high Density Qwiktrak Is Easier To Clean And Protects Them From Damage. polymer Solution (metromax) = Microban Protection (antimicrobial) Helping Product Stay Cleaner In Between Cleanings polymer Solution (metromax) = Lifetime Warranty Against Corrosion With Polymer Post all Shelving Units Are 6-tier/level, Solid Bottoms. 2. Areas To Be Serviced (one Or All As Necessary And Appropriate To This Contract) department Of Veterans Affairs providence Va Medical Center, Clean Inner Cor. Or 830 Chalkstone Ave providence, Ri 02908 3. Installation the Contractor Shall Provide All Labor, Materials, Tools, Equipment Etc. To Prepare For And Complete The Installation Of The Equipment In The Space Determined By The Government. project Implementation Meetings, If Necessary, Shall Be Coordinated With The Cor. installation And Implementation Dates Are To Be Coordinated In Advance With The Contractor And The Cor. all Employees Of The Contractor And Subcontractors Shall Comply With Va Security Management Program And Obtain The Permission Of The Va Police, Be Identified By Project And Employer, And Restricted From Unauthorized Access. all Installation Personnel Shall Be Trained By The Manufacturer On How To Properly Install The Equipment. Resumes And Certifications Shall Be Submitted For Review Upon Request By The Government. all Installation Personnel Shall Be Trained By The Manufacturer On Safe And Proper Personal Protective Equipment (ppe) Usage And General Infection Control Regulations And Requirements Relevant To The Work Outlined In The Scope Of Work. the Contractor Shall Communicate To The Government The Estimated Downtime Required To Complete Full Installation. If The Contractor Is Unable To Install The Equipment To Its Normal Operational State Within 24 Hours, The Contractor Shall Compensate The Government For The Downtime By Extending The Warranty Service In A Period Equivalent To The Downtime Of The Equipment. the Contractor Shall Be Responsible For The Safe Removal And Disposal Of All Trade-in Equipment As Applicable. the Contractor Shall Be Responsible For The Safe Removal And Disposal Of All Packing Materials And Related Waste Generated During Installation. 4. Training n/a 5. Inspection And Acceptance the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Of Equipment. contractor Shall Provide Dates Of Completion Of Punch List Items And Replacement Parts And/or Short Ship Items From The Manufacturer(s). the Cor Shall Ensure All Work Is Completed Satisfactorily Prior To Acceptance. Disputes Shall Be Resolved By The Contracting Officer. 6. Warranty the Contractor Shall Provide A One-year Manufacturer S Warranty On All Parts And Labor. the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair. 7. Task Frequency And Instructions the Work Set Forth In The Scope Of Work Shall Be Completed In A Single Visit, Be It A Single Day Or Multiple Days As Required For Appropriate Completion. All Work Is To Be Scheduled In Advance With The Cor. equipment Delivery Shall Not Precede Installation By More Than 20 Days. Installation And Implementation Must Be Immediately Followed By Clinical User Training Including Go Live Support. Implementation And Integration With Vista Cprs Shall Not Exceed 90 Days From Date Of Award. 8. Special Work Requirements the Contractor Shall Comply With Any And All Infection Control Risk Assessment Requirements Deemed Appropriate By The Providence Va Medical Center During All Portions Of The Work Set Forth In The Scope Of Work. the Contractor Must Comply With Security, Privacy, And Safety Issues In Accordance To Va Standards, Policies, And Directives Set Forth At All Times While Providing The Work Outlined In The Scope Of Work. 9. Property Damage the Contractor Shall Take All Necessary Precautions To Prevent Damage To Any Government Property. The Contractor Shall Report Any Damages Immediately And Shall Be Assessed Current Replacement Costs For Property Damaged By The Contractor Unless Corrective Action Is Taken. Any Damaged Material (e.g. Trees, Shrubs, Lawn/turf, Curbs, Gutters, Sidewalks, Etc.) Will Be Replaced In A Timely Manner Or Corrected By The Contractor With Like Materials, At No Extra Cost To The Government, Upon Approval Of The Contracting Officer. 10. Attachments none. 11. Identification, Parking, Smoking, Cellular Phone Use And Va Regulations the Contractor's Employees Shall Wear Visible Identification At All Times While On The Premises Of The Va Property. It Is The Responsibility Of The Contractor To Park In The Appropriate Desig Nated Park Ing Areas. Information On Parking Is Available From The Va Police-security Service. The Va Will Not Invalidate Or Make Reimbursement For Parking Viola Tions Of The Con Tractor Under Any Con Ditions. Smoking Is Prohibited Inside Any Buildings At The Va. Cellular Phones And Two-way Radios Are Not To Be Used Within Six Feet Of Any Medical Equipment. Posses Sion Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Sub Ject To Search. Violations Of Va Regulations May Result In A Citation Answer Able In The United States (federal) Dis Trict Court, Not A Local District State, Or Municipal Court. 12. Compliance With Osha Bloodborne Pathogens Standard The Contractor Shall Comply With The Federal Osha Blood Borne Pathogens Standard. The Contractor Shall: A. Have Methods By Which All Employees Are Educated As To Risks Associated With Blood Borne Pathogens. B. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Blood Borne Pathogens. C. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Blood Borne Pathogens. D. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, And Mouthpieces For The Employee During Performance Of The Contract. 13. Information Security Language 14. Records Management Language For Statement Of Work (sow): the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: citations To Pertinent Laws, Codes, And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. delivery Shall Be Provided No Later Than 30-45 Days After Receipt Of Order (aro). place Of Performance/place Of Delivery address: 830 Chalkstone Avenue, Providence Ri postal Code: 02908-4734 country: united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025) the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.204-10, 52.204-27, 52.219-14, 52.219-28, 52.219-32, 52.219-33, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 all Quoters Shall Submit The Following: Quote. all Quotes Shall Be Sent To The Contract Specialist, Divianna Mathurin, Divianna.mathurin@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: price speed Of Delivery past Performance the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; a Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9), And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes, Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation. (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites: â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/). â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â  (3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By- (i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm); (ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (k)â [reserved] (l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision) to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than January 15, 2025, 12pm Est At Divianna.mathurin@va.gov. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact contract Specialist divianna Mathurin divianna.mathurin@va.gov 914-325-3258
Closing Date15 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Furnitures and Fixtures
United States
Details: Description This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. This Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-02 (01/03/2025) This Solicitation Is A Total Set-aside For Service-disabled Veteran Owned Small Businesses. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339112 Surgical And Medical Instrument Manufacturing With A Small Business Size Of 1,000 Employees. The Fsc/psc Is 6515 Medical And Surgical Instruments, Equipment And Supplies. The Lyons Nj Vamc Is Seeking To Purchase A Brand Name Or Equal Requirement For Exam Chairs Reliance Fx-920-l #20 Pearl With Black Cushions, Chair Glides, Reliance Stands And White Glove Delivery And Installation On All Line Items For Their Optometry Clinic. All Interested Companies Shall Provide Quotations For The Following: Line-item Number, Description Details, Quantity, Unit Of Measure, Unit Of Price, Total Price, And Grand Total Price. Please Ensure That Your Quote Covers The Cost For Everything Requested In The Sow. We Must See The Breakdown Of Every Line Item. Statement Of Work (sow) Unit, Exam, Eye W/motor Chair Va Nj Hcs Lyons Campus Ophthalmology & Optometry Sections At Va New Jersey Health Care System Lyons Campus Are Requesting 4 Brand Name Or Equal Lane Reliance Chair And Stands With An Authorized Vendor To Supply, Assemble, And Install The Item(s) Identified In Table 1 Below. At The Lyons Eye Clinic, There Are 4 Exam Rooms Used By Doctors. At Present, All 4 Of Our Chairs Are At The End Of Life. All 4 Chairs Have Tears With Electrical Issues That Presents A Hazard To Patient Care And Identified As Infection Control Issues. The Chairs Are Specialized Chairs Which Must Be Sturdy Enough For Patients Of All Weights And Which Can Be Adjusted For The Varied Patients Seen In The Eye Clinic. They Must Be Adjustable Up And Down For Patients Of Different Heights And To Optimize Examination Of Different Parts Of The Eye. They Also Must Be Able To Recline To Optimize Examination Of Different Parts Of The Eye. The Chairs Linked With The Equipment Stands That Are Needed To Operate The Chairs And Must Be Compatible. The Chairs Should Be Wheelchair Accessible With Gliders To Accommodate Such Patients. This Is A Brand Name Or Equal Requirement. Reliance Chair And Stands Is The Basis Of Design. Table 1 Package Items Summary Item # Item Description Part # (basis Of Design) Quantity 1 Reliance Fx-920-l Chair, #20 Pearl, Requires Upholstery Includes White Glove Delivery, Assembly And Installation Onsite. Color Cs0rlfx920u Cs0rlfx920l20 4 2 Reliance Fx920 Cushion Set, #301 Black Cs0rlfx920ubl 4 3 Reliance 942 Chair Glide Cs1rl942 4 4 Reliance 7900-ic Floor Unit - With Wheelchair Modification #20 Pearl Cs0rl7900icw20fg 4 Va Nj Point Of Contact: Dr. Catherine Chiu, Optometrist 908-647-0180 X 214590 Ship To Address Attn: Warehouse Va Medical Center 151 Knollcroft Road Building 13 Lyons Nj 07939 Bill To Address Fms (561) (ref Po Number) Po Box 149971 Austin, Tx 78714 Requirements 4 Reliance Chair And Stand Warranty: One Year Minimum Required. Manuals: At No Charge Fob: Destination Time Of Delivery: On Or Before 30 Days Aro. Va Maintenance/installation Contract Requirements A Prohibition On Unauthorized Disclosure: Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor 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. See Va Handbook 6500.6, Appendix C, Paragraph 3.a A Requirement For Data Breach Notification: Upon Discovery 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, The Contractor/subcontractor Shall Immediately And Simultaneously Notify The Cotr, The Designated Iso, And Privacy Officer For The Contract. 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. See Va Handbook 6500.6, Appendix C, Paragraph 6.a A Requirement To Pay Liquidated Damages In The Event Of A Data Breach: In The Event Of A Data Breach Or Privacy Incident Involving Spi The Contractor Processes Or Maintains Under This Contract, The Contractor Shall Be Liable To Va For Liquidated Damages For A Specified Amount Per Affected Individual To Cover The Cost Or Providing Credit Protection Services To Those Individuals. See Va Handbook 6500.6, Appendix C, Paragraph 7.a., 7d. A Requirement For Annual Security/privacy Awareness Training: Before Being Granted Access To Va Information Or Information Systems, All Contractor Employees And Subcontractor Employees Requiring Such Access Shall Complete On An Annual Basis Wither: (i) The Va Security/privacy Awareness Training (contains Va Security/privacy Requirements) Within 1 Week Of The Initiation Of The Contract, Or (ii) Security Awareness Training Provided Or Arranged By The Contractor That Conforms To Va S Security/privacy Requirements As Delineated In The Hard Copy Of The Va Security Awareness Training Provided To The Contractor. If The Contractor Provides Their Own Training That Conforms To Va S Requirements, They Will Provide The Cotr Or Co, A Yearly Report (due Annually On The Date Of The Contract Initiation) Stating That All Applicable Employees Involved In The Va S Contract Have Received Their Annual Security/privacy Training That Meets Va S Requirements And The Total Number Of Employees Trained, See Va Handbook 6500.6, Appendix C, Paragraph9 A Requirement To Sign Va S Rules Of Behavior: Before Being Granted Access To Va Information Or Information Systems, All Contractor Employees And Subcontractor Employees Requiring Such Access Shall Sign On Annual Basis An Acknowledgement That They Have Read Understand, And Agree To Abide By Va S Contractor Rules Of Behavior Which Is Attached To This Contract. See Va Handbook 6500.6, Appendix C, Paragraph 9, Appendix D. Note: If Medical Device Vendor Anticipates That The Services Under This Contract Will Be Performed By 10 Or More Individuals, The Contractor Rules Of Behavior May Be Signed By The Vendor S Designated Representative. The Contract Must Reflect By Signing The Rules Of Behavior On Behalf Of The Vendor That The Designated Representative Agrees To Ensure That All Such Individuals Review And Understand The Contractor Rules Of Behavior When Accessing Va S Information And Information Systems. This Acquisition Does Not Require Services That Involve Connection Of One Or More Contractor-owned It Devices To A Va Internal Trusted Network. The C&a Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required. Required Specs Salient Characteristics: Ophthalmic Stand Qty 4 Provide Maximum Access To Patients And Compatibility With Reliance Chairs Includes Chair Controls With Three Wells, 3-3.5v Charging For Handheld Instruments Arm For Slit Lamp That Allows Adjustment With A Single Hand - 12 Vertical Travel With Can Counterbalance Instruments 12-60 Lbs And Can Be Raised/lowered Arm For Upper Refactor With 10 Vertical Movement And Supports 20-50 Lbs Backlit Membrane Switches Halogen Lamp With Arm Adjustments Wheelchair Access With Glider Complying To Ada Standards Ophthalmic Chair Qty 4 Power Base And Top. Use Finger Switches Or Corded Foot Switch To Raise, Lower Or Tilt Chair Auto Return Button Returns Chair To The Upright Position Membrane Switches And Rotation Lock Control All Operations Of The Chair From A Sitting Or Standing Position Armrest Locks Release Mechanism Allows Patients To Sit Or Leave From Either Side Of Chair Hydraulic Base Supporting 600lbs Concave Headrest For Allowing For Diagnostic Views Va Patient Privacy And Network Infrastructure None Of The Equipment Listed Within This Procurement Package Will Access The Va Network Or Store Any Sensitive Patient Information. Any Contractors That Will Come On-site For Install Will Not Need Access To The Va Network. All Contractors Must Comply With Va Regulation And Complete The Following Training: "va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access Or Use To Va Sensitive Information." Reference The Attached Handbook 6500.6 Appendix A - Checklist For Information Security In The Initiation Phase Of Acquisitions. The System Does Not Transmit Or Maintain Electronic Protected Health Information. A Manufacturer Disclosure Statement For Medical Device Security (mds2) Form Is Not Applicable. The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. The Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.204-7 System For Award Management (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) (end Of Addendum Far 52.212-1) Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sept 2023) (a)ânorth American Industry Classification System (naics) Code And Small Business Size Standard.âthe Naics Code(s) And Small Business Size Standard(s) For Thisâacquisitionâappear Elsewhere In Theâsolicitation. However, The Small Business Size Standard For A Concern That Submits Anâoffer, Other Than On Aâconstructionâor Serviceâacquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees Forâinformation Technologyâvalue-added Resellers Under Naics Code 541519, If Theâacquisition (1)is Set Aside For Small Business And Has A Value Above Theâsimplified Acquisition Threshold; (2)uses Theâhubzoneâprice Evaluation Preference Regardless Of Dollar Value, Unless Theâofferorâwaives The Price Evaluation Preference; Or (3)is An 8(a),âhubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)âsubmission Ofâoffers. Submit Signed And Datedâoffersâto The Office Specified In Thisâsolicitationâat Or Before The Exact Time Specified In Thisâsolicitation.âoffersâmayâbe Submitted On Theâsf 1449, Letterhead Stationery, Or As Otherwise Specified In Theâsolicitation. As A Minimum,âoffersâmustâshow (1)âtheâsolicitationânumber; 36c24225q0301 (2)âthe Time Specified In Theâsolicitationâfor Receipt Ofâoffers; (3)âthe Name, Address, And Telephone Number Of Theâofferor; (4)âa Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In Theâsolicitation. Thisâmayâinclude Product Literature, Or Other Documents, If Necessary; (5)âterms Of Any Expressâwarranty; (6)âprice And Any Discount Terms; (7)â"remit To" Address, If Different Than Mailing Address; (8)âa Completed Copy Of The Representations And Certifications At Federalâacquisitionâregulation (far)â52.212-3â(see Farâ52.212-3(b) For Those Representations And Certifications That Theâofferorâshallâcomplete Electronically); (9)âacknowledgment Ofâsolicitationâamendments; (10)âpast Performanceâinformation, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And (11)âif Theâofferâis Not Submitted On Theâsf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâsolicitation.âoffersâthat Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of Theâsolicitationâmayâbe Excluded From Consideration. (c)âperiod For Acceptance Ofâoffers. Theâofferorâagrees To Hold The Prices In Itsâofferâfirm For 30 Calendar Days From The Date Specified For Receipt Ofâoffers, Unless Another Time Period Is Specified In An Addendum To Theâsolicitation. (d)âproduct Samples. When Required By Theâsolicitation, Product Samplesâshallâbe Submitted At Or Prior To The Time Specified For Receipt Ofâoffers. Unless Otherwise Specified In Thisâsolicitation, These Samplesâshallâbe Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Preaward Testing. (e)âmultipleâoffers.âofferorsâare Encouraged To Submit Multipleâoffersâpresenting Alternative Terms And Conditions, Including Alternativeâline Itemsâ(provided That The Alternativeâline Itemsâare Consistent With Farâsubpartâ 4.10), Or Alternativeâcommercial Productsâorâcommercial Servicesâfor Satisfying The Requirements Of Thisâsolicitation. Eachâofferâsubmitted Will Be Evaluated Separately. (f)âlate Submissions, Modifications, Revisions, And Withdrawals Ofâoffers. (1)âofferorsâare Responsible For Submittingâoffers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In Theâsolicitationâby The Time Specified In Theâsolicitation. If No Time Is Specified In Theâsolicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâoffersâor Revisions Are Due. (2) (i)âanyâoffer, Modification, Revision, Or Withdrawal Of Anâofferâreceived At The Government Office Designated In Theâsolicitationâafter The Exact Time Specified For Receipt Ofâoffersâis "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, Theâcontracting Officerâdetermines That Accepting The Lateâofferâwould Not Unduly Delay Theâacquisition; And- (a)âif It Was Transmitted Through Anâelectronic Commerceâmethod Authorized By Theâsolicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Workingâdayâprior To The Date Specified For Receipt Ofâoffers; Or (b)âthere Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Ofâoffersâand Was Under The Government S Control Prior To The Time Set For Receipt Ofâoffers; Or (c)âif Thisâsolicitationâis A Request For Proposals, It Was The Only Proposal Received. (ii)âhowever, A Late Modification Of An Otherwise Successfulâoffer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received Andâmayâbe Accepted. (3)âacceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On Theâofferâwrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel. (4)âif Anâemergencyâor Unanticipated Event Interrupts Normal Government Processes So Thatâoffersâcannot Be Received At The Government Office Designated For Receipt Ofâoffersâby The Exact Time Specified In Theâsolicitation, And Urgent Government Requirements Preclude Amendment Of Theâsolicitationâor Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâoffersâwill Be Deemed To Be Extended To The Same Time Ofâdayâspecified In Theâsolicitationâon The First Workâdayâon Which Normal Government Processes Resume. (5)âoffersâmayâbe Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Ofâoffers. Oralâoffersâin Response To Oralâsolicitationsâmayâbe Withdrawn Orally. If Theâsolicitationâauthorizes Facsimileâoffers,âoffersâmayâbe Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Ofâoffers, Subject To The Conditions Specified In Theâsolicitationâconcerning Facsimileâoffers. Anâofferâmayâbe Withdrawn In Person By Anâofferorâor Its Authorized Representative If, Before The Exact Time Set For Receipt Ofâoffers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For Theâoffer. (g)âcontract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluateâoffersâand Award A Contract Without Discussions Withâofferors. Therefore, Theâofferor S Initialâofferâshouldâcontain Theâofferor S Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By Theâcontracting Officerâto Be Necessary. The Governmentâmayâreject Any Or Allâoffersâif Such Action Is In The Public Interest; Accept Other Than The Lowestâoffer; And Waive Informalities And Minor Irregularities Inâoffersâreceived. (h)âmultiple Awards. The Governmentâmayâaccept Any Item Or Group Of Items Of Anâoffer, Unless Theâofferorâqualifies Theâofferâby Specific Limitations. Unless Otherwise Provided In The Schedule,âoffersâmayânot Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless Theâofferorâspecifies Otherwise In Theâoffer. (i)âavailability Of Requirements Documents Cited In Theâsolicitation. (1) (i)âthe Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101 29, And Copies Of Federal Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website Atâhttps://assist.dla.mil. (ii)âif The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâsolicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâsolicitationâmayâbe Obtained From The Address In Paragraph (i)(1)(i) Of This Provision. (2)âmost Unclassified Defense Specifications And Standardsâmayâbe Downloaded From The Assist Website Atâhttps://assist.dla.mil. (3)âdefense Documents Not Available From The Assist Websiteâmayâbe Requested From The Defense Standardization Program Office By (i)âusing The Assist Feedback Module (âhttps://assist.dla.mil/ Feedback); Or (ii)âcontacting The Defense Standardization Program Office By Telephone At 571 767 6688 Or Email Atâassisthelp@dla.mil. (4)ânongovernment (voluntary) Standardsâmustâbe Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)âunique Entity Identifier.(applies To Allâoffersâthat Exceed Theâmicro-purchase Threshold, Andâoffersâat Or Below Theâmicro-purchase Thresholdâif Theâsolicitationârequires The Contractor To Beâregistered In The System For Award Management (sam).) Theâofferorâshallâenter, In The Block With Its Name And Address On The Cover Page Of Itsâoffer, The Annotation "unique Entity Identifier" Followed By Theâunique Entity Identifierâthat Identifies Theâofferor's Name And Address. Theâofferorâalsoâshallâenter Itsâelectronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâunique Entity Identifier. The Suffix Is Assigned At The Discretion Of Theâofferorâto Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâsubpartâ 32.11) For The Same Entity. If Theâofferorâdoes Not Have Aâunique Entity Identifier, Itâshouldâcontact The Entity Designated Atâwww.sam.govâforâunique Entity Identifierâestablishment Directly To Obtain One. Theâofferorâshouldâindicate That It Is Anâofferorâfor A Government Contract When Contacting The Entity Designated Atâwww.sam.govâfor Establishing Theâunique Entity Identifier. (k)â[reserved] (l) Requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. Questions: Request For Information (rfi)/questions Shall Be Submitted In Writing Via Email To Lorraine Hussain At Lorraine.hussain@va.gov. Telephonic Questions Will Not Be Accepted. Request For Information/questions Will Not Be Accepted After February 6, 2025, 10:00 Am Est. Questions Will Be Answered In An Amendment To The Solicitation. Submission Instructions: Technical Packages (proposals) Must Be Received Not Later Than Februaray 10th, 2025, 3:00 Pm Est. The Government Will Only Accept Electronic Submissions Via Email. Send All Quotations To Lorraine.hussain@va.gov. The Email Subject Line Must Identify Solicitation 36c24225q0301. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Offers That Do Not Adhere To These Instructions May Be Determined To Be Incomplete And, Therefore, Risk Being Rejected Without Further Consideration For Award. Offer Submissions Shall Include: A. Completed Acknowledgement Of Amendments Sections (if Applicable). B. A Technical Submission To Describe The Offeror S Capability And Experience In Delivering The Services In The Statement Of Work (sow) Via 52.212-2 Evaluation Of Commercial Items Section. C. Past Performance Information Via 52.212-2 Evaluation Section. D. Completed Section Price/cost Schedule. E. Offers That Fail To Furnish Required Representation Or Information Or Reject The Terms And Conditions Of The Solicitation Will Be Excluded From Consideration. (end Of Provision) 2. Far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) Addendum To 52.212-2 Evaluation Commercial Products And Commercial Services Basis For Award. The Government Will Award A Contract Resulting From This Solicitation To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous And Best Value To The Government, Given Price And Other Factors Considered. Comparative Analysis May Be Used. The Following Factors Shall Be Used To Evaluate Quotations: Technical Capability: Technical Capability Is Defined As An Offeror S Ability To Satisfy The Solicitation S Requirements, Providing The Highest Quality Service To The Specified Facilities. The Technical Capability Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Sow, Solicitation, And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. The Contractor Must Demonstrate In Their Technical Capability The Understanding Of This Requirement Needs By Providing A Capability Statement With Relevance Of The Scope Of Work Regarding The Chairs, Glides And Stands As Stated In The Sow. Specific Scope Of Work: The Quoter Will Be Evaluated On How Well Their Technical Capability Statement Demonstrates How The Vendor Will Meet The Needs Of This Requirement For As Specified In Scope Of Work. See The Sow. Technical Experience: The Quoter Will Be Evaluated On How Well Their Technical Experience Reflects That The Offeror Is A Firm Who Regularly Is Engaged In The Performance Of Work As Stated In Scope Of Work And Complexity. The Offeror's Experience Will Be Evaluated On Their Proficiency In Performance Of The Duties As Requested. Authorization: Provide Documentation The Vendor Performing The Services Have Been Trained, Authorized To Install Reliance Equipment Specified In Sow. Past Performance: The Offeror Will Provide At A Minimum Three Past Performance Of Similar Scope Or Complexity. Information To Include A Description Of Work Done. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. Price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum. 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: (end Of Addendum To Far 52.212-2) Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (nov 2023) Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) Addendum To Far 52.212-4- Show Far Clauses Followed By Vaar Clauses In Numeric Order. List All Clauses Incorporated By Reference In Numeric Order Under 52.252-2 (see Below), Starting First With Far And Followed By Vaar. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024) 52.225-1 Buy American Supplies And Provision 52.225-2 Buy American Certificate 52.252-2 Clauses Incorporated By Reference (feb 1998) Vaar 852.211-72 Technical Industry Standards (nov 2018) Vaar 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) Vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) Vaar 852.247-73 Packing For Domestic Shipment (oct 2018) Solicitation Provisions The Provision At 52.212-3 Offeror Representations And Certifications Commercial Products And Commercial Services (may 2024). {end Of Addendum} 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition. Addendum To Far 52.212-1, The Following Provisions Incorporated Into This Addendum By Reference In Accordance With Far 52.252-1. 52.212-2 Evaluation-commercial Products And Commercial Services (nov2021) 52.212-3 Offeror Representations And Certifications-commercial Products And Commercial Services (sept 2023) 52.216-1 Type Of Contract (april 1984) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) All Quotes Must Be Sent To The Nco 2 At Lorraine.hussain@va.gov. Award Will Be Based In Accordance With The Simplified Acquisition Procedures Of Far 13. The Quotes Will Be Evaluated By Lpta As Well As The Technical Criteria Included In The Sow. The Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. Submission Of Your Response Shall Be Received Not Later Than February 10, 2025 3:00pm Est At Lorraine.hussain@va.gov. Telephonic Communication Will Not Be Accepted, All And Any Matter Regarding This Combined Synopsis/solicitation Must Be Sent By Email To Lorraine.hussain@va.gov. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Point Of Contact Lorraine Hussain, Contracting Officer, 585-393-8526, And Lorraine.hussain@va.gov
Closing Date10 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 53 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 53 description page 4 Of 53 page 4 Of 53 this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, January 03, 2025. this Solicitation Is Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) the Associated North American Industrial Classification System (naics) Code For This Procurement Is 332812, With A Small Business Size Standard Of 600 Employees. The Fsc/psc Is J066. the Va Brockton Healthcare System Sterile Processing Services (sps) Is Seeking To Purchase The Supplies And Services Described Below Brand Name Or Equal. the Contract Period Of Performance Is 02/10/2025 02/09/2026. place Of Performance/place Of Delivery: 940 Belmont St brockton, Ma 02301-5596 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Items far 52.212-3, Offerors Representations And Certifications Commercial Items offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Items Nov 2023 (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.203 17, 52.204-10, 52.204 14, 52.204 27, 52.204 30, 52.209 6, 52.219 27, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222 36, 52.222 37, 52.222-50, 52.222 54, 52.226-8, 52.232-33, 52.222-51, gray Market Items (apr 2020) (a) No Gray Market Or Remanufactured Items Will Be Acceptable. Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Equipment Only For Va Medical Facilities. (b) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (end Of Clause) all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter. all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Which Provides The Most Benefit To The Government. the Following Are The Decision Factors: price technical Review the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/20/2025 At Frederic.revah1@va.gov late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact page 1 Of 52 page 1 Of page 7 Of 53 page 7 Of 53 page 1 Of page 1 Of a.3 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ nutrace Nux-20 Ng Laser Unit. Computer/laptop With Windows 10 And Supporting Accessories, Fumex Fume/odor Extractor Equipment. Fa1-mnutrace Select & Mark Templates. Different Laser Configurations For Different Instrument Materials Included Gs1 Codes. Safety Glasses To Operate The Laser In Class 4 Mode, Electropolishing Unit With Proprietary Solution Rater contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Nux20 Ng 0002 10.00 ea __________________ __________________ scanner R+ Healthcare Can Read A 2d Data Matrix In < 0.5 Seconds Per Instrument, Irrelevant Of Instrument Contrast, Instrument Material Or Position Of The Code. A Good Geometrical Data Matrix, R+ Will Read It. With A More Powerful Camera And Led Lighting Technology, The R+ Max Can Read 2d Matrix As Small As .010 X.010mm (4mils). Stainless Steel Body contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Nu Trace R+scan 0003 1.00 ea __________________ __________________ laser Etching - Up To 9500 Instruments At 800 Instruments Per Day Minimum - Udi Applicationsurgical Instruments Will Be Marked With A Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics Data contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Laser Etching 0004 1.00 ea __________________ __________________ lia (laser Institute Of America).two Certification, Up To 32 Hours Of Training On-line And On-site Including: Sample Tray Of Surgical Instruments Will Be Marked With Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics Data contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Laser Start Up 0005 1.00 ea __________________ __________________ service Contract For 1 Year - Includes Pm Repairs, Any Mechanical Repairs, 2 On Location Specialists For 3 Days Per Year And Any Shipping Costs/use Of A Loaner. contract Period: Base pop Begin: 02-10-2025 pop End: 02-09-2026 principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment local Stock Number: Pm grand Total __________________ a.4 Delivery Schedule item Number shipping Information quantity delivery Date 0001 ship To: department Of Veterans Affairs brockton Va Medical Center 940 Belmont Street brockton, Ma 02301 5596 usa 1.00 02/09/2026 mark For: michelle Stgermain 857-203-6078 michaelle.stgermain@va.gov fob: destination 0002 10.00 fob: destination 0003 1.00 fob: destination 0004 1.00 fob: destination 0005 1.00 fob: destination 36c24125q0191 page 1 Of page 1 Of page 26 Of 53 page 26 Of 53 page 1 Of page 1 Of section C - Contract Clauses c.2 Vaar 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Certified For Ownership And Control Pursuant To 38 U.s.c. 8127, 13 Cfr 128, And Is Listed As Certified In The Sba Certification Database At Https://veterans.certify.sba.gov/; And (v) The Business Agrees To Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size, Government Contracting, And The Veteran Small Business Certification Program At 13 Cfr Parts 121, 125, And 128. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)). (5) The Term Sdvosb Participant Or Certified Sdvosb Means A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102). (b) General. In Order For A Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128. (1) Offers Received From Entities That Are Not Certified Sdvosbs And Listed In The Sba Certification Database At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Certified Sdvosb Listed In The Sba Certification Database Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Certified Sdvosbs Listed In The Sba Certification Database Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible And Certified Sdvosb As Defined In This Clause, 13 Cfr 121, 125, And 128, And Vaar Subpart 819.70. (d) Agreement/los Certification. When Awarded A Contract Action, Including Orders Under Multipleaward Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size, And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting (los) Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. For The Purpose Of Limitations On Subcontracting, Only Certified Sdvosbs Listed In The Sba Certification Database (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Los Certification Requirements In This Solicitation (see 852.219 75 Or 852.219 76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/ Vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Cfr 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. (5) Subcontracting. An Sdvosb Subcontractor Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Certified And Listed In The Sba Certification Database To Count As Similarly Situated. Any Work That A First Tier Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: [] By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or [] By The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfr 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Veteran Small Business Certification Program And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company S Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406 2 Causes For Debarment). section D - Contract Documents, Exhibits, Or Attachments see Attached Document: P09 Laser Etching Sow Brockton 02. 36c24125q0191 page 1 Of page 1 Of page 53 Of 53 page 53 Of 53 page 1 Of page 1 Of section E - Solicitation Provisions addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; a Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9), And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes, Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation. (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites: â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/). â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â  (3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By- (i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm); (ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (k)â [reserved] (l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision) e.3 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Provision) far Number title date 52.204-7 system For Award Management nov 2024 52.211-6 brand Name Or Equal aug 1999 52.233-2 service Of Protest sep 2006 52.204-16 commercial And Government Entity Code Reporting aug 2020 852.239-75 information And Communication Technology Accessibility Notice feb 2023 (end Of Addendum To 52.212-1) e.4 52.212-2 Evaluation Commercial Products And Commercial Services (nov 2021) basis For Award. The Government Will Issue A Purchase Order To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Quotations: Price Technical Review technical And Past Performance, When Combined, Are Equal To Price. evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. the Evaluation Will Consider The Following: technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. veterans Involvement: In Accordance With Veterans Affairs Acquisition Regulation (vaar) 852.215-70 (deviation), Service-disabled Veteran-owned And Veteran-owned Small Business (vosb) Evaluation Factors, The Government Will Assign Evaluation Credit For A Quoter (i.e., Prime Contractor) Which Is A Service-disabled Veteran-owned Small Business (sdvosb) Or A Vosb. To Receive Credit, An Offeror Must Be Registered And Verified In Veteran Small Business Certification (vetcert) Database At Time Of Quotation Submission And At Time Of Award (https://veterans.certify.sba.gov/) And Must Meet Federal Small Business Size Standards For The North American Industry Classification System (naics) Code Assigned To This Solicitation. Non-sdvosb/vosb Quotations That Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. Quoters Must State In Their Quotations The Names Of The Sdvosbs And Vosbs With Whom They Intend To Subcontract And Provide A Brief Description Of The Proposed Subcontracts And The Approximate Dollar Values Of The Proposed Subcontracts. In Addition, The Proposed Subcontractors Must Be Registered And Verified In The Veteran Small Business Certification (vetcert) Https://veterans.certify.sba.gov/) And Must Meet Federal Small Business Size Standards For The Naics Code Assigned To This Solicitation At Time Of Both Quotation Submission And At Time Of Award. price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices.
Closing Date20 Jan 2025
Tender AmountRefer Documents 
1251-1260 of 1262 archived Tenders