Stationery Tenders

Stationery Tenders

Department Of Printing Stationery And Publications Tender

Goods
Software and IT Solutions
GEM
India
Purchaser Name: Department Of Printing Stationery And Publications | CATEGORY: TE-03-VARIOUS TYPES OF LICENCED SOFTWARES
Closing Date28 Feb 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Chemical Products
United States
Details: Underwater Body, Diver’s Inspect, Clean And Renew U/w Zinc Anodes **see Attached Statement Of Work For Complete Description** this Contract Is To Perform Up To Five Hull Cleanings, Inspections, And Zinc Anode Renewals In Accordance With This Work. The Period Of Performance For This Contract Will Be From 01 October 2024 Through 30 September 2025. This Work Item Describes The Requirements For The Contractor To Conduct A Hull Inspection, Cleaning Of The Vessel’s U/w Body And Renewal Of U/w Zinc Anodes. work To Be Performed On The Following Cutters. 1) 1113- Cgc Richard Dixon 2) 1114- Cgc Heriberto Hernandez 3) 1115- Cgc Joseph Napier 4) 1118- Cgc Joseph Tezanos 5) 1133- Cgc Joseph Doyle. place Of Performance- Work To Be Performed At Cutter’s Home Port: 5 Calle La Puntilla San Juan Pr 00901. local Poc. The Local Poc Is Ltjg Rasa Kirvelevicius (757-414-3093). Email: Rasa. Kirvelevicius@uscg.mil. period Of Performance. Services Must Fall Within Date Of Award 01oct2024 – 30sep2025. 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 Monday January 07, 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 Date6 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Details: Background And Current Observed Issues equipment Within Cgc Pikes’s Life Rafts Requires Renewal Or Repair As Part Of Annual certification. 2. References cg Mpc Kb0004.0 3. Requirements entity Completing The Work Must Have Trained Personnel Complete Certifications. shipment For Each Raft Must Be Arranged From/to Cgc Pike's Home-port Address: a. 107 Dock St petersburg, Ak 99833 4. Period Of Performance: (30dec24 - 07feb25) the Newly Certified Rafts Must Be Received By Cgc Pike No Later Than 15feb2025. 5. Place Of Performance the Primary Place Of Performance Will Be At Marine Safety Services Facility. 4255 23rd Ave W seattle, Wa 98199 ph: (206) 782-3302 cutter Point Of Contact: bm2 Walmsley office: (907) 209-3413 email: Thomas.e.walmsley@uscg.mil contracting Officer's Technical Representative (cor): Jason Devin cell: (651) 600-0525 office: (757) 628-4623 email: Jason.m.devin2@uscg.mil 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 Monday January 27, 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 Date20 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Chemical Products
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 As Supplemented With Additional Information In This Notice. This Solicitation Is Issued As A Request For Quote Number 52000qr250002422. This Number Is For Tracking Purposes Only. This Procurement Will Be Processed In Accordance With Far Part 12. The North American Industry Classification System (naics) Is 336611. the United Stated Coast Guard Surface Force Logistics Center Request The Contractors To Provide Pricing For The Following Requirement: the Contractor Shall Provide Sewage Repair Services. a. Requirement: 1. The Contractor Shall Provide Sewage Repair Services Iaw Attached Specification/sow. 1 Jb 2. Location Of Delivery (fbo Destination) uscgc Diligence (wmec-616) 211 South Ave pensacola, Fl 32508-1002 3. Required Period Of Performance: 17 Feb – 09 Mar 2025 interested Vendors Shall Provide Product/service Details, Product Data Sheet, And Cost Breakdown Iaw Sow For Technical Review. 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 10 Feb 2025 At 1 P.m. Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent To Ms Jackie Handley At Email Address – Jacqueline.d.handley@uscg.mil. any Questions Or Concerns Regarding Any Aspect Of The Rfq Must Be Forwarded To The Ms Jackie Handley At Email Address - Jacqueline.d.handley@uscg.mil And Contracting Officer, Skc Damon Jones Via Email Damon.d.jones@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 (uei) 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 Date12 Feb 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools
United States
Details: Location Of Work To Be Performed: cgc Raymond Evans 100 Trumbo Pt Rd key West Fl 33040-0000 usa period Of Performance: pop Date: 30 Jan 2025 - 07 Feb 2025 points Of Contact: mkc Michael Parks engineer Petty Officer cgc Raymond Evans (wpb-1110) cell: (8130 995-4616 michael.l.parks@uscg.mil product Line Support: cwo Jeff Woody (757)620-9013 jeff.j.woody@uscg.mil vessel Details: cgc Raymond Evans Is Homeport At Key West Fl During Period Of Performance. Raymond Evans Is Replacing The Starboard Ssdg And Requires Crane Services To Remove Interferences And The Ssdg. description Of Problem: the Stbd Ssdg Needs Replaced Weight Of The Ssdg Is 3080 Lb. work To Be Performed: crane And Riggers Will Remove Awning, Bolt On Patch (appx 1000 Lb) And Generator Engine And Place In Staged Locations. Unit Will Prepare The Ssdg, Blot On Patch And Awning For Removal. Once New Ssdg Is Ready For Install Crane And Riggers Will Place Ssdg Engine Bolt On Patch Then Awning. technical References: 154-wpc_85_201 Propulsion System, Ssdg, Edg Installation Drawings 154b-wpc_204_301 Equipment Removal Plans 154b-wpc_131_301 Scantlings - Scantlings - Main Deck tp 8206 Awning Removal And Maintenance Guide 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 Thursday January 30, 2025 At 09:00 A.m. Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent To Josh Miller At Email Address – Joshua.n.miller@uscg.mil And Carbon Copy Damon Jones At Email Address Damon.d.jones@uscg.mil . any Questions Or Concerns Regarding Any Aspect Of The Rfq Must Be Forwarded To The Contracting Officer, Sk2 Joshua Miller At Email Address Joshua.n.miller@uscg.mil And Carbon Copy Skc Damon Jones At Email Address Damon.d.jones@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 Date30 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Combined Synopsis/solicitation Notice page 4 Of 4 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 4 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. solicitation Number 36c25725q0196 Is Issued As A Request For Quote (rfq). the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-04. this Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosb), With The Associated Naics Code Of 541690, Which Has A Small Business Size Standard Of $40 Million. the Contractor Shall Provide The Services For Medical Physicistat The North Texas Veterans Health Care System (ntvhcs). see Attached Schedule For The Contract Line-item Number(s), Quantities, And Statement Of Work. the Anticipated Start Of The Period Of Performance Date For The Services Is Approximately January 20, 2025. the Provision At Far 52.212-1, Instructions To Offerors-commercial Items, Applies To This Acquisition. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services the Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: (a) This Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosb). The Vendor Must Be Registered Under Naics 541690 To Be Eligible For Award. late Quotes Or Documentation May Be Accepted If Advantageous To The Government. (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) Solicitation Number. 2) The Time Specified In The Solicitation For Receipt Of Offers. 3) The Name, Address, And Telephone Number Of The Offeror. 4) Acknowledgment Of Solicitation Amendments. 5) A Technical Description Of The Services Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Service Literature, Or Other Documents, If Necessary; 6) Terms Of Any Express Warranty; 7) Price And Any Discounts; 8) Remit To Address, If Different Than Mailing Address; 9) 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); 10) 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) 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. (e) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers. 11) Attachment C Cover Letter (attached) Filled Out By The Offeror. attachment D Vendor S Questionnaire For Technical Evaluation (attached) Filled Out By The Offeror. quoter Shall Provide At Least Two (2) References For Similar Contracts In The Public Or Private Sector. all Vendors Interested In Responding To This Solicitation Must, At Minimum, Provide The Following Documentation: 1. Completion Of B.2 Price/cost Schedule. 2. Completion Of E.5 52.212-3 Offeror Representations And Certifications Commercial Products And Commercial Services (not Required If Completed On-line In Sam.) 3. Far Provision 52.204-24 Is A Contractor Fill-in Requirement And Must Be Completed In Sam On-line Before Providing An Offer. 4. Proof Of Experience Working With/as Medical Physicist Which Must Include Authorized Certifications And Understanding Of Performance Sent To North Texas Veterans Health Care System (ntvhc) the Following Submissions Are Required To Be Able To Evaluate Each Offer/quote Iaw 52.212-2 Evaluation - Commercial Products And Commercial Services: 1) Technical Capabilities: a) Contractor Shall Submit Evidence Of The Reliability, Ability, Experience, Equipment, Facilities, And Personnel Directly Employed Or Supervised By Them To Render Prompt And Satisfactory Delivery Of Mirion 55tw Dose Calibration System: Iaw Sow. 3) Delivery Commitment: a) Contractor/licensee Shall Submit Proof Of Having An Available And Adequate Supply Of Products To Meet The Requirements Of The Computer Peripherals For Va North Texas And Proof Of Contingency Supply Chain To Prevent Disruptions. b) Contractor Shall Submit Evidence And Understanding Of Delivery Location. 4) Pricing: a) Contractor Shall Submit Pricing For 1 Each And Any Other Pricing Factors Depending On The Quantity In The Price Schedule, Which Incorporates All The Requirements Within The Statement Of Work. Offeror Must Complete And Return The Price Schedule (b.2 Price). b) The Offeror Shall Add A Statement Stating, The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers . *failure To Submit A Complete Offer May Result In An Unacceptable Determination. (end Of Addendum To 52.212-1) please Be Advised: (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers (please Also See Attch. 2 Vendor S Questionnaire For Technical Evaluation For Further Details): 1) Technical Acceptability Iaw Sow 2) Certifications 3) Ability To Start On Expected Period Of Performance 4) Price factor 1: Technical Acceptibility quotes Will Only Be Considered From Those Who Are Regularly Involved In The Business Called For As Listed In Statement Of Work (sow). 1) : The Contractor Shall Provide All Personnel, Transportation, Imaging Phantoms, Equipment And Software To Supply Nuclear Medicine Specialty Medical Physicist Services In Support Of The Veterans Affairs North Texas Health Care System (vanthcs) Nuclear Medicine Service. factor 2: Certifications (please Also See Attch. 2 Vendor S Questionnaire For Technical Evaluation) prior To Commencing Work All Contractor Employees Shall Meet Certain Criteria To Perform Work Under This Contract As A Medical Physicist. factor 3) Period Of Performance the Period Of Performance Will Be From January 20th, 2025 Through January 19th, 2026 With The Possibility Of Additional Option Years To Extend The Contract. This Position Will Include A Low-level Background Investigation. factor 5: Price 1) Pricing: Contractor Shall Submit Unit Prices Rounded To The Nearest Hundredth. Prices Should Be Documented On The Price/cost Schedule With The Correct Unit Price And Total Amounts. 2) 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. prices Will Be Evaluated For Completeness And Reasonableness. Unrealistically High Or Low Proposed Costs Or Prices, Initially Or Subsequently, May Be Grounds For Eliminating An Offeror From Competition Either On The Basis That The Offeror Does Not Understand The Requirement Or Has Submitted An Unrealistic Offer. Additionally, Unbalanced Pricing Poses An Unacceptable Risk To The Government And May Be Reason To Reject An Offer. The Burden Of Proof For Credibility Of Proposed Costs/prices Rests With The Offeror. The Government Reserves The Right To Amend The Solicitation And Remove Any Set-aside Should Pricing Of All Quotes Be Found Unreasonable. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. offeror Must Complete Far 52.204-24 Must Be Completed In Sam On-line. offeror Must Complete Far 52.212-3 Offeror Representations And Certifications offers Are Due By January 15, 2025 By 13:00 Cst. Offers Must Submitted By Email (see Size Limit Note Below) To Oneka Robertson At Oneka.robertson@va.gov . due To Email Constraints By The Va, It Is Requested That Emails Being Sent To The Poc Be No Larger Than 7mb. Multiple Emails Can Be Sent To The Poc For An Offer. If An Offer Is Sent In Multiple Parts, It Is Recommended That A Confirmation Request Be Included In The Final Email, For The Poc To Acknowledge That All (parts) Of The Offer Have Been Received. see Attached Documents: see Attached Document: 36c25725q0196 see Attached Document: Cover Letter see Attached Document: Vendor S Questionnaire see Attached Document: Wage Determination
Closing Date15 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Machinery and Tools
United States
Details: 19feb25_the Naics Code Has Been Changed To333111, Farm Machinery And Equipment Manufacturing With A Small Business Size Standard Of 1,250 Employees. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Will Not Be Issued. the Solicitation Is Being Issued As A Request For Quote (rfq) With The Intent To Award As A Simplified Acquisition. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-04. This Requirement Is Set Aside 100% Small Business Under Naics Code 423820, Farm And Garden Machinery And Equipment Merchant Wholesalers, With A Size Standard Of 500 Employees. This Procurement Is Being Conducted In Accordance With Regulation At Far 12, Acquisition Of Commercial Items And Far Part 13, Simplified Acquisition Procedures. please See Attached Description Of Requirement (dor). instructions To Offerors (reference Far 52.212-1) (a) The Offeror Is Responsible For Reading All Information Contained In This Solicitation And All Attachments, If Any, Posted With It. Offerors Should Check The Www.sam.gov Website Often For Any Information Regarding This Solicitation And/or Amendments To This Solicitation. For Information Concerning This Solicitation, Please Email Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil. (b) Pursuant To Far 52.204-7(b), System For Award Management, Offerors Must Be Registered In The System For Award Management (sam) At The Time An Offer Or Quotation Is Submitted And Shall Continue To Be Registered Until Time Of Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation. If An Offeror Is Not Registered In Sam At The Time Of The Offer, Its Offer Will Not Be Considered For Award. You May Register Electronically At Http://www.sam.gov. (c)submission Of Offers. Signed And Dated Offers Are Due 21 February 2025, Not Later Than 12:00 Pm Cst And Must Be Submitted Via Email To: Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil Offers May Be Submitted In Writing On Letterhead Stationery, Or As Otherwise Specified In The Solicitation. At A Minimum, Offers Must Include: the Solicitation Number W912hz25q4483; (2) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This Includes Providing The Terms Of Any Standard Warranty And Technical Support. This May Include Product Literature, Or Other Documents, If Necessary; (3) Unit Pricing And Extended Pricing For Each Item: State Discount Terms, If Any; (4)cage Code And/or Duns Number. (d)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 Designated Government Emails By The Date And Time Designated In The Solicitation; (2)any Offer, Modification, Revision, Or Withdrawal Of An Offer Received After The Exact Date And Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, And The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; 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; And (3)offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. (e)contract Award. 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. (f)offers Shall Be Made In Accordance With The Description Of Requirements (dor) Document Provided In The Solicitation. (g) Oral Communications Are Not Acceptable In Response To This Notice. (h) Technical Inquiries And Questions: All Technical Inquiries And Questions Relating To This Solicitation Are To Be Submitted Via Email To Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil. Offerors Shall Submit Questions At Least 2 Days Prior To The Closing/response Date Of The Solicitation In Order To Ensure Adequate Time Is Allotted To Form An Appropriate Response And To Amend The Solicitation, If Necessary. Offerors Must Review The Specifications In Their Entirety And Review The Www.sam.gov Website For Answers To Questions Prior To Submission Of An Inquiry far 52.212-2 - Evaluation -- Commercial Items: (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government. the Following Factors Shall Be Used To Evaluate Offers: 1) Lowest Price 2) Technically Capability the Government Will Issue An Award To The Offeror Whose Quote Is The Lowest Price That Is Determined To Meet At Least The Minimum Requirements To Be Determined Technically Capable. (1) Technically Capable Is Defined As The Documented Capability To Meet The Minimum Requirements Of The Project As Specified In This Solicitation And The Attached Specifications, Including Evidence Of The Offeror's Capability To Provide The Items Specified And The Ability To Meet Or Exceed The Specified Delivery Schedule. It Is Imperative That The Offeror Submit Sufficient Documentation And Information For The Government To Determine Technical Capability And Quoted Price. Failure To Submit Sufficient Information For The Government To Determine Technical Capability And Quoted Price May Be Cause For Rejection Of Your Quote. (b) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) the Following Far Clauses And Provisions May Apply To This Acquisition: 52.203-3 Gratuities 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper 52.204-7 System For Award Management 52.204-13 System For Award Management Maintenance 52.212-3 Offerors Representations And Certifications- Commercial Items 52.212-4 Contract Terms And Conditions - Commercial Items; 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders – Commercial Items 52.252-2 Clauses Incorporated By Reference additionally, The Following Clauses/provisions Located Within Far 52.212- 5 May Apply To This Acquisition: 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-6 Protecting The Government's Interests When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations 52.219-6 Notice Of Total Small Business Set-aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation With Authorities And Remedies 52.222-21 Prohibition Of Segregated Facilities 52-222-26 Equal Opportunity 52.222-35 Equal Opportunity For Veterans 52.222-36 Equal Opportunity For Workers With Disabilities 52.222-50 Combating Trafficking In Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.232-34 Payment By Electronic Funds Transfer – Other Than System For Award Management 52.233- 3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim the Full Text Of These Far Clauses Can Be Accessed Electronically At Website: https://www.acquisition.gov/browse/index/far the Following Dfars Clauses And Provisions May Be Applicable To This Acquisition: 252.203-7000 Requirement Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.211-7003 Item Unique Identification And Valuation 252.204-7003 Control Of Government Personnel Work Product 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing Of Contract Modifications the Full Text Of These Dfars Clauses Can Be Accessed Electronically At Website:https://www.acquisition.gov/dfars
Closing Date21 Feb 2025
Tender AmountRefer Documents 

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 

U S COAST GUARD USA Tender

Scraps
United States
Details: U/w Body (waterborne), Clean And Inspect, Renew Zinc Anodes 1. 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. 1.2 Cutter, Address, Availability, And Poc. Uscgc William Sparling, 427 Commercial Street Boston, Ma. 02109. Cutter Availability: 10 - 13 March, 2025. Cutter Poc Will Coordinate Service Ooa 03 Mar 2025. Emcs Conrad Aguirre, Cell #: (310) 357-7465, Conrad.m.aguirre@uscg.mil 1.3 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 154b Wpc 111-301, Rev A, Shell Expansion Coast Guard Drawing 154b Wpc 161-301, Rev -, Skegs And Stern Tubes Support Structures Coast Guard Drawing 154b Wpc 562-201, Rev -, Rudder Details Coast Guard Drawing 154 Wpc 565-201, Rev -, Fin Stabilizer System A & D Coast Guard Drawing 154b 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), 10/31/24, Insp/cln U/w Equipment (hull Plate) Surface Forces Logistics Center Maintenance Procedure Card B10018.d (mpc B10018.d), 5/31/23, 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. Remove And Replace Sea Chest Grating If Necessary To Access/clean Sea Chest Suction. 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. 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 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 Wednesday Febuary 13, 2025 At 12:00 A.m. Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent To Tim 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, Sk1 Tim Ford At Email Address Timothy.s.ford@uscg.mil And Carbon Copy Cwo Stacy Spalding At Email Address Stacy.j.spalding@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 Date13 Feb 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 
1851-1860 of 1875 archived Tenders