Survey Tenders

Survey Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Description This Is A Combined Synopsis/solicitation For Commercial Services/items Prepared In Accordance With The Format In Far Subpart 12.6, In Conjunction With The Policies And Procedures For Solicitation, Evaluation, And Award As Prescribed Under Far 13.1, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 36c24724q0765 Is Issued As A Request For Quotation (rfq) Combined Synopsis / Solicitation. The Acquisition Procedures At Far Part 13 Are Being Utilized. The Provisions And Clauses Incorporated Into This Solicitation Document Are Those In Effect Through Federal Acquisition Circular 2024-05, May 22, 2024. Provisions And Clauses Incorporated By Reference Have The Same Force And Effect As If They Were Given In Full Text. The Full Text Of The Federal Acquisition Regulations (far) And Veterans Affairs Acquisition Regulations Supplement (vaar) Can Be Accessed On The Internet At Http://www.acquisition.gov/far/ (far) And Http://www.va.gov/oal/library/vaar/ (vaar). This Combined/synopsis Solicitation Is Set Aside For Service-disabled Veteran-owned Small Business (sdvosb) In Accordance With Vaar 852.219-73. The Acquisition Will Be Made Pursuant To The Authority In Far 13 To Use Simplified Procedures For Commercial Items. The North American Industry Classification System (naics) Code Is 561730, Landscaping Services. The Small Business Size Standard Is $9.5 Million. For More Information On Size Standards, Please Visit Http://www.sba.gov/size. Only Department Of Veterans Affairs Center For Veterans Enterprise (cve) Vendor Information Pages (vip) Vetbiz Verified Sdvosb Firms Are Eligible To Submit An Offer Or Receive An Award Of A Va Contract That Is Set-aside For Sdvosb In Accordance With Vaar Part 819. A Non-verified Vendor That Submits A Bid Or Proposal Will Be Considered Non-responsive And Ineligible For Award As Listing In Vip Is Not Self-correctable As A Minor Informality As, For Example, A Listing In Sam. The Vip Database Will Be Checked Both Upon Receipt Of An Offer And Prior To Award. Subcontracting Commitments - This Solicitation Includes Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors, And Vaar 852.215-71, Evaluation Factor Commitments. Accordingly, Any Contract Resulting From This Solicitation Will Include These Clauses. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) To Assist In Assessing Contractor Compliance With The Subcontracting Commitments Incorporated Into The Contract. To That End, The Support Contractor(s) May Require Access To The Contractor's Business Records Or Other Proprietary Data To Review Such Business Records Regarding Contract Compliance With This Requirement. All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor Compliance With The Subcontracting Commitments. Limitations On Subcontracting - This Solicitation Includes Far 52.219-6 Notice Of Total Small Business Set-aside. Accordingly, Any Contract Resulting From This Solicitation Will Include This Clause. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. The Atlanta Veteran Affairs Fort Mcpherson Campus, 1701 Hardee Ave Sw., Atlanta, Georgia 30310 Is Seeking To Procure Landscaping/grounds Maintenance Services. This Requirement Is For A Base Year And Four (4) One-year Option Periods. Offerors Are Therefore Asked To Complete The Attached Price/cost Schedule-item Information For Each Period Of Performance In Their Response, And To Include A Grand Total For Base Year And 4 One-year Option Periods. The Estimated Period Of Performance Is As Follows: Base Year: 6/26/2024 6/25/2025 Option Year 1: 6/26/2025 6/25/2026 Option Year 2: 6/26/2026 6/25/2027 Option Year 3: 6/26/2027 6/25/2028 Option Year 4: 6/26/2028 6/25/2029 The Following Solicitation Provisions Apply To This Acquisition: 52.212-1 Instructions To Offerors Commercial Items (sep 2023), Applies To This Solicitation In Addition To The Following Addendums To The Provision. Addendum To Far 52.212-1 Show Far Provisions Followed By Vaar Provisions In Numeric Order. List Of All Provisions Incorporated By Reference In Numeric Order Under 52.252-1 (see Below), Starting First With Far And Followed By Vaar: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998); 52.204-16 Commercial And Government Entity Code Reporting (aug 2020); 52.204-17 Ownership Or Control Of Offeror (aug 2020); 852.215-70-service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (oct 2019). Tailored 52.212-2 Evaluation To Offerors Basis Of Award 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: Quality Control Plan: Offeror Shall Provide A Proposed Quality Control Plan (qcp) That Describes Their Company Ability To Provide Continuous Quality Support During Transition Period And Throughout The Life Of The Contract. The Qcp Shall Address Staff Training Plans, Ability To Meet The Workload, Methodologies For Identifying And Correcting Changes To Staff Level And Training, Ability To Provide Adequate Supervision, And Ability To Have Appropriate And Qualified Staff. 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. Price: The Government Will Determine The Lowest Price By Comparing The Total Amount Offered By Each Offeror. (end Of Evaluation Criteria) 52.212-3 Offerors Representations And Certifications Commercial Products And Commercial Services Offerors Must Complete Annual Representations And Certifications On-line At Http://orca.bpn.gov 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. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Items (nov 2023). The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 52.204-9, 52.204-18, 52.217-8, 52.217-9, Vaar 852.203-70, Vaar 852.219-73, Vaar 852.232-72 And Vaar 852.237-70. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (dec 2023). The Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.203-6, 52.204 10, 52.209-6, 52.219-6, 52.219-8, 52.219-9, 52.219-27, 52.219-28, 52.219-3, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.222-41, 52.222-42, 52.222-43, 52.222-55, 52.222-62,52.223-18, 52.225-1, 52.225-13, 52.232-33, And 52.232-34. The Defense Priorities And Allocations System (dpas) Is Not Applicable To This Acquisition. The Department Of Labor Wage Determination Applicable To This Requirement Is: Wd 2015-4471 (rev -28) Dated 4/16/2024. Descriptions For The Occupations For This Requirement And Determining The Appropriate Wage Determinations Are The Responsibility Of The Contractor, And The Offeror Is Encouraged To Coordinate With The Department Of Labor In Order To Determine The Appropriate Job Classifications For This Requirement. The Agency Assumes No Responsibility Or Liability For A Contractor S Determination Of The Appropriate Classification. Site Visit: A Site Visit Has Been Scheduled For Tuesday June 18, 2024 @ 9:00 Am At The Atlanta Va Health Care System, Fort Mcpherson, 1701 Hardee Avenue, Sw. Atlanta, Ga 30310. Questions: All Questions Regarding This Solicitation Need To Be Electronically Submitted (email) No Later Than June 17, At 11:00 Am Est To Michael Barton, Contracting Specialist At Michael.barton@va.gov. No Questions Received After This Date Will Be Answered. Telephone Or Faxed Questions Will Not Be Answered. Only Electronic Mail (email) Questions Will Be Answered. The Solicitation Number Must Be Identified On All Submitted Questions. Statements Expressing Opinions, Sentiments, Or Conjectures Are Not Considered Valid Inquiries And Will Not Receive A Response. Submission Of Offers: Submitted Offers Shall Not Exceed 25 Single-sided Pages And Any Pages Beyond This Amount Will Be Removed And Not Evaluated. Files Should Be Sent In Pdf Format And No Larger Than 10mb Or They May Be Automatically Rejected By The Server. The Government Is Not Responsible For Rejected E-mails That Exceed The E-mail Capacity. All Quotes/offers Submitted Must Include The Solicitation Number And Title In The Subject Line Of The Email. Only Electronic Mail (email) Offers Will Be Accepted. Hand Deliveries Or Facsimile Will Not Be Accepted. Telephone Responses Shall Not Be Accepted. Offers Must Be Submitted Via Email To The Contracting Specialist, Michael Barton At Michael.barton@va.gov No Later Than 11:00am (est) On June 21, 2024. Offers Received After This Date And Time Will Be Considered Late Offers. Contact Information Contracting Office Address: Atlanta Va Medical Center 2008 Weems Rd Tucker, Ga 30084 Primary Point Of Contact: Michael Barton Contracting Specialist, Nco 7 Michael.barton@va.gov
Closing Date22 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n792.08|t2n|215-697-1143|alexis.healy@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo) Type||cognizant Dfas|n00383|cognizant Dmca|cognizant Dcma|see Schedule|source||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Solicitation Has Been Hereby Extended For 14 Days. \ this Solicitation Will Be Using Competitive Procedures. this Solicitation Is For Made New Manufacture Spare Parts. this Requirement Will Be Awarded To The Offeror Based On The Following Evaluation Criteria Submitted Via Quote. offers Submitted Will Be Evaluated Based On The Following Criteria: Lead Time, Price, Past Performance And Capacity. the Closing Date For This Solicitation Is Listed On Page 1. the Quotes May Be E-mailed To The Below Address And Must Be Received On Or Before 2:00 Pm Est Of The Closing Date. the Offeror Shall Submit One Unit Price Per Clin And The Unit Price Should Be Firm Fixed Price. Tiered Pricing Will Not Be Accepted Or Evaluated. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be ?issued? By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, or Sent By Other Electronic Commerce Methods, Such As E-mail. The Government?s Acceptance Of The Contractor?s Proposal Constitutes Bilateral Agreement To Issue Contractual Documents As Detailed Herein. \ 1. Scope 1.1 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.3 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii. 1.4 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics, attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected one Hundred Percent. 1.5 Contractor Shall Develop A System For Identification Of Individual piece Parts For Traceability Purposes. Markings Shall Not Be Permanent. 1.6 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And geometric Feature Controls With A Tolerance Range Of .010 Or Less. 1.7 For Minor Characteristics, A Sampling Rate Determined By The Contractor and Subject To Qar Approval Will Be Used. 1.8 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.9 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawcad Lakehurst; Drawing Number ( ;611843-1; ) ;80020; , Revision ;l; And All Details And Specifications Referenced Therein. 1.10 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced specification. 1.11 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=a87885 |80020|26| |a| | | | drawing Data=mpr 1059 |80020| L| |d| | | | drawing Data=mpr 1221 |80020| R| |d| | | | drawing Data=322220 |80020| E| |d| | | | drawing Data=322226 |80020| E| |d| | | | drawing Data=413274 |80020| F| |d| | | | drawing Data=413275 |80020| H| |d| | | | drawing Data=414173 |80020| K| |d| | | | drawing Data=414511 |80020| E| |d| | | | drawing Data=508458 |80020| N| |d| | | | drawing Data=509045 |80020| H| |d| | | | drawing Data=611843-1 |80020| L| |d| | | | 3. Requirements - Not Applicable 4. Quality Assurance first Article Testing: the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The provisions Of The Applicable Contract Data Requirements List (cdrl). a. Requirements: i. First Article Quantity Is One (1); In Uncoated Condition. ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To Arrange For Nawc Participation In accordance With The "nawcadlke Inspection Witness Option"; iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance; iv. The Contractor Shall Have Available For Review All Certifications, Test Reports, In-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report; v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys; any Problems Identified During The Conduct Of The Test Will Also Require Correction. b. Testing And Evaluation: i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical, Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions, measurements, And Test Outcomes And Shall Be Recorded And Included In The First Article Test Report. c. Acceptance/reject Criteria: i. Satisfactorily Meeting All Requirements Cited In Paragraph 7a And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In Paragraph 7.b Shall Constitute Acceptance Of The First Article; ii. Failure To Meet Any Of The Conditions In Paragraph 7.a And 7.b Shall Be Cause For Rejection. d. Delivery: i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming; ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's. 2. Production Lot Special Tests: N/a 3. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrantinspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing. 4. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Belowas Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certifilaboratories). Ndt certificatesshall Be Bear The Symbols Of Accreditation Andthe Accreditation Body. a. American Association For Laboratory Accreditation (a2la) b. Ansi National Accreditation Board (anab) c. International Accreditation Service, Inc. (ias) d. National Voluntary Laboratory Accreditation Program (nvlap) e. Perry Johnson Laboratory Accreditation, Inc. (pjla) f. Canadian Association For Laboratory Accreditation Inc. (cala) g. Standards Council Of Canada (scc) 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 Critical Manufacturing Processes ( ;applies; ) Heat Treat ( ;applies; ) Welding ( ;applies; ) Cadmium Plating ( ;n/a; ) Engineering Chrome Plating ( ;applies; ) Nickel Chrome Plating ( ;n/a; ) Casting(s) ( ;n/a; ) Forging(s) ( ;applies; ) Mpr (material Processing Requirements) 4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.3.1 Dimensional Test (special) ;close Machined Tolerances; 4.3.2 Requirements Of: ;lke Drawing Package; 4.3.3 Form ;applies; 4.3.4 Fit ;n/a; 4.3.5 Function ;n/a; 4.3.6 Compliance With Drawing ( ;80020; ) ;611843-1; , Revision ;l; And Specifications Referenced Therein. 4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements 4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.6.1 The Qar Shall Be Present To Witness All First Article Testing. 4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawc Qa (732) 323-4986; 4.7 Disposition Of Fat Samples 4.7.1 ; ; Sample(s) May Be Destroyed During Testing. 4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. 4.8 Test Sample Coating Instructions 4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.9 Notice To Government Of Testing At The Contractors Facility. 4.9.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;611843-1; ; , Revision ;l; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The Contractor shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract. (f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates and/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _____________ Quantity:_______ After Date Of Contract:_________ 4.11 Special Inspection Requirements ( ;applies; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ;applies; ) Penetrant Inspection ( ; ; ) Radiographic Inspection ( ; ; ) Ultrsonic Inspection ( ; ; ) High Shock Test ( ; ; ) Mechanical Vibration Test 4.12 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawc Qa (732) 323-4986; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Is A Alre Item Critical Application Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. Navsup Reference Only: (23-10085): Procurement The Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command Only Those Companies Who have Submitted Request For Source Approval And Been Approved Will Be Eligible For Award Under This Solicitation Any Company Submit A Source Approval Request As Outlined In This Solicitation. All Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The manufacturer For A Period Of Seven Years. \ date Of First Submission=asreq inspection/certification Data Needed To Substantiate The Quality Ofthe First Article Test Unit Shall Be Included In First Article Unit Packaging.the Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data Included". data Requirements: a. Copies Of All Approved Requests For Variations. b. Assembly Per Drawing 611843. c. Material And Mill Certifications Per Drawings A87885, 413275, 508458, 322220, 322226, 413274, 414173, 414511, 509045. d. Heat Treatment Per Drawings A87885, 413274. e. Hardness Per Drawings A87885. f. Dimensional Inspection Per Drawings A87885, 413275, 322220, 322226,413274, 414173, 414511, 509045. g. Magnetic Particle Inspection Per Drawings A87885, 413275, 508458,414511, 509045. h. Penetrant Inspection Per Drawings 413274, 414173. i. Identification And Marking Per Drawings A87885, 413275, 508458, 322220, 413274, 414173, 414511, 509045. j. 100% Inspect, And Record The Readings For The Pitch And Functional Diameters;and Document That The Inspection Results Are Acceptable And Are Iaw System22 Of Fed-std-h28/20 Per Drawings A87885, 413275, 508458, 322226,414173, 414511, 509045. k. Welding And Inspection Iaw Navsea S9074-ar-gib-010/278, Class M2,category B Per Drawing 508458. date Of First Submission=asreq data Requirements: a. Copies Of All Approved Requests For Variations. b. Assembly Per Drawing 611843. c. Finish Per Drawing 611843, 508458. d. Cadmium Plating Per Drawing 413275, 322220, 322226. e. Nickel Chromium Plating Per Drawing 413275. f. Material And Mill Certifications Per Drawings A87885, 413275, 508458, 322220, 322226, 413274, 414173, 414511, 509045. g. Heat Treatment Per Drawings A87885, 413274. h. Hardness Per Drawings A87885. i. Dimensional Inspection Per Drawings A87885, 413275, 322220, 322226,413274, 414173, 414511, 509045. j. Magnetic Particle Inspection Per Drawings A87885, 413275, 508458,414511, 509045. k. Penetrant Inspection Per Drawings 413274, 414173. l. Identification And Marking Per Drawings A87885, 413275, 508458, 322220, 413274, 414173, 414511, 509045. m. 100% Inspect, And Record The Readings For The Pitch And Functional Diameters;and Document That The Inspection Results Are Acceptable And Are Iaw System 22 Of Fed-std-h28/20 Per Drawings A87885, 413275, 508458, 322226,414173,414511, 509045. n. Welding And Inspection Iaw Navsea S9074-ar-gib-010/278, Class M2,category B Per Drawing 508458. date Of First Submission=090 Dac contract Referecnce Navsea S9074-ar-gib-010/278 remarks: (block 5) Data Requirements: a. Weld Procedure Iaw Navsea S9074-ar-gib-010/278^ Para 4.2 Per Drawing508548. (block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Begiven By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl14000 Bldg 596 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac contract Reference Navsea S9074-aq-gib-010/248 remarks: (block 5) Data Requirements A. The Weld Procedure Qualification Test Report, Including All Supporting Test Reports And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 4.2.3 And 4.6 Drawing 508548. (block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl14000 Bldg 596 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=asreq remarks: (block 5) Contract Reference a. Evidence Of Welder Performance Qualification, Including Supporting Test Results And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 5.2 Per Draweing 508548. (block 12) Date Of First Submission - 30 Days Prior To Production. (block 13) Provide Qualification Evidence For All Welders. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac remarks: (block 5) Contract Reference a. Evidence Of Level Iii Certification Iaw T9074-as-gib-010/271^ Para 1.6 For The Individual Who Approved The Welders Qualification Training Program Iaw Navsea S9074-aq-gib-010/248 Para 5.2.3.1, Per Drawing 508548. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac remarks: (block 5) Contract Reference a. Visual Inspection Written Procedure To Be Used To Visually Inspect All Welds Iaw T9074-as-gib-010/271^ Para 8.3 And 1.7 Thru 1.7.3 Per Drawing 508548. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks (block 5) Contract Reference a. Evidence Of Approval Of The Welder Qualification Training Program Iaw Navseas9074-aq-gib-010/248^ Para 5.2.3.1(d), Per Drawing 508548. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac remarks: (block 5) Contract Reference b. Evidence Of Maintenance Of Qualification For All Welders Iaw Navsea S9074-aqgib-010/248^ Para 5.2.11 And 5.2.12 Per Drawing 508548. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000
Closing Date6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0004 Has Been Posted (see Attachments) ----------------------------------------------------------------------------------------------------------- amendment 0003 Has Been Posted (see Attachments) ----------------------------------------------------------------------------------------------------------- amendment 0002 Has Been Posted (see Attachments) ----------------------------------------------------------------------------------------------------------- amendment 0001 Has Been Posted (see Attachments) ----------------------------------------------------------------------------------------------------------- planned Award Year: 2025 contracting Office Zip Code: 96915 description:environmental Idiq Services For Hazardous Waste, Hazardous Material, Other Regulated Waste, And Spill Response At Joint Region Marianas, Guam. this Requirement Is For Environmental Services For Hazardous Waste, Hazardous Material, Other Regulated Waste, And Spill Response For All Supported Component And Tenant Commands Under Joint Region Marianas. The Work (task Orders) Includes Operation Of A Conforming Storage Facility (csf); Management Of Less-than-90-day Storage Facilities; Management Of Satellite Accumulation Sites (sas) And Initial Accumulation Points (iap); Daily Management, Collection And Disposal Of Hazardous Material (hm), Hazardous Waste (hw), And Other Regulated Waste (orw) Such As But Not Restricted To Asbestos, Lead-based Paint, And Pcbs; Occasional Management, Disposal, And Collection Of Non-hw; Sampling, Testing, And Laboratory Analysis For Hazardous Waste, Regulated Waste, And Unknown Waste Determination; Oil And Hazardous Substance Spill Response, Cleanup, Sampling, Laboratory Analysis, And Disposal. procurement Method: Far Part 15 Contracting By Negotiation Utilizing The Tradeoff Process In Accordance With Far 15.101-1. contract Type: This Acquistion Is For One (1)combination Firm Fixed-price (ffp) Indefinite Delivery Indefinite Quantity (idiq) Service Contract Comprised Of Recurring And Non-recurring Work Items. contract Term:the Contract Term Will Be A Base Period Of 12 Months, With Four (4) 12-month Option Periods. The Total Term Of The Contract, Including Options, Will Not Exceed 60 Months. If The Government Does Not Award A Follow-on Contract In Time, The Government May Require The Contractor To Continue Performance For An Additional Period Up To Six (6) Months Per Far Clause 52.217-8. Concurrently With The Award Of The Basic Contract, The Government Intends To Issue A Task Order To Obligate The Contract Minimum Guarantee For Clin 0001, Mobilization And Base Period Recurring Work. The Maximum Value Of The Contract Will Be The Total Value Of All The Contract Line Items In The Schedule. this Contract Will Replace A Contract For Similar Services Awarded In Fy2020 For $9,311,231.46 (firm Fixed-price Portion) And $15,688,768.54 (indefinite Quantity Estimate/maximum Value Per Year). Information About The Current Contract And The Incumbent Contractor (e.g., Value Of Last Option Exercised, Firm Name, Address, Etc.) Is Included In Notice No. 1 General Info. Requests Under The Freedom Of Information Act Are Not Required For This Information. solicitation Documents: Offerors Can View And/or Download The Solicitation, And Any Attachments, At Https://www.sam.gov Under “contract Opportunities.” No Hard Copies Will Be Provided. Notifications Of Any Amendments To The Solicitation Will Be Made Available Https://www.sam.gov. It Is The Sole Responsibility Of The Offeror To Continually View The Websites For Any Amendments Issued To The Solicitation. restricted To Small Business:the Proposed Contract Listed Here Is 100 Percent Small Business Set-aside. The Government Will Only Accept Offers From Small Business Concerns. source Selection Procedures:the Solicitation Utilizes Source Selection Procedures Which Require Offerors To Submit A Technical Proposal, Past Performance And Experience Information, And A Price Proposal For Evaluation By The Government. place Of Performance: The Place Of Performance For This Contract Is Naval Base Guam (nbg), Andersen Air Force Base (aafb) And Marine Corps Base Camp Blaz (mcbcb), Joint Region Marianas, Located In Guam. sources Sought: A Sources Sought Notice (n4019225r5000) For This Procurement Was Posted On 15 October 2024 On Sam.gov, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potential Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Set Aside This Procurement For Small Business Concerns. The Navfac Marianas Business Office Concurs With This Decision. written Pre-proposal Conference: In Lieu Of Pre-proposal Conference Meeting, Written Pre-proposal Conference Slides (attachment Jl-13) Relative To This Rfp Are Included In This Solicitation. Offerors Are Strongly Encouraged To Read The Presentation Slide And Provide Comments, Constructive Criticism, And Identification/notification Of Rfp Inconsistencies Using Attachment Jl-1 Of The Solicitation. Offerors Are Requested To Submit Completed Attachment Jl-1, At Least Five (5) Days Prior To The Site Visit To Ms. Jerica Santos Via Email At Jerica.a.santos.civ@us.navy.mil. All Questions Must Be In Writing. Responses To Submitted Questions And The Written Pre-proposal Conference Information Will Be Posted Via Solicitation Amendment. site Visit:a One-time Site Visit Is Scheduled For Tuesday, 17 December 2024 At Multiple Locations On Naval Base Guam (nbg) And Andersen Air Force Base (aafb). For The Nbg Site Visit, Participants Must First Meet Promptly At The Nbg Visitor Control Center At 9:00 A.m. (chst). For The Aafb Site Visit, Participants Must First Meet Promptly At The Aafb Visitor Control Center At 2:00 P.m. (chst). At Both Meeting Locations, Participants Must Sign-in And Will Be Provided Maps To The Site Visit Locations. However, The Government Will Lead All Attendees By Motorcade Throughout The Site Visit. all Attendees Are Required To Have Base Access To Enter Nbg And Aafb Sites. Due To Potential Lengthy Processing Times For Base Access, The Government Recommends Utilizing Contractor Participants Who Already Have Current Base Access To Nbg And Aafb Sites.it Is The Contractor’s Responsibility To Ensure That Attendees Have Base Access On This Date. please Limit The Number Of Attendees To Two (2) Per Contractor. attendees Must Wear Approriate Safety Gear (hard Hat, Reflective Vest And Steel Toe Shoes). the Government Will Not Provide Answers To Verbal Questions Asked Before, During, Or After The Site Visit. Offerors Are Requested To Provide Any Questions That They May Have During The Site Visit In A Written Format Using Attachment Jl-1. important Note: Government Remarks And Explanations Addressed During The Site Visit Shall Not Qualify Or Alter The Terms And Conditions Of The Solicitation. Only The Contracting Officer May Amend The Solicitation, Including The Performance Work Statement, And Will Do So In Writing nbg Access interested Attendees Requiring Base Access To Nbg Must Complete The Following: 1.secnav 5512 Form (attachment Jl-4) 2.one (1) Base Access Request Form (attachment Jl-5) Per Company And Obtain The Government Sponsor’s Signature (email Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil), And 3. Submit Hard Copies Of All Required Documents And Personal Identification To The Nbg Visitor Control Center Located Outside The Main Navy Base Front Gate In Santa Rita, Guam. note: Interested Attendees That Are Foreign Nationals Must Also Complete A Foreign National Biometric Data Form (attachment Jl-6). nbg Access Forms Must Be Submitted To Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil On Or Before 12 December 2024, 2:00 P.m. (chst) For Review And Approvals Prior To Submitting Hard Copies To Nbg Visitor Control Center. please Direct Any Nbg Base Access Questions And Concerns To The Nbg Visitor Control Center At (671) 339-1280. aafb Access interested Attendees Requiring Base Access To Aafb Must Complete The Following: 1. Base Access Form - Contractor Memorandum (fill-in Information In Red) (attachment Jl-7) 2.base Access Affidavit 2020 (completed For Each Visitor) (attachment Jl-8) 3.interstate Identification Index (iii) Log (attachment Jl-9) -complete In Accordance With The “how To Fill Out The Iii Log” (attachment Jl-10) 4.either A U.s. Passport Or Real Id Act Driver’s License/id. See Base Access Entry Policy (attachment Jl-11). 5.foreign National Access Request Form (as Applicable To Include Required Supporting Documentation) (attachment Jl-12) 6.indicate If The Individual Has An Approved Dbids the Completed Forms Shall Be Submitted To Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil On Or Before 12 December 2024, 2:00 P.m. (chst) For Review And Approvals. Contractors Are Responsible For The Submission Of Signed Base Access Requests (bars) To The Visitor Control Center (vcc) Via Email At 36sfs.vcc@us.af.mil In Order To Obtain A Tracking Number. on The Day Of The Site Visit, Contractors Who Do Not Have Dbids Shall Bring Their U.s. Passport Or Real Id Compliant Id, A Copy Of Their “base Access Affidavit” And “iii Log” And Tracking Number To The Vcc (northgate), Andersen Air Force Base For Pick-up Of Approved Base Pass. Please Allow Ample Time To Do So, As Long Lines May Cause Delays. please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date, They May Not Be Able To Attend The Site Visit. the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release. notice To Offerors: The Government Reserves The Right To Cancel This Solicitation, Either Before Or After Closing Of Receipt Of Proposals. Offerors Are Cautioned To Carefully Read Instructions And Ensure Proposals Are Submitted In Accordance With The Solicitation, Section L.
Closing Date8 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Security and Emergency Services
United States
Details: Electronic Security Systems (ess) Maintenance the Purpose Of This Sources Sought Is To Gain Knowledge Of The Potential Interested Businesses For This Requirement. This Notice Is For Planning Purposes Only. All Interested Parties Should Respond. Performance For This Requirement Is At Fort Cavazos, Texas. The Planned Naics Code Is 561621 (security Systems Services (except Locksmiths)) With A Standard Size Of $25 Million. we Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price. this Is A Sources Sought Notice Only. The Government Will Not Enter Into An Agreement Based On Responses To This Notice. The Government Is Trying To Determine If There Are Adequate Sources For This Requirement. If You Are Interested In This Requirement, Please Reply To This Sources Sought Notice And Include Answers To The Questions Below By The Closing Date Of This Notice. Please Submit Via E-mail To The Points Of Contact Listed In This Notice. Reference The Sources Sought Notice Number In Your Response. description Of The Requirement: this Is A Follow-on Requirement For Electronic Security Systems (ess) Maintenance And Repair Services On The Fort Cavazos, Tx Installation. The Contractor Shall Provide All Necessary Personnel, Management, Equipment, Supplies, Transportation, Tools, Materials, Supervision, To Perform Maintenance, Repairs, Replace To Repair, Adjustments, Installations, Surveying, System Designs, Removal, And Replacement Services During Facility Renovations, Projects, System Administration, And Cyber Security Information Assurance (ia) For Each Electronic Security System (ess) Under This Contract At Fort Cavazos, Texas. It’s Projected There Will Be Approximately 743 Ids Zones And Approximately 76 Portals. Work Performed Under This Contract Will Be Throughout The Fort Cavazos Main Cantonment, West Fort Cavazos, North Fort Cavazos, And In Fort Cavazos Housing Areas Where Icids Is Fielded. the Contractor Shall Have Experience With A Contract Approximately Equal In Size, Type And Complexity To The Fort Cavazos Systems And Shall Possess A Working Knowledge Of All Security Systems Covered Under This Contract. fort Cavazos Integrated Commercial Intrusion Detection System (icids) Has Undergone A System Upgrade To The Department Of The Army Approved Icids-v. With The Icids-v System Newly Installed The Objectives Are To Sustain A 100% Operational Status Of Each Zone With Reoccurring Preventive And Routine Maintenance And Testing Schedules Pursuant To Army Regulations. The Contractor Shall Provide Timely Troubleshooting And Repairs During Normal Business Hours And Outside Normal Business Hours. Deliver Customer Service For Newly Identified Areas Requiring Ids Installation For The Protection Of Military And/or Civilian Assets Within The Confines Of Fort Cavazos, Texas. The Contractor Shall Administer And Maintain Each Ess, And Each Component, Sensor, Connection, System Wiring, Control Unit, Transmission Media, Network Cable, Fiber, Fiber Jumpers, Coaxial, Media Converters, Data Encryption Systems, Uninterruptable Power Supplies (ups), Unclassified Network Switches, Servers, Computers, And Conduit At Fort Cavazos, That Are An Integral Part Of The Installation’s Security Posture. the Contractor Selected For This Service Contract Must Be A Current Daq Icids Certified Var (value Added Reseller) For Sales, Installation, Configuration, And Maintenance-related Services. The Contractor Must Maintain An Active Var Status Throughout The Life Of This Contract And Provide Proof Of Var Status Prior To Award Of The Contract. Any Individual Performing Privileged Or Administrator Functions On The Systems Be Actively Certified In Accordance With Dod 8570.01 At The Iat (information Assurance Technical) Level 2. The Contractor Shall Provide Personnel Possessing The Skills, Knowledge, And Training To Perform The Services Required By This Contract. All Personnel Required To Maintain The Icids-v System Should Complete The Icids-v Installation Training Courses, Consisting Of Operator, System Administrator, And Maintainer Training. Additionally, Maintenance Personnel Should Have Specific Experience In Computer Networking, Electronic Component Troubleshooting, Fiber Optic And Telephone Communications, Access Control And Physical Security Devices. The Contractor Personnel Shall Also Possess The Skills, Knowledge, And Training To Satisfactorily Perform Services On Each Additional Security System Provided In The Attached Performance Work Statement (pws). information Sought By The Government: company Information: company Name address point Of Contact telephone Number e-mail Address business Size (small Or Other Than Small Business) And Socio-economic Status For The Listed Naics Code. if Your Company Is Currently Registered In System For Award Management (sam). information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@mail.mil Or 210-466-3015, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. this Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The Government Is Not Seeking Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Notice. The Government Will Not Pay For Any Costs Incurred In Response To This Notice. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation. If A Solicitation Is Released, It Will Be Posted On Sam.gov. It Is The Responsibility Of Potential Offerors To Monitor Sam.gov For Additional Information Pertaining To This Requirement.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: This Is Not A Solicitation. This Is A Sources Sought Notice Only And Is Issued To Conduct Market Research And Gain Knowledge Of Current Market Capabilities. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Notice Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation Or A Guarantee To Issue A Solicitation In The Future. This Notice Does Not Commit The Government To Contract For Any Supply Or Service. All Information Submitted In Response To This Announcement Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation, If Issued. This Announcement Is Based On The Best Information Available At This Time And Is Subject To Future Amendment. the Department Of Veterans Affairs, Network Contracting Office 4, Is Conducting A Market Survey To Identify Potential Sources To Perform A Firm Fixed Price Contract For Procurement Of Scrub Dispensing Machines For The Lebanon Va Medical Center, 1700 S. Lincoln Ave., Lebanon, Pa 17042: draft Requirements Description (not Comprehensive) the Lebanon Va Medical Center Is Seeking To Procure A Contract For Scrub Dispensing Machines To Cover A Five-year Period. description the Lebanon Veterans Affairs Medical Center (lvamc), Located At 1400 S. Lincoln Avenue, Lebanon, Pa 17042, Has A Requirement For A Firm Fixed Price Five-year Idiq Requirements Contract For Automated Scrub Dispensing Machines. the Contractor Shall Provide All Resources Necessary To Install And Maintain Four Automated Scrub Dispensing Machines, Eight Automated Return Units, And All Scrub Rentals To Include A Loss/replacement Program, Laundering, And Restocking Of The Dispensers. The Automated Dispensing Machines And Automated Return Units Shall Be Located Throughout The Lvamc. the Contractor Shall Provide All Labor, Equipment, Tools, Materials, Supervision, And Technical Expertise Necessary To Maintain A Properly Managed Automated Dispensing And Scrub Rental Program. place Of Performance: department Of Veterans Affairs lebanon Va Medical Center 1700 South Lincoln Ave lebanon, Pa 17042 anticipated Period Of Performance: year 1 - 05/10/2025 Through 05/09/2026 year 2 - 05/10/2026 Through 05/09/2027 year 3 - 05/10/2027 Through 05/09/2028 year 4 - 05/10/2028 Through 05/09/2029 year 5 - 05/10/2029 Through 05/09/2030 scope Of Work: contractor Shall Provide The Lebanon Va Medical Center With Surgical Scrub Services. All Personnel, Equipment, Tools, Materials, Supervision Shall Be Provided By The Contractor. Contractor Shall Provide, Install, And Maintain Four Automated Scrub Dispensing Machines, Eight Automated Return Units, Along With All Scrub Rentals To Include An Auto-loss Replacement Program, Laundering And Restocking The Dispensers. The Contractor Shall Furnish Everything Needed To Perform This Contract According To All Its Terms. all Automated Dispensing And Return Units Shall Adhere To The Provided Size Restraints Annotated Herein, And All Scrubs Shall Be Laundered, Folded And Tracked In Accordance With This Statement Of Work. performance Requirements the Contractor Shall Provide, Install, And Maintain To Ensure Proper Operations Of: 4 Automated Scrub Dispensers: dispenser #1 Shall Fit Into The Dimensions Of 93 H X 158 W X 34 D dispenser #2 Shall Fit Into The Dimensions Of 108 H X 158 W X 34 D dispenser #3 Shall Fit Into The Dimensions Of 100 H X 79 W X 30 D dispenser #4 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D 8 Automated Scrub Return Units: return Unit #1 Shall Fit Into The Dimensions Of 94 H X 106 W X 30 D return Unit #2 Shall Fit Into The Dimensions Of 96 H X 95.5 W X 29 D return Unit #3 Shall Fit Into The Dimensions Of 109 H X 37 W X 24 D return Unit #4 Shall Fit Into The Dimensions Of 108 H X 60 W X 33 D return Unit #5 Shall Fit Into The Dimensions Of 100 H X 40 W X 25 D return Unit #6 Shall Fit Into The Dimensions Of 100 H X 40 W X 25 D return Unit #7 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D return Unit #8 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D the Contractor Shall Provide, Stock, Collect, Transport, Hygienically Launder, Fold, Individually Package In Poly Wrap, And Maintain Stock Of Contractor-owned Scrubs Of Various Sizes With Estimated: minimum Annual Order Of 300,000 Scrubs maximum Annual Order Of 800,000 Scrubs the Contractor Shall Have The Ability To Track Weekly Use Of Garments Via An Electronic Monitoring System And Provide A Report Of Items Serviced Upon Request. The Contractor Shall Provide A Rental Program For Scrub Pants, Shirts And Jackets And Provide The Lvamc With An Auto-loss Replacement Policy To Replace Any Scrubs That May Become Damaged Or Deemed No Longer Usable. detailed Performance Requirements automated Scrub Dispensers contractor Shall Deliver All Automated Scrub Dispensers To Proper Locations, Install, Program, Stock And Insure Proper Operations Of Every System. the Dispensing Machine Units Shall Be Provided By The Contractor On A Rental Basis For As Long As The Contract Is In Place. The Machines Shall Be Installed, Serviced, And Maintained By The Contractor As Well As Be Fully Functional. If A Machine Has Any Technical Difficulties And/or Malfunctions, The Contractor Shall Make Every Effort To Properly Resolve The Issue By Coming On Site As Needed, As Well As Maintaining Open Communication With The Program Point Of Contact (poc) During This Process. The Contractor May Leave A Key To The Dispensing Machines With The Poc In Case Of A Malfunction, Requiring Them To Be Opened For Simple Fixes. contractor Shall Gather Usage Data Through Input Collected At Each Station. The Collected Data Will Not Require Any Medical Staff Phi/pii Information. Contractor Shall Have No Need To Connect To The Lvamc Network. At No Time Will Patient Or Employee Information Be Shared With The Contractor. contractor Shall Train All Necessary Staff On How To Properly Use The Dispenser/return Units. dispenser Locations: Dispenser #1 Shall Be Housed Within Building 1 Sterile Processing Service Department Dispenser #2 Shall Be Housed Within Building 101 Operating Room Dispenser #3 Shall Be Housed Within Building 17, 5th Floor, Dental Dispenser #4 Shall Be Housed Within Building 101, Room 140 automated Scrub Returns contractor Shall Deliver All Automated Scrub Returns To Proper Locations, Install, Program, Stock And Insure Proper Operations Of Every System. the Return Machine Units Shall Be Provided By The Contractor On A Rental Basis For As Long As The contract Is In Place. The Machines Shall Be Installed, Serviced, And Maintained By The Contractor As Well As Be Fully Functional. If A Machine Has Any Technical Difficulties And/or Malfunctions, The Contractor Shall Make Every Effort To Properly Resolve The Issue By Coming On Site As Needed, As Well As Maintaining Open Communication With The Poc During This Process. The Contractor May Leave A Key To The Return Machines With The Poc In Case Of A Malfunction And The Machine Would Need To Be Opened For Simple Fixes. contractor Shall Gather Usage Data Thru Input Collected At Each Station. The Collected Data Will Not Require Any Medical Staff Phi/pii Information. Contractor Shall Have No Need To Connect To The Lvamc Network. At No Time Will Patient Or Employee Information Be Shared With The Contractor. contractor Shall Train All Necessary Staff On How To Properly Use The Return Units. return Locations: Return Unit #1 And #2 Shall Be Housed Within Building 1 Sterile Processing Service Department Return Unit #3 Shall Be Housed Within Building 101 Operating Room Locker Room #1 Return Unit #4 Shall Be Housed Within Building 101 Operating Room Locker Room #2 Return Unit #5 Shall Be Housed Within Building 17, 5th Floor, Dental Lab Return Unit #6 Shall Be Housed Within Building 17, 5th Floor, Dental Lab Return Unit #7 Shall Be Housed Within Building 101, Room 140 Return Unit #8 Shall Be Housed Within Building 101, Room 140 scrubs the Contractor Shall Be Capable Of Providing Hygienically Clean Scrubs Individually Folded And In Individually Poly-wrapped Packages. The Contractor Shall Have A Management System That Uses Barcoded Garments To Determine Lifecycle Of The Garments For Replacement And Be Capable Of Delivering Disinfected, Sterilized, And Cleaned Scrubs Within 24 Hours To The Facility. contractor Shall Barcode Each Item To Maintain Precise Management Of Rental Garments In Accordance With Contractor S Regular Business Practices. Contractor Shall Sort And Stock/restock Clean Scrubs Into Dispensing Machines In Designated Areas Of The Medical Center. Contractor Shall Empty Out Soiled Items From The Return Units Located In Designated Areas Of The Medical Center. Contractor Shall Launder Scrubs To Infection Control Standards As Well As The Removal Of Foreign Material (e.g., Soil, And Organic Material) From Scrub Supply Using High-level Disinfection And Sterilization Process. Contractor Shall Also Provide Cleaned Scrubs With No Stained, Marked, Tinted, Or Any Other Foreign Material That Did Not Come With The Original Fabric Of The Surgical Scrubs. All Scrubs Shall Be Cleaned Within Hohenstein And Cdc Approved Standards. each Item Shall Be Individually Folded And Individually Poly-wrapped Prior To Delivery. Each Item Shall Be Loaded Individually As To Allow For Mix Matching Of Sizes To Be Dispersed As Needed. contractor Shall Track The Weekly Use Of Garments And Provide A Report Of What Items Have Been Serviced To The Poc Upon Request. contractor Shall Have The Ability To Custom Tailor Garments To Fit Staffing Sizing Needs And requirements. Each Dispenser Is To Stock Complete Sizes Of Scrub Sets, I.e. Extra Small, Small, Medium, Large, Extra-large, 2 Extra-large, 3 Extra-large, 4 Extra-large Etc. Request For More Or Less Of Certain Sizes Due To Employee Needs And/or New Sizes Of Scrubs, Due To Change Of Employees, Shall Be Communicated On A Written Request Through The Poc. Contractor Shall Fill The Dispensers To Their Full Capacity On Each Visit. Sizes For Each Dispenser Shall Be Adjusted Based On The Average Weekly Demand History After The Contract Is Awarded. The Contractor Shall Establish, Track, And Modify Distribution Based On Demand History. the Contractor Shall Provide All Personnel, Rental Equipment, Tools, Materials, Supervision, Other Items And Services Necessary To Manage The Required Garments For Pick-up Three Times Per Week (mondays, Wednesdays And Fridays), Cleaning, Drop-off Three Times Per Week (mondays, Wednesdays And Fridays) And Restocking Of Cotton/polyester Blend Scrub Uniforms/scrub Jackets For The Lebanon Va Medical Center As Defined In This Statement Of Work. the Following Scrub Colors Shall Be Available And Decided Upon Award Of Contract: ceil Blue royal Blue navy steel Grey teal black forecasted Demand Per Dispenser By Size: regular Sizes 4-xl-5% 3-xl-5% 2-xl 10% xl-25% large 25% medium 10% small-5% extra Small-5% hours Of Operation the Contractor Shall Perform The Tasks As Required By The Sow Under This Contract During The Following Hours: Monday, Wednesday, And Friday Between 6:00am, Et, And 2:30pm, Et, Unless Other Time Is Specified. holidays: Delivery Of Scrubs Shall Not Occur On Federal Holidays. Should A Delivery Be Regularly Scheduled On A Holiday, The Delivery Shall Occur On The Workday Prior To The Holiday. The Observed Federal Government Holidays Are: New Year S Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, veterans Day, Thanksgiving Day, And Christmas Day. When Such Holiday Falls On First Non-workday, The Preceding Workday Shall Be Considered A Holiday. When Such Holiday Falls On The Second Non-workday, The Next Workday Shall Be Considered A Holiday. a Special Event Or Adjusted Work Hours: If Circumstances Should Arise Wherein The Contractor Desires A Different Work Schedule As Required, The Contractor Shall Request This In Writing. Submit A Written Request To The Government Poc A Minimum Of 72 Hours Before The Requested Adjusted Work Schedule, To Include Inclement Weather. general Information quality Control the Contractor Shall Monitor Its Employees' Performance And Based Upon The Results Of Such monitoring, Shall Establish Performance Improvement Activities To Assure Employee Efficiency And Knowledge Meets Standards. Contractor Shall Ensure Employees Are Performing Their Duties In A Manner Consistent With All Federal, State, And Local Rules And Regulations As Set Forth By Applicable Regulatory Agencies And This Contractual Agreement. quality Assurance if The Government Performs Inspections Or Tests On The Premises Of The Contractor, The contractor Shall Furnish, Without Additional Charge, All Reasonable Facilities And Assistance For the Safe And Convenient Performance Of These Duties. infection Control all Laundering Employees, Including Truck Drivers, Shall Be Educated As Well As Practice Proper hand-washing Techniques And Shall Also Participate In Educational Programs To Learn About Blood Borne-pathogen Management And The Use Of Personal Protective Equipment (ppe). Care Shall Be Taken To Contain Pathogens During Transport (separation Of Clean From Soiled), Efforts To Avoid Cross Contamination Between Soiled And Clean Items And Use Of A Consistent Thorough Wash Process. A Quality Assurance Program Shall Be Used To Ensure Life Of Textile Is Not Exceeded Per Manufacture Recommendations. Transportation Of Any Scrubs Shall Be Covered With Heavy Plastic Prior To Leaving The Plant To Avoid Any Pathogen Contamination And Handled In Accordance With Industry Best Practice To Ensure That They Remain Hygienically Clean. This Includes The Use Of A Truck Dedicated To Healthcare Transport And Proper Use Of Personal Protective Equipment (ppe). inspections the Government, At All Reasonable Times, Shall Have Access And Permission To Inspect The Delivery Truck And Carts. contractor Staff Information the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person, And An Alternate Or Alternates, Who Shall Act For The Contractor When The Manager Is Absent, Shall Be Designated In Writing To The Contracting Officer. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager And Alternate Or Alternates Shall Be Able To Read, Write, Speak, And Understand The English Language. uniforms all Employees Shall Wear Contractor Provided Uniforms (contractor Code Of Dress), Which Include Pants, Shirts Or Blouses, And Protective Clothing Which Are Clearly Distinguishable From Other Lvamc Uniforms Currently In Use. The Uniform Shall Be Worn As Designed By The Manufacturer. Open Toe Shoes Or Sandals Shall Not Be Worn. A Basic Leather Shoe Covering The Entire Foot Is Recommended. All Personnel Shall Display Identification Badges On Their Uniforms, Which Will Show The Employee S Last Name And The Contractor S Full Name. personal Hygiene contractor S Personnel Shall Be Clean, Bathe Daily (including Hair), And Wear A Clean Uniform Daily. Fingernails Shall Be Clean And Free Of Dirt. Hair Shall Be Neatly Trimmed And Combed. security Requirements the Contractor S Employees Shall Wear Visible Identification At All Times While On The Premises. It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. The Department Of Veterans Affairs Shall Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited On Va Grounds. Possession Of Weapons Is Prohibited. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. All Contractor Employees Performing Tasks Related To This Sow, While On Lvamc Property, Shall Have Proper Valid Identification. All Applicable Background Checks Shall Be Completed Before Contractor Employees May Begin Work. Badges After Security Clearances Shall Be Worn At All Times While On Va Grounds. damage extreme Caution Shall Be Exercised To Prevent Damage To The Building And Its Contents. Any Damage Shall Be Reported To The Poc Immediately For Appropriate Action. Any Damage Caused By The Contractor Shall Be Repaired And Or Replaced To The Satisfaction Of The Va At The Contractor S Expense. Damage To The Building, Its Contents Or Loss Of Government Property In Excess Of $100,000 Shall Require A Report Of Survey Or Investigation Report By The Vacc. Appropriate Government Personnel Shall Conduct The Investigation. The Responsible Party Shall Be Required To Replace And/or Submit Payment For Damage Or Loss. access (keys) if The Poc Provides Keys For Access, It Shall Be The Contractors Responsibility To Safeguard And Control Keys Provided. capabilities Statement And Documentation: companies Are Invited To Provide Their Capabilities, Experience, And Knowledge In The Provision Of Scrub Dispensing Machines. Sources Are Asked To Provide Information To Demonstrate Their Answers To The Following Items Of Information: 1. General Information About Your Company To Include: company Name: company Address: socioeconomic Status: gsa Contract Number Covering These Services And Expiration Date (if Applicable): company Unique Equity Identifier (uei): company Naics Code(s): point Of Contact Name: point Of Contact Phone Number: point Of Contact Email Address: company Website (if Available): 2. The North American Industry Classification System Code (naics) Is 812332 (industrial Launderers), And The Small Business Size Standard Is $47 Million. 3. Based On Market Response, The Following Clauses May Be Included In A Resulting Solicitation, Should One Be Issued: vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. vaar 852.219-11, Va Notice Of Total Veteran-owned Small Business Set-aside. far 52.219-6, Notice Of Total Small Business Set-aside. accordingly, Prospective Contractors Will Be Required At Time Of Solicitation Response To Certify To The Applicable Limitation On Subcontracting Requirements In 13 Cfr 125.6, With Reference To The Appropriate Set-aside. Please Include In The Response To This Sources Sought Notice Your Ability Or Inability To Certify To The Clause Applicable To Your Organization. 4. Provide A Summary Of Your Firm S Ability To Provide The Services Described In This Announcement. In Addition To A Capability Statement, Submissions Can Include Specifications, Brochures, And Manuals As Attachments. submit Responses Via Email Only To Contracting Officer Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00 Pm Est, Tuesday, January 14, 2025, With Sources Sought Number 36c24425q0186 In The Subject Line. Telephone Responses And/or Questions Shall Not Be Accepted. The Government Will Not Provide Feedback In Response To Vendor Questions About The Requirement At This Time. If You Identify Ambiguities Or Have Concerns About Anything In The Description Of The Requirement, However, Please Include Them With Your Response. Confirming Receipt Of The Response Is The Responsibility Of The Contractor. Contact The Contract Specialist If The Government Does Not Confirm Receipt Of The Sources Sought Response Within 2 Business Days. simply Responding As An Interested Party Does Not Constitute Your Company As A Source. Prospective Contractors Must Provide The Above Requested Information. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Be Published On The Sam, Nasa Sewp V Or Gsa Websites In The Near Future. Responses To This Sources Sought Notice Are Not Considered Adequate Responses To A Solicitation Announcement. All Prospective Contractors Are Required To Respond To A Solicitation Announcement In Addition To Responding To This Sources Sought Notice. prospective Contractors Are Reminded That In Accordance With Far 4.11 They Shall Be Registered In The System For Award Management (sam) Database And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of A Contract. Sam Is Located At Https://sam.gov/sam/ And Consolidated The Capabilities Of Ccr/fedreg, Orca, And Epls. There Is No Cost To Use Sam. no Solicitation Document Is Available At This Time; This Notice Is To Acquire Information Only.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Announcement. The Government Is Seeking To Identify Qualified Other Than Small And Small Business Sources Under North American Industry Classification System (naics) 541330 (engineering Services). The Small Business Size Standard Is $25.5m. This Notice Is For Market Research Purposes Only And Is Not A Request For Proposal (rfp) Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice. this Announcement Constitutes A Market Survey That Is Being Conducted For Planning Purposes Only And The Information Received Will Assist The Government In Developing An Acquisition Method For This Project. This Notice Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. The Government Invites Responses From Other Than Small And Small Businesses. This Notice Will Be Used In Part To Determine If There Will Be A Small Business Reserve For The Procurement. contract Information: The U.s. Army Corps Of Engineers (usace), Los Angeles District Will Select Remedial Design Firm(s) For A Single Award Task Order Contract Or Multiple Award Task Order Contract For Iron King Mine–humboldt Smelter (ikm-hs) Superfund Site, Remedial Design (rd), Indefinite Delivery Indefinite Quantity (idiq), Dewey-humboldt, Az. The Idiq Will Have A Value Up To $49,000,000.00. The Contract(s) Are Anticipated To Be Awarded In 2nd Quarter Fiscal Year 2026 With A Five Year-base Period. 2. Project Information: Usace Los Angeles District Entered Into A Cooperative Agreement With The United States Environmental Protection Agency (epa) To Provide Remedial Action For The Ikm-hs Superfund Site, Located In Dewey-humboldt, Arizona (site). The Remedial Action Selected Is Presented In The Record Of Decision (rod), Iron King Mine – Humboldt Smelter, Superfund Site, Dewey-humboldt, Yavapai County, Arizona, Epa Id: Az0000309013 (usepa, 2023). The Rd Will Be Completed In Compliance With The Rod And Supplemental Design Information. The Rod Selected Remedy Is Alternative 3b: On-site Consolidation/containment At Two Repositories With Waste Remaining East And West Of The Highway. The Highway Is State Route 69 That Serves As The Main Road To Prescott, Arizona, From Arizona Interstate 17. The Engineering Services Contractor Will Determine What Studies Are Necessary To Implement Alternative 3b And Design Alternative 3b. Respondents Must Refer To The Rod And The Alternative 3b For Context. alternative 3b Removes Mine And Smelter Wastes, And Contaminated Soils And Moving Them To Two Waste Repositories. Mine Wastes And Contaminated Soils From The Former Mine And Surrounding Areas West Of Highway 69 Would Be Moved Into A Repository On The Existing Mine Tailings Pile West Of The Highway. Mine Wastes At The Former Smelter And In The Chaparral Gulch East Of Highway 69 Would Be Moved Into A Second Waste Repository East Of The Highway. additionally, The Lower Chaparral Gulch Dam East Of The Highway Shall Be Removed To Allow Access To Waste In The Lower Chaparral Gulch And Restore The Natural Hydraulics And Vegetation Of The Drainage. This Shall Include Watershed And Habitat Restoration. additional Notable Details Concerning The Site Are Associated With The Former Pyrometallurgical Operations And The Wall Of Solid Slag Hanging On A Cliff Above The Agua Fria River. The Former Pyrometallurgical Operations Of The Humboldt Smelter, (former Blast Furnaces, Metal-purifying Converters, Coal And Coke Heating, Sintering, Power Generation, Etc.) Were Situated On The North End Of A High Plateau Surrounded By Steep Slopes And Lower Terrain. Heating, Power Generation, Etc.) Were Situated On The North End Of A High Plateau Surrounded By Steep Slopes And Lower Terrain. This Area Contains Soils Contaminated With Metals Including Arsenic And Lead And The Area Is Covered By Dross Waste. South Of The Former Pyrometallurgical Operations Area, The Smelter Plateau Also Contains Arsenic Lead Contaminated Soils. on The Eastern Edge Of The Smelter Plateau, A Wall Of Solid Slag Hangs On The Cliff Above The Agua Fria River About 80 Feet High. It Contains Roughly 280,000 Cubic Yards Of Material. The Slag Is Similar To Solidified Lava Rock. It Is Inert And Does Not Pose A Chemical Health Risk Unless It Is Pulverized Into Soil-like Material Or Sediments. Data Indicates That Pulverized Slag Is Leachable And Slag Falling Into The River And Being Pulverized Could Release Metals To The River Over Time. the Contractor Performing This Work Shall Comply With All Applicable Federal, State, And Local Laws, And Regulations Including, But Not Limited To The 1968 National Oil And Hazardous Substances Pollution Contingency Plan, As Amended, And The 1980 Comprehensive Environmental Response, Compensation And Liability Act (cercla), As Amended. supplemental Information iron King Mine - Humboldt Smelter dewey-humboldt, Az site Documents & Data https://cumulis.epa.gov/supercpad/siteprofiles/index.cfm?fuseaction=second.docdata&id=0905049#sc iron King Mine - Humboldt Smelter | Superfund Site Profile | Superfund Site Information | Us Epa. submission Requirements: Interested Firms Should Submit A Document Describing Relevant Demonstrated Experience And Qualifications Via Email Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil No Later Than 11 February 2025. The Submissions Should Not Exceed 10 Pages. The Submission Will Address All Questions In The Sources Sought Questionnaire And Your Ability To Perform Services Stated In The Project Information Section Of This Sources Sought. There Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. cover Letters And Extraneous Materials (brochures, Etc) Will Not Be Considered. Questions Concerning Submissions Should Be Directed To Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil. Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Scheduled. Emails Or Phone Calls Requesting Personal Visits Will Not Receive A Reply. sources Sought Questionnaire section 1: General business Name: business Address: unique Entity Id (uei) In Sam: if Joint Venture (jv), Submit Uei Of The Jv: responsible Point Of Contact (name, Number, Email Address): offeror's Type Of Business And Business Size (small Business, Sdb/8(a), Wosb, Hubzone, Sdvosb Or Other Than Small Business (otsb), Native Americans, Native Hawaiians, Or Alaska Native Corporations section 2: Contractor Arrangement our Firm Will Be Proposing On This Project As A: sole Contractor prime Contractor (if Small Business) Self-performing At Least 50% Of The Work, Or joint Venture With (insert Business Name, Business Size, And Uei). (see Far Subpart 9.6 For Government Policy On Teaming Arrangements, As Well As 8(a)program Regulations Described In 13 Cfr 124.513, Hubzone Program Regulations Described In 13 Cfr 126.616, And Service-disabled Veteran Owned Program Regulations Described In Far 19.1403(c) And 13 Cfr 125.15 (b).) section 3: Past Performance/capability past Performance Must Include Project Examples From $1,000,000.00 To $10,000,000.00 In Value. The Idiq Will Be Up To $49,000,000.00. The Specific Contract Types Such As Firm Fixed Price (ffp) And Cost Reimbursable (cr), Are Required To Be Specified In The Capability Statements. The Past Performance Duration Is Within The Past 10 Years For Work In Support Of Military Installation Restoration Program (irp), Resource Recovery Conservation Act (rcra) And Or Cercla. the Paste Performance Information Should Include: [4:41 Pm] Garcia, Claudia Civ Usarmy Cespl (usa) project Title And Location: General Description To Demonstrate Relevance To The Proposed Project scopes Self-performed Vs Subcontracted: Dollar Value Of Contract percentage Self-performed Vs Subcontracted: Agency Or Government Entity For Which The Work Was Performed With Contact Information If Possible (reference Name, Phone Number And E-mail Address). demonstrate Compliance With Various Environmental And Construction Permits: Ability To Perform Work On Time/within Budget capacity To Execute This Project With Other Ongoing Contracts: (3) Projects That Are Complete Or At Least 50% Complete That Ran Concurrently Within The Past Ten Years project Title And Location: General Description To Demonstrate Relevance To The Proposed Project scopes Self-performed Vs Subcontracted: Dollar Value Of Contract percentage Self-performed Vs Subcontracted: Agency Or Government Entity For Which The Work Was Performed With Contact Information If Possible (reference Name, Phone Number And E-mail Address). demonstrate Compliance With Various Environmental And Construction Permits: Ability To Perform Work On Time/within Budget capacity To Execute This Project With Other Ongoing Contracts: (3) Projects That Are Complete Or At Least 50% Complete That Ran Concurrently Within The Past Ten Years. * Note: If Providing Info About A Contract Team, Jv, Etc., Please Provide Examples Where The Team Has Worked Together. Provide A General Description/percentage Of The Work Of Each Team Member. provide Examples Of Experience With Similar Projects In A Firm Fixed Price Or Cost Reimbursable Contract Type. design Project(s) Experience Within The Last 5 To 10 Years For The Types Shown In The Following List. engineering Analyses For Dam Removal Including But Not Limited To Stability. concrete Dam Removal. provide Examples Of Coordination With Appropriate State Dam Safety Officials Regarding Dam Removal. borrow Area Excavation Plans, Restoration, And Revegetation Plans. retaining Wall Design. stream Restoration Design Following Dam Removal. waste Repository Designs. regulatory Compliance. evaluation Of Groundwater Impacts To Earthwork Operations. landfills And Repositories Liner And Cover Systems Designs. landfill Monitoring Instrumentation Design And Installation. specification Using Unified Facilities Guide Specifications (ufgs) Products. operation And Maintenance Manuals For Landfills And Repositories. ecosystem Restoration Design. 3. Provide Examples Of Experience With Site Remediation, Waste Removal, And/or Site Restoration Design Of Similar Scope And Size Within The Past 5 To 10 Years. 4. Provide Examples Of Community Involvement Experience. 5. Provide Examples Of Experience With Waste Investigations, Remediation And/or Waste Removal Design For Projects Ranging Value From $1,000,000.00 To $5,000,0000.00 Within The Past 5 To 10 Years. 6. Provide Ability To Satisfy The Safety And Environmental Regulations In Accordance With The Site Requirements, Along With Local And State Regulations. 7. Describe Examples Of Contracting With Local/regional Businesses.
Closing Date11 Feb 2025
Tender AmountRefer Documents 

National Institutes Of Health Tender

Healthcare and Medicine
United States
Details: This Is A Sources Sought Notice (ssn) Only. This Is Not A Request For Proposal, Quotation Or Invitation To Bid Notice And Does Not Constitute A Commitment By The Government. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of All Qualified Business Sources; (2) If A Small Business Source Please Provide If; Hubzone Small Businesses; Service-disabled, Veteran Owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Economically Disadvantaged Women-owned Small Business, Or Small Disadvantaged Businesses; And (3) Provide Source Size Classification According To The North American Industry Classification System, (naics) Code For The Proposed Acquisition. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Small Business Set-aside Is Possible. If An Organization That Is Considered A Small Business Under An Applicable Naics Code, Please Provide That Naics Code. Proprietary Information Submitted Should Be Marked Appropriately. All Submitted Information Shall Remain With The U.s. Government And Will Not Be Returned. all Responding Firms Are Requested To Identify Their Firm’s Size And Type Of Business. Teaming Arrangements And Joint Ventures May Be Considered For Any Subsequent Procurement Based On The Government’s Market Research. this Market Research Is Being Conducted To Identify Sources That Have Prime Contractor Experience With Optimized Regulatory And Commercialization Support And Education. The Long-term Strategic Outcome Of This Project Is To Improve Navigation Of The Laboratory-to-market Pipeline By Biomedical Innovators Funded Through The Nih Small Business And Translational Product Development Programs By Providing Targeted Regulatory And Commercialization Support And Education. This Includes Support Of Both Individual Innovators And The Nih Innovation Ecosystem As A Whole By Providing Subject Matter Expertise And Developing Educational Resources To Provide Durable Regulatory And Reimbursement Support. the National Institutes Of Health (nih) Funds Research Aimed At Improving The Health Of Individuals, And The Nih Office Of Extramural Research (oer) Ensures Scientific Integrity, Public Accountability, And Effective Stewardship Of The Nih Extramural Research Portfolio. Oer Is Committed To Accelerating The Commercialization (i.e. Lab To Market) Path For Promising Federally Funded Science And Technologies With The Potential To Improve Patients’ Lives. This Goal Is Required From The Legislation Establishing The Small Business Innovation Research (sbir) And Small Business Technology Transfer (sttr) Programs. Catalyzing New Technology And Solution Development Is An Element Of The Nih Wide Strategic Plan, Fiscal Years 2021 – 2025 And The Hhs Strategic Plan, Fiscal Years 2022 – 2026 (strategic Objective 4.2:  Invest In The Research Enterprise And The Scientific Workforce To Maintain Leadership In The Development Of Innovations That Broaden Our Understanding Of Disease, Healthcare, Public Health, And Human Services Resulting In More Effective Interventions, Treatments, And Programs). the Small Business Education And Entrepreneurial Development (seed) Office Within The Nih Oer Supports The Nih Innovator Community By Providing Funding And Resources To Help Advance Discoveries To Products That Improve Patient Health. Seed’s Community Is Comprised Of Both Academic And Small Business Awardees, As Well As The Nih Staff Who Administer These Awards. academic Innovators Have Access To Commercialization Resources Through Several Programs, Most Notably The Nih Research And Evaluation And Commercialization Hubs (reach) Awards. The Reach Program Comprises 5 Proof-of-concept Hubs And Provides Commercialization Support To Eligible Institutions, Including Funding, Mentoring, And Feedback From Federal And Industry Experts. Over The Past 36 Months, Seed In Collaboration With The Incumbent Provided Written Feedback To 78 Innovators Participating In The Reach Program. Contribution Of Regulatory And Payment Perspectives For These Very Early-stage Projects Is Critical To Help The Reach Program Awardees Make Final Funding Decisions And Ensure The Subawards Proceed In The Most Effective Way To Validate Proof Of Feasibility For The Proposed Technologies. access To Subject Matter Experts For One-on-one Consultations Is A Cornerstone Of Many Of Seed’s Programs Including The Consultation Program, Company Showcase Program, Taba Needs Assessment Report Review Program, And Sow Development Program. Over The Past 36 Months, Seed Has Worked Closely With The Incumbent To Provide 124 Regulatory And 50 Reimbursement Consultations. These Calls Have Provided Innovators With Information Directly Relevant To Their Unique Product Or Service, Streamlining Their Interactions With Fda And Cms/payors. The Focus Of The Companies Spans The Full Spectrum Of Nih Mission Space – From Pre-conception Through Death, And All Technology Types (biologic And Small Molecule Drugs, Medical Devices, Diagnostics, Samd, Health It, Manufacturing And Research Tools). The Confidential Information Shared Between Nih Awardees And It’s Contractor To Support These Consultations Is Equivalent To The Information An Awardee Might Share With Their Program Officer, And It Is Extremely Important To Seed That The Potential Contractor Conducting These Consultations Be Non-conflicted With The Intent Of Providing Only Consultations And Not Seeking Additional Work From The Nih Portfolio. Each Consultation Is A Critical Contribution To An Individual Research Project Within The Nih Portfolio, And Helps Nih Achieve Its Overarching Goal Of Improving The Health Of The Nation. major Themes Emerging From These Consultation Programs Provided The Framework For Seed’s Suite Of Online Educational Resources. This Resource Library Includes Critical, Actionable, Information About Regulatory And Reimbursement/payment Activities In The Us Life Sciences Ecosystem. The Communication Style Of These Resources Is Based Upon Intimate Knowledge Of The General Level Of Awareness Of The Nih Portfolio On Each Topic. It Is Seed’s Intent To Continue Development Of And Broadly Disseminate Awareness Of These Resources To The Global Life Science Innovation Ecosystem. The Resources Align With Four Primary Educational Approaches. knowledge Guides Provide A Complete Overview Of A Given Topic (such As Regulatory Development Of An In Vitro Diagnostic). These Are Effectively Short Textbooks On Each Topic. white Papers Dive Into Distinct And Common Processes Life Science Innovators May Encounter During The Development Of A New Product. These Are Action-oriented Process Descriptions. a Video Library Of 8 – 13-minute Recordings Provide Clarity About Processes Not Well Described In Text Such As Performing Online Research In Government And Public Access Databases. case Studies Describe Realistic Innovator Journeys Through The Multiple Stages Of A Regulatory Or Reimbursement Campaign And Clarify How And When The Information Contained In The Knowledge Guides, White Papers, And Short Videos Should Be Implemented. collectively These Resources Provide Relevant And Actionable Information About How To Develop A New Medical Product In The United States. Many Of The Originally Proposed Resources Have Been Developed And Posted Online, Additional Resources Are In Queue, And Periodic Review Of Published Resources Is Ongoing To Ensure Content Remains Relevant And Embedded Links Are Active. Please See The Following Links For Examples Of Regulatory (https://seed.nih.gov/product-development-support/consulting/regulatory-consultation/medical-devices) And Reimbursement (https://seed.nih.gov/product-development-support/consulting/reimbursement-consultation/diagnostics) Resources Co-developed By The Incumbent And Seed. the Goals Of This Procurement Are To Continue To Support Seed With Successfully Completing The Following Outcomes: strengthen Seed’s Entrepreneurial Education And Development Activities To Enhance Outcomes Of The Nih Small Business Innovation Research (sbir), Small Business Technology Transfer (sttr), And Other Translational Research Programs. partner With Seed And Nih Institutes And Centers (ics) To Identify, Develop, And Execute Programs (e.g. Webinars, Workshops, Conferences, Meetings) To Enhance And Improve The Outcomes Of Nih-funded Product Development Programs. widely Disseminate And Support Broad Adoption Of The Online Resources Developed By The Incumbent And New Resources Developed By The Successful Applicant. ensure All Online Resources Are Periodically Reviewed For Adherence With Current Practices Of Hhs Operational Divisions As Well As Industry Best Practices. enhance Collaboration Between Hhs Operational Divisions Through Direct Introductions And Knowledge Of The Organizational And Operational Cultures Of Nih, Fda, Cms, Cdc, Arpa-h, Hrsa, And Aspr. this Procurement Aligns With The Following Hhs And Nih Strategic Objectives: hhs Strategic Objective 4.3: Advance Basic Science Knowledge And Conduct Applied Prevention And Treatment Research To Improve Health And Development. nih Strategic Plan Objective 1 | Advancing Biomedical And Behavioral Sciences nih Strategic Plan Objective 3 | Exemplifying And Promoting The Highest Level Of Scientific Integrity, Public Accountability, And Social Responsibility In The Conduct Of Science information Requested: please Submit The Following Information: name And Address Of Company And Or Companies (if There Is A Teaming Arrangement). corporate Capabilities - Experience Similar In Scope, Size, And Complexity To The Requirements. relevant Experience Listing Up To Three (3) Customers (government/non-government) Within The Past 5 Years, Providing: contract Name contracting Agency Or Department yearly Contract Value In Dollars period Of Performance description Of Work, How It Relates To Oer/seed Requirements. please State Whether Your Company Is A Small Business Or Not. Also State If Any Of The Following Apply To Your Company; Hubzone Small Businesses; Service-disabled, Veteran Owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Economically Disadvantaged Women- Owned Small Business, Or Small Disadvantaged Businesses. state Your Size Classification According To The North American Industry Classification System, (naics) Code For The Proposed Acquisition. submission Requirements: page Limits (not Including A Cover Letter Or Introduction Page) – Up To Four (4) 8 ½” X 11” Pages For Corporate Capabilities And Up To Three (3) 8 ½” X 11” Pages For The Relevant Experience 1 Inch Margins (top, Bottom And Sides) times New Roman Font – 12 Point do Not Include Promotional Materials interested Firms Responding To This Market Survey Must Provide A Capability Statement Demonstrating Their Experience, Skills, And Capability To Fulfill The Government’s Requirements For The Above In Accordance With Federal Acquisition Regulation (far) 19.502-2(b). the Capability Statement Shall Be In Sufficient Enough Detail So That The Government Can Determine The Experience And Capability Of Your Firm To Provide The Requirements Above. please Specify One Primary And One Alternate Point Of Contact (poc) Within Your Firm, Including Telephone Numbers And Email Addresses. only Electronic Copies Of Capability Statements Will Be Accepted. A Determination By The Government To Proceed With The Acquisition As A Set-aside Is Within The Discretion Of The Government. Please Submit All Capability Statements To Donald.ledwig@nih.gov By Friday, January 24, 2025, At 3:00 Pm. No Telephone Requests Will Be Accepted.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n731.46|n00383|n/a|amanda.m.sweeney4.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Higher-level Contract Quality Requirement|8|x|||||||| Time Of Delivery (june 1997)|20||||||||||||||||||||| Stop-work Order (aug 1989)|1|| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|inspection Site Source Final Acceptance Site Source|tbd|n00383|tbd|tbd|see Schedule |tbd||||||||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| Value Engineering (jun 2020)|3|||| Equal Opportunity (sep 2016)|2||| Integrity Of Unit Prices (nov 2021)|1|| Equal Opportuity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (jan 2023)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Limitation Of Liability--high-value Items (feb 1997)|1|| Offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| Alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American--balance Of Payments Program (feb 2024)|1|| Royalty Information (apr 1984)|1|| Annual Representations And Certifications (may 2024)|12|332439|1250||||||||||| Facsimile Proposals (oct 1997)|1|| Notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||a8c| Evaluation--commercial Products And Commercial Services (nov 2021)|4||||| 1. This Amendment Hereby Increases The Qty Of This Solicitation By Qty 36; From Qty 150 To 186. 2. All Other Terms And Conditions Remain Unchanged. \ This Rfp Is For A Sares Buy And Will Be Using Competitive Procedures. This Requirement Will Be Awarded To The Offeror With The Lowest Price Technically Acceptable (lpta) Quote. The Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement. This Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 Pre-award / Post Award Requirements: Due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;plastic; . 1.3 Manufacturing Process Is ;rotomolding; . 1.4 When Discrepancies Exist Between These Requirements And Those On Current Manufacturer's Drawings,contact Code ;buyer On Page 1 Of Contract; Or Code N241.10 1.5 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;hardigg Industries, Inc.; Drawing Number ( ;11214; ) ;18334-0100; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.6 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.7 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents Drawing Data=18334-0100 |11214| | |d| | | | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." All Containers Must Be Affixed With A Nameplate That Includes A Unique Identification (uid) Marking As Referenced In The Drawing Package Drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor Shall Contact Navicp Code ;0771.13; Or Code 0771.10 For The Alphanumeric Sequential Serial Number Group That Makes Up Part Of The Uid. The Uidwill Be Included On The Nameplate In Data Matrix Format. When A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First Article. Contact Code ;contact Buyer On Page 1 Of Contract; Or Code N241.10 To Arrange For First Article Test Location 4. Quality Assurance 4.1 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.1.1 Dimensional Test (special) ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.2 Requirements Of: ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies, Use Actual Item; 4.1.5 Function ;applies; 4.1.6 Compliance With Drawing ( ;11214; ) ;18334-0100; , Revision ;latest; And Specifications Referenced Therein. 4.2 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.3 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.4 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;10,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will Require Such Testing. 4.5 Disposition Of Fat Samples 4.5.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.5.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The Sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.6 Test Sample Coating Instructions 4.6.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.7 Fat Approval Criteria 4.7.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;11214; ; ) Part Number ;18334-0100; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At ;contact Buyer On Page 1 Of Contract; ; Marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" For First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". Within ;90; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;30; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional Approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The Government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be Allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The Navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of The Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.8 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run Additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, And (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The Government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule He Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) Within Days: Item No. _______________ Quantity:_______ After Date Of Contract:__________ Sampling Per Ansi/asq Z1.4, Sample Plan S-2aql 1.0 (13 Pcs) Accept 0, Reject 1.one (1) Rejection Will Require 100% Of The Shipment To Be Tested. A Lot Shall Consist Of Any Scheduled Shipment Quantity Under Contract. Representative Sampling Shall Be Used, I.e. The Samples Are To Be Selected At Random Throughout The Lot.remove Either The Vortex Or Breather Valve And Install A Suitable Airtight Fitting.draw A Vacuum On The Sample Container(s) To .025+/- 0.01 Psig.stabilize Vacuum Within Tolerance For A Minimum Of 15 Minutes, Then Disconnect The Vacuum Input And Test Monitor The Container For 15 Minutes.the Vacuum Should Hold Within +/- 0.05 Psig At The End Of The 15 Minutes For The Container To Pass. Testing Specifications For Cases: Drop Test:fed-std-101c. Method 5007.1 Paragraph 6.3,procedure -a- Level -a-. Procedure A Falling Dart Impact: Ata 300, Category I,general Requirements For Category I & Ii Reusable Containers Vibration (loose Cargo): Fed-std-101c, Method Of 5019 Vibration (sweep):ata300, (jan 15th/96),which States In Appendix Ii, B4 Simulated Method 506.4, Procedure Ii Of 4.1.2 Fed-std-101c Method 5009.1, Section 6.7.1. All Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 4.9 100% Production Leak Test. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. Each Container, Uninstrumented And Without Dummy Load, Shall Then Be Subjected To A Single 18 Inch Flat Drop. The Pneumatic-pressure Technique Of Method 5008 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Setting Equal To 0.5 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure Over A 30 Minute Period That Exceeds 25% Of The Stabilized Pressure Shall Be Cause For Rejection; Tests Shall Be Conducted To Ascertain Sources Of Leaks And Corrective Action Taken. Any Deformation Of The Container Shell While Pressurized Which Is Greater Than Three-quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. Warning Container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. 4.10 100% Production Leak Tests. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Pressurizing Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic - Pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Pressure Setting Equal To 0.25 + 0.1-0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric Pressure) Shall Be Cause For Rejection. Any Deformation Of The Container Shell, While Pressurized, Which Is Greater Than Three Quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date14 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Excavation
Corrigendum : Closing Date Modified
United States
Details: Sources Sought Synopsis / Request For Information (rfi) u.s. Army Corps Of Engineers san Francisco District ***this Is A Sources Sought Synopsis / Request For Information (rfi). This Rfi Is Released Pursuant To Federal Acquisition Regulation (far) Part 15.201 For Market Research Purposes Only. This Announcement Is Not A Request For Proposals (rfp) And Shall Not Be Construed As A Commitment By The Government To Seek Proposals Or Award A Contract At This Time. *** summary: the Government Is Seeking Sources For Market Research Only To Support The Services Listed Below For Which The Applicable Naics Code Is 237990, Dredging Services. The Product Service Code (psc) Will Be Z1kf. The Size Standard For Small Business Is $37,000,000.00. Interested Parties Sought For A Maintenance Dredging Of The Projects Described In Table 1 Below. The Projects Will Be Solicited As An Invitation For Bids (ifb) Contract. Interested Parties Will Be Invited To Attend A Pre-solicitation Conference To Receive The Latest Project Related Information As Well As Information On Available Permitted Upland Disposal Sites And Government–furnished Disposal Sites. no Award Will Be Made From This Sources Sought. No Solicitation, Specification, Or Drawings Are Available At This Time. potential Offerors Having The Skills And Capabilities Necessary To Perform The Described Services Below Are Invited To Provide Feedback Via Email To: Mary.fronck@usace.army.mil And Logan.champlin@usace.army.mil. all Responses Will Be Analyzed In Order To Determine The Appropriate Strategy For A Potential Future Acquisition. Particularly, The Purpose Of This Notice Is To Gain Knowledge Of Potential Small Business Sources Including Certified Hubzone Small Business, Service-disabled Veteran Owned Small Business, Veteran-owned Small Business, Certified 8(a) Small Business, Women-owned Small Business, Etc. Other Than Small Business May Respond To This Notice In The Event The Market Does Not Indicate Significant Small Business Interest. additional Project Descriptions: the Work Includes Maintenance Dredging Of The Federal Navigation Channels Of The Projects Listed In Table 1 To The Required Project Depths With 1- Ft Paid Over-depth And 1-ft Unpaid Over-depth. Please Refer To Table 1 For Disposal Site, Dredge Windows, And Other Project Related Information. Upland Disposal For San Joaquin And Sacramento Dwsc Is At Contractor Furnished Upland Beneficial Reuses Site Or At The Various Government-furnished Sites Located Along The Channels And The Material Shall Be Pumped To The Sites Based On Various Pumping Distances And Depth Of Material. Both These Projects Have Water Quality And Fish Entrainment Monitoring Requirements That Needs To Be Performed By A Third Party Contractor Hired By The Either The Government Or The Dredging Contractor. for Oakland And Richmond, The Contractor Is Responsible For Preparing A Light Monitoring Plan And Performing That Task During Daylight Hours When Dredging Is Within 250m Of Eelgrass Beds And Monitoring Reference Sites Not Influenced By Turbidity Above Ambient For That Area. Contractor May Also Be Required To Perform Eelgrass Surveys Prior To Dredging And After The Project Is Complete.” all Proposed Contractor Furnished Upland Beneficial Use Sites Must Be Fully Permitted. Acceptance Will Be Based On Achieving Project Depth In 100 Percent Of The Project Footprint Within The Contract Period Of Performance. anticipated Solicitation Issuance Dates Are Shown In Table 1. The Official Synopsis Citing The Solicitation Number Will Be Issued On Business Opportunities (www.sam.gov) And Will Invite Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. capabilities And Qualifications: interested Parties Must Have Qualified Personnel With Recent Knowledge And Experiences As Well As: the Capability To Dredge Using Appropriately Sized Dredge Plant And Support Equipment Suitable For The Project Site Condition And Requirements In Order To Complete All Work Within The Contract Period Of Performance, Which Will Be Identified In The Contract. Hopper Dredging Is Prohibited For These Projects. Interested Parties Must Have The Capability And Equipment Necessary For Dredging And Disposal Of Material At The Various Upland Beneficial Reuse Sites Furnished Either By The Government Or The Contractor. Interested Parties Must Also Have The Capability And Equipment Necessary For Dredging And Disposal Of Material At The Government-furnished Deep Ocean Disposal Site. Interested Parties Are Required To Submit Proof Of Ownership, Or Access To, A Minimum 18-inch Diameter Pipeline Dredge Plant For Sacramento And San Joaquin/stockton Deep Water Ship Channel Project, As Part Of The Response To This Market Research If Hydraulic Cutterhead Pipeline Is To Be Sued For These Two Projects. All Proposed Equipment Must Be Identified Including The Current Location Of The Dredge Plant As Part Of The Response To This Market Research. executing The Overall Contract Work Within The Environmental Work Window Shown In Table 1. Project Bid Proposals For All The Projects Can Be Based On Disposal Of Dredged Material At The Various Permitted Government-furnished Upland, In-bay, And/or Ocean Disposal Sites Provided The Contract Work Can Be Completed Within The Specified Period Of Performance. offeror’s Type Of Small Business And Business Size (small Business, Certified 8a, Certified Hub Zone, And Service-disabled Veteran-owned Small Business (sdvosb), Etc.). the Capability To Perform A Contract Of This Magnitude And Complexity Based On The Scope Of Work (include The Firm's Capability To Execute Dredging And Comparable Work Performed Within The Past Five (5) Years). Provide At Least Three (3) Examples With A Maximum Of Three (3) Pages With The Following Information: a Brief Description Of The Project(s), customer Name, timeliness Of Performance, customer Satisfaction, list Of Equipment Used, And dollar Value Of The Project. results Information: respondents Will Not Be Notified Of The Results Of The Evaluation. Firms Responding To This Sources Sought Announcement, Who Fail To Provide All Of The Required Information Requested, Will Not Be Used To Help The Government Make The Acquisition Decision, Which Is The Intent Of This Sources Sought Announcement. your Response Is Limited To 10 Single-sided Pages Total – Using 10pt Font. Please Label Your Email Response As Follows: Subject: Response To W912p725s0004: Sources Sought Market Research For “maintenance Dredging.” all Interested Contractors Or Potential Offerors Having The Skills And Capabilities Necessary To Perform The Described Services Above Should Notify This Office In Writing By Email Or Mail By 3:00 Pm Pacific Time On February 5th, 2025. Submit Response And Information To: Mary.fronck@usace.army.mil And Logan.champlin@usace.army.mil.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
Details: Note: Sam.gov Presolicitation Notices/advertisements For Prospectus-level Projects Must Be Provided To The Office Of Leasing (ol) For Pbs Commissioner S Approval, Prior To Posting. also Note That Prospectus-level Rlps Must Be Reviewed By Ol Prior To Issuance. ************************************************************************************************ note: This Section Is Used For Both The Pre-solicitation Notice/advertisement And The Rlp Procurement Summary presolicitation Notice/advertisement Va Office Of Real Property u.s. Government veterans Administration (va) Seeks To Lease The Following Space: the Va Currently Occupies 10,400 Rentable Square Feet (rsf) Of Optical Laboratory Fabrication And Related Space In A Building Under A Lease In Indianapolis, Indiana, That Will Be Expiring September 20, 2025. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space In The Delineated Area That Potentially Can Satisfy The Government S Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. Otherwise, Va Intends To Sole Source The Requirement To The Incumbent Lessor. state: indiana city: indianapolis delineated Area: north: Washington Street Indianapolis, Indiana east: Tibbs Avenue Indianapolis, Indiana south: Kentucky Avenue Indianapolis, Indiana west: Interstate 465 Indianapolis, Indiana minimum Sq. Ft. (aboa): 10,400 maximum Sq. Ft. (aboa): 10,400 space Type: optical Manufacturing parking Spaces (total): 50 parking Spaces (surface): 50 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 240 Months firm Term: 180 Months option Term: n/a additional Requirements: offered Space Must Be Located Within One Building. offered Space Should Preferably Be Located In An Existing Single Tenant Building. if The Offered Space Is Above The First (1st) Floor Or Has Multiple Floors, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided. bifurcated Sites, Inclusive Of Parking, Are Not Permissible. the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet. offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due. offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Alcohol And Or Drug Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. offered Space Will Not Be Considered If Located In Close Proximity To Residential. offered Space Will Not Be Considered If The Location Is Irregularly Shaped. offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping. offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel. structured Parking Under The Space Is Not Permissible. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals. a Fully Serviced Lease Is Required. offered Space Must Be Compatible With Va S Intended Use. all Submissions Must Include The Following Information: name And Address Of Current Property Owner. address Or Described Location Of Building. location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area. description Of Ingress/egress To The Building From A Public Right-of-way. description Of The Uses Of Adjacent Properties. fema Map Of Location Evidencing Floodplain Status. a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction. a Document Indicating The Type Of Zoning. a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use. building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development. any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building. a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement. action: Choose Whether Or Not A Fully Serviced Lease Is Required. Also Choose 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) Unless Requirement Is Identified By Agency As A Critical Action. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. ************************************************************************************************ action Required: use This Section For Pre-solicitation Notice/advertisements Seeking Expression Of Interest. Do Not Use For Rlp Procurement Summary. action Required: For Pre-solicitation Notices/advertisements Seeking Expressions Of Interest, Insert The Following Language Only For Potential Sole Source Succeeding Lease Actions. Delete For Procurement Summary Page. do Not Use For Full And Open Procurements. note That Any Figures Used For A Cost Benefit Analysis (cba) Must Be Supportable. consideration Of Non-productive Agency Downtime In A Cba Should Be Rare. expressions Of Interest Due: wednesday, January 15, 2025, 12:00pm Est market Survey (estimated): january 20 22, 2025 occupancy (estimated): september 21, 2025 incumbent send Expressions Of Interest To: name/title: andrew D. Seaman, Lease Contracting Officer 8888 Keystone Crossing Suite 325 indianapolis, In 46240 email Address: andrew.seaman2@va.gov government Contact Information lease Contracting Officer lee M. Grant email Address: lee.grant@va.gov Attachment - Vosb Or Sdvosb Status this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued. the Naics Code For This Procurement Is 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. the Magnitude Of The Anticipated Construction/buildout For This Project Is: __ (a) Less Than $25,000; __ (b) Between $25,000 And $100,000; X (c) Between $100,000 And $250,000; __ (d) Between $250,000 And $500,000; __ (e) Between $500,000 And $1,000,000; __ (f) Between $1,000,000 And $2,000,000; __ (g) Between $2,000,000 And $5,000,000; __ (h) Between $5,000,000 And $10,000,000; __ (i) Between $10,000,000 And $20,000,000; __ (j) Between $20,000,000 And $50,000,000; __ (k) Between $50,000,000 And $100,000,000; __ (l) More Than $100,000,000. va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project. project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 15 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp. sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement. capabilities Statement: 1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address; 2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov); 3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System; 4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit); 5. Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability. although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes. capabilities Statement submission Checklist And Information Sheet indianapolis, In Domiciliary Lease Pre-solicitation Notice company Name: __________________________________________ company Address: __________________________________________ dunn And Bradstreet Number: __________________________________________ uei Number: __________________________________________ point Of Contact: __________________________________________ phone Number: __________________________________________ email Address: __________________________________________ the Following Items Are Attached To This Capabilities Statement: Evidence Of Sdvosb Or Vosb Status Through Registration At Vetcert (veteran Small Business Certification); Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications; A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages. by: _________________________________________________ (signature) __________________________________________________ (print Name, Title, Date) hidden And Deleted By Macro
Closing Date15 Jan 2025
Tender AmountRefer Documents 
5291-5300 of 5369 archived Tenders