Survey Tenders

Survey Tenders

DEPT OF THE AIR FORCE USA Tender

Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: General Statement: this Is A Combined Synopsis/solicitation For Commercial Items Issued By The Air Force Research Laboratory/pzleq, Wright-patterson Air Force Base, Ohio. This Announcement Constitutes The Only Solicitation Being Issued For The Requirement Described Herein. solicitation Information solicitation Number: Combo-afrl-pzleq-2025-0008 [x] Request For Quotation (rfq) [ ] Request For Proposal (rfp) [ ] Invitation For Bid (ifb) regulation Identification: this Solicitation And The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-01 Effective 30 Dec 2022. notice Of Small Business Set-aside: set-aside Type small Business naics Size Standard 334517 listing/description Of Items: clin #: 0001 description narda Fieldman Broadband Meter And Four (4) Probes. the Vendor Shall Provide Four (4) Narda Fieldman Logging Broadband Field Meters With Three (3) Each Of The Following Probes: 1) Efd0391, 2) Efd5091, 3) Hfd0361, And 4) Hfd0191. The Narda Fieldman Meter And Probes Shall Possess The Following Salient Characteristics: the Detector Shall Possess The Following Specifications: shall Have Isotropic Probes To Cover 100khz To 60ghz shall Have Large Graphical Display shall Have Back Lit Monochrome Lcd; Readable Even In Bright Daylight shall Have Intelligent Probe Interface With Automatic Probe Parameter Detection shall Include Fully Automatic Zeroing shall Have Extensive Memory For Logging Of Up To 5000 Results shall Have Gps Interface And Mountable Receiver For Positioning Data Documentation (optional) shall Include Graphical User Interface (gui) shall Have Simple-to-use 9 Button Keypad shall Have Hold Button Soft Key For Freezing Measurement Display During Readings shall Have User Defined Setups Can Be Saved For Repetitive Survey Needs shall Have Keypad That Can Be Locked To Guard Against Inadvertent Inputs shall Have User Selectable Auto-off Feature To Save Battery Life shall Include 5 Types Of Results That Can Be Displayed: Actual, Minimum, Maximum, Average, Maximum Average history Mode Shall Operate Continuously In The Background, Allowing Display Of Past Readings At Any Time, Up To 8 Hours shall Include Selectable Units: V/m, A/m, W/m², Mw/cm², And % Of Standard When Using Shaped Frequency Response Probes shall Include Stored Standards And Guidance In The Nbm Memory Allow Simultaneous Display Readings As % Of Standard If Frequency Is Known shall Include Data Memory For Up To 5000 Measurements shall Have Time Averaging: 4 Seconds To 30 Minutes, In 2-second Intervals shall Have Variable Alarm Threshold Setting shall Have Audible Indication Of Increasing Or Decreasing Field Strength shall Include Automatic Detection Of Probe Type And Calibration Information shall Be Fully Automatic And Variable Zero Adjustment Interval Times shall Include Additional Optical Input For Separating Probe From Meter shall Have Pc Connection Via Usb Or Optical Interface shall Have Trigger Input For Externally Initiating Readings To Be Taken shall Include Nbm-ts Software Enables Remote Controlled Measurements shall Be Able To Have Screenshots That Can Be Downloaded To Pc delivery Information: fob: [x] Destination [ ] Origin place Of Delivery: 711 Hpw/oml attn: Brandi Tschuor 2510 Fifth St., Bldg. 840 wright-patterson Afb, Oh 45433 requested Date Of Delivery: 30 Days Upon Receipt Of Order instructions To Offerors: the Provision At Far 52.212-1, Instructions To Offerors – Commercial (jun 2020), Applies To This Acquisition. addenda: N/a evaluation Of Offers: the Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Will Be Used To Evaluate Quotes Received. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Offers: (lowest Price Technically Acceptable Or Price Trade-off) Pick Which One Matches (1) Price (2) Technical Acceptability (a) In Order For This Quote To Be Considered “technically Acceptable” It Must Meet: (i) All Specification Requirements In The Sow offerors Shall Assume That The Government Has No Prior Knowledge Of Its Facilities, Capabilities, And Experience And Will Base The Evaluation Solely On The Information Presented In The Offeror’s Proposal. the Government Reserves The Right To Award All, Some, Or None, Of The Items Listed In This Solicitation. The Government Reserves The Right To Resolicit If Results Garner Only One Qualifying Quote, If It’s Determined To Be In The Best Interests Of The Government. offeror Representations And Certifications: offerors Must Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Items (feb 2021), With Your Quote. if Offeror Has Completed Annual Representations And Certifications In System For Award Management (sam), Then Only Paragraph (b) Needs To Be Submitted With Quote. if Offeror Has Not Completed Annual Representations And Certifications In Sam Then Paragraphs (c-v) Need To Be Submitted. contract Terms & Conditions: the Clause At Far 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition. addenda: N/a required Terms & Conditions To Implement Statutes Or Orders: the Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (jan 2021), Applies To This Acquisition. the Following Clauses Are Incorporated Via Paragraph (b) And Considered Applicable To This Acquisition: far 52.219-6 notice Of Total Small Business Set Aside far 52.219-28 post Award Small Business Program Representation far 52.222-3 convict Labor far 52.222-19 child Labor-cooperation With Authorities And Remedies far 52.222-21 prohibition Of Segregated Facilities far 52.222-26 equal Opportunity far 52.222-50 combating Trafficking In Persons far 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving far 52.225-1 buy American--supplies far 52.225-13 restrictions On Certain Foreign Purchases far 52.232-33 payment By Electronic Funds Transfer- System For Award Management additional Contract Requirements: (1) Offeror Shall Include All Warranty Requirements And Documentation With Quote. (2) Offerors Shall Identify How Long The Quote Is Valid. additional Provisions And Clauses Applicable To This Requirement: far 52.203-19 prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements provision far 52.204-7 system For Award Management clause far 52.204-13 system For Award Management Maintenance clause far 52.209-6 protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment clause far 52.232-39 unenforceability Of Unauthorized Obligations clause far 52.232-40 providing Accelerated Payments To Small Business Subcontractors clause far 52.246-16 responsibility For Supplies clause far 52.247-34 f.o.b. Destination provision far 52.252-1 solicitation Provisions Incorporated By Reference (fill-in Text) - Https://www.acquisition.gov/ clause far 52.252-2 contract Clauses Incorporated By Reference (fill-in Text) - Https://www.acquisition.gov/ clause dfars 252.203-7000 requirements Relating To Compensation Of Former Dod Officials clause dfars 252.203-7002 requirement To Inform Employees Of Whistleblower Rights provision dfars 252.203-7005 representation Relating To Compensation Of Former Dod Officials clause dfars 252.204-7003 control Of Government Personnel Work Product provision dfars 252.204-7004, Alt A, system For Award Management Alternate A clause dfars 252.204-7015 notice Of Authorized Disclosure Of Information For Litigation Support clause dfars 252.211-7003 item Unique Identification And Valuation clause dfars 252.223-7008 prohibition Of Hexavalent Chromium clause dfars 252.225-7001 buy American And Balance Of Payments Program clause dfars 252.225-7002 qualifying Country Sources As Subcontractors clause dfars 252.225-7048 export-controlled Items clause dfars 252.232-7003 electronic Submission Of Payment Requests clause dfars 252.232-7006 wide Area Workflow Payment Instructions clause dfars 252.232-7010 levies On Contract Payments clause dfars 252.225-7012 preference For Certain Domestic Commodities clause dfars 252.243-7001 pricing Of Contract Modifications clause dfars 252.244-7000 subcontracts For Commercial Items clause affars 5352.201-9101 ombudsman (fill-in Text) ombudsman: Afrl/pk Director alternate Ombudsman: Afrl/pk Deputy Director 1864 Fourth St wright-patterson Afb Oh 45433-7130 937-904-9700 afrl.pk.workflow@us.af.mil dpas Applicability: this Requirement Is Not Applicable To The Defense Priorities And Allocations System (dpas). solicitation Closing Information: quotes Are Due By: 3 January 2025 @ 4:00 Pm Est. quotes Must Be Received By The Closing Date Stated Above. Submit Quotes By Email. point Of Contact: the Point Of Contact For This Acquisition For Any Questions And For Submission Of Quotes Is: name: Mr. Jason B. Sav title: Contract Specialist email: Jason.sav@us.af.mil

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Closing Date1 Feb 2025
Tender AmountRefer Documents 
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Washington city: Port Angeles delineated Area: north: City Limits Of Port Angeles south:city Limits Of Port Angeles east:city Limits Of Port Angeles west:city Limits Of Port Angeles gross Square Feet:1,300 net Square Feet:1,144 space Type: Retail gov Parking Spaces (total): 5 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Thomas Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: 1/31/2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above, That Will Be Expiring. 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 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, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically Via Email Addressed To Cenwsre-rfp@usace.army.mil. Offerors’ Emails Shall Include The Completed Rental Proposal Worksheet, Attached Hereto As Exhibit “a” As An Attachment To The Email. The Subject Line Of The Email Must Contain The Request For Lease Proposal (rlp) Number (16 Characters Beginning With “dac”) Listed On The First Page Of The Rlp. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet (if A New Build Out Is Required) for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. 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. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 29.3 Million (USD 500.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00060 : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000 1. The Dpwh Regional Office Ii, Through The Dpwh Fy 2025 Nep (epa - Early Procurement Activity) Intends To Apply The Sum Of ₱29,348,545.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00060: Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000 Contract Id No. : 25b00060 Location : Gattaran, Cagayan Brief Project Description : Asphalt Overlay, Length = 1.2077 Km, 2.4154 Lane-km (as Per Survey), With Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/ Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization/ Demobilization Earthworks • Removal Of Actual Structures/obstruction 0.10 M Thick – Acp Surface Courses • Asphalt Overlay Miscellaneous Structures • Road Signs (warning, Regulatory, Traffic Instruction) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Reflectorized Thermoplastic Rumble Strips Approved Budget For The Contract (abc) : ₱29,348,545.00 Contract Duration : 116 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 24 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rca - Roads: Construction – Asphalt. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents 
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Va Illiana Healthcare System (vaihcs) Located In Danville, Il. project Description: the Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (demo Wall, Remove Raised Floor, Relocate Server Cabinets, Install Bus Bar And Overhead Cable Management, Patch, Finish), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 14, 19, 22, 58, 60, 64, 98, 101, 102, 103, 104, 125, 128, 129, 130, 131, 132, 133, 140 And Site. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document. federal Acquisition Regulation (far) 22.503 Policy: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will- (1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law. (c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project: (1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades. (2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited. (3) Completion Of The Project Will Require An Extended Period Of Time. (4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project. (5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs. (6) Any Other Factors That The Agency Decides Are Appropriate. see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 17, 2025 At 10:00 Am Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 300 independence, Oh 44131 primary Point Of Contact: shardae Webb contract Specialist shardae.webb@va.gov secondary Point Of Contact: william Henkel contracting Officer william.henkel@va.gov project Labor Agreement (pla) Questionnaire (please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---

Northwest Samar State University Tender

Food Products
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 759.5 K (USD 12.9 K)
Details: Description 1. Lot 1: 9th Management Review Committee Meeting (abc Total = 26,250.00) -75 Pax 1a. Menu For Am Snack Overflowing Coffee, Pancit, Puto, Water -75 Pax 1b. Menu For Lunch: Rice Creamy Beef And Mushroom, Buttered Chicken, Chop Suey, Fruit Salad, Softdrinks, And Water 2. Lot 2: Recertification 2025 (abc Total = 197,000.00) -63 Pax 2a. Food Supply For Lunch (catered) Day 1 Menu For Lunch: Rice, Creamy Beef, Buttered Chicken, Mixed Vegetable, Cassava Cake, And Softdrinks/water -325 Pax 2b. Food Supply For Packed Lunch Day 1 Menu For Lunch: Rice, Creamy Beef, Buttered Chicken, Mixed Vegetable, Cassava Cake, And Softdrinks/water -10 Pax 2c. Day 1 Menu For Am Snacks: Overflowing Coffee, Carbonara With Toasted Bread, Juice/water -10 Pax 2d. Day 1 Menu For Pm Snacks: Overflowing Coffee, Ham And Cheese Sandwich, Juice/water -63 Pax 2e. Day 2 Menu For Lunch (catered): Rice, Pork Lechon Kawali, Sweet And Sour Fish, Chop Suey, Fruit Salad, And Softdrinks/water -325 Pax 2f. Day 2 Menu For Packed Lunch: Rice, Pork Lechon Kawali, Sweet And Sour Fish, Chop Suey, Fruit Salad, And Softdrinks/water -10 Pax 2g. Day 2 Menu For Am Snacks: Overflowing Coffee, Pancit With Bread, Juice/water -10 Pax 2h.day 2 Menu For Pm Snacks: Overflowing Coffee, Egg Mayo Sandwich, Juice/water 3. Lot 3: Monitoring And Inspection Of Ched ( Abc Total = 150,000.00) -50 Pax 3a. 1st Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3b. 1st Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3c. 1st Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3d. 2nd Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3e. 2nd Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3f. 2nd Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3g. 3rd Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3h. 3rd Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3i. 3rd Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3j. 4th Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3k. 4th Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3l. 4th Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) 4. Lot 4: Monitoring And Inspection Of Prc (abc Total = 75,000.00) -25 Pax 4a. 1st Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks)" -25 Pax 4b. 1st Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4c. 1st Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4d. 2nd Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4e. 2nd Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4f. 2nd Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4g. 3rd Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4h. 3rd Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4i. 3rd Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4j. 4th Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4k. 4th Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4l. 4th Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) 5. Lot 5: Food For Accreditation Survey Visit (abc Total = 311,250.00) -120 Pax 5a. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 1) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -120 Pax 5b. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 2) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -120 Pax 5c. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 3) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5d. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 1) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5e. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 2) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5f. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 3) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5g. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 4) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5h. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 5) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5i. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 Food Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) Terms And Conditions For The Food Supplies For Monitoring And Inspection Related Activities: 1. The Caterer Shall Provide Food And Catering Services On The Scheduled Activity Based On The Information Of End-user, Provided That The Caterer Shall Be Informed At Least Three (3) Calendar Days Prior To The Activity. 2. Be Noted That The Number Of Participants Per Quarter Vary Depending Upon The Actual Visit Provided That The End-user Will Not Exceed The Proposed Number Of Participants Per Year. Additional Information Shall Be Given By The End-user Provided That It Is Given Within The Reasonable Period Of Time. 3. The Caterer Shall Provide, Free Of Charge, Adequate Table Cloth And Linens, And All Necessary Meal Materials. 4. The Caterer Shall Be Paid Every After The Activity Based On Actual Services Rendered And Upon Receipt Of The Statement Of Account Duly Accepted And Reviewed By The End-user. 5. All Bid Prices Shall Be Considered Fixed Prices, And Therefore Not Subject To Price Escalation During The Contract Implementation. 6. The Nwssu Reserves The Right To Cancel The Contract With The Caterer Prior To Its Completion, Should It See Fit Based On Verifiable Concerns Regarding The Quality Of Food Served And Services Rendered, And Other Consideration Deemed Contrary Thereto.

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Closing Date1 Feb 2025
Tender AmountRefer Documents 
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Oregon city:bend delineated Area: north: Nw Spruce Ave, Redmond, Or south:murphey Rd, Bend, Or east:ne 9th St, Redmond, Or west:nw Mount Washington Dr, Bend, Or gross Square Feet:3,880 - 4,850 net Square Feet: 3,376 - 4,220 space Type: Retail gov Parking Spaces (total): 13 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer:thomas J. Seymour electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: January 31, 2025 any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government Is Considering Relocation To An Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space 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, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J - Agency Agreement please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. 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. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.

Al Ova Jiho Esk Galerie Tender

Czech Republic
Closing Date19 Jan 2025
Tender AmountRefer Documents 
Details: The Subject Of The Design Competition Will Be The Comprehensive Architectural Design Of The New Building Of The Alšova South Bohemian Gallery Museum On Senovážné Square In České Budějovice. The Selected Architect/general Designer Team Will Subsequently Process All Project Phases Of The Investment Plan. The Purpose Of This Preliminary Notice Is To Survey The Market Regarding The Interest Of Potential Suppliers In The Proposal Competition. More Detailed Information On The Market Research Is Published On The Profile Of The Client. This Is Not A Preliminary Market Consultation. Publication Of The Preliminary Information Notice Does Not Initiate The Design Competition; The Contest Will Be Initiated With The Announcement Of The Contest Commencement..

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents 
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

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
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

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents 
Details: Space Systems Command (ssc) International Affairs Office(ssc/ia) Los Angeles Air Force Base, Ca Launch Vehicle And Spaceport Assessment Request For Information primer: Ssc/ia Received A Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) From A Partner Nation (pn). As The Primary Poc For Space Foreign Military Sales (fms), It Is Incumbent Upon Ssc/ia To Respond To The Lor For Loa With Rough Order Of Magnitude (rom) Costs For The Defense Articles And Services Specified In The Lor. As A Result, Ssc/ia Is Conducting Market Research To Respond To The Partner Nation’s Request. please Note: Responses To Lors For P&a Are Non-promissory And Therefore There Is No Guarantee That This Request For Information (rfi) Will Result In A Request For Proposal (rfp). Ssc/ia Anticipates Similar Requests From Other Partner Nations And May Repurpose The Market Research Garnered From This Rfi To Respond To Future Lors For Loa. The Lor For Loa Response Provided To The Partner Nation Does Not Guarantee The Sale Of The Services In Question. 1. Background ssc/iais Seeking Industry Quotes For Acquisition Technical Assistance For Assessing The Requirements And Interfaces Of A Launch System And A Contractor Designed, Developed And Operated Spaceport That Includes Facilities For Launch, Launch Integration, Space Vehicle Processing And Integration, Providing Mission Assurance, And Day-of-launch Activities For The Pn’s Ongoing Military Modernization Effort. Ssc/ia Is Currently Building A Response To An Official Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) To Provide The Pn With A “total Package Approach” Cost For Their Planning Purposes. Ssc Is Seeking Specific Technical Studies Information Described In Sections 6 And 7 Of This Document. The Timeframe Associated With Acquiring The Referenced Technical Assistance Projects Potential Contract Award In 2025 With A Required 18-month Period Of Performance, As Requested By The Pn In Their Lor For Loa. Rfi Responses Shall Include Information That Allows Ssc/ia To Assess Your Ability To Help Develop A Spaceport And Provide Launch Mission Assurance For The Pn. This Includes Providing The Technical Background That Demonstrates Deep Knowledge And Experience As It Relates To The Entirety Of Launch Site Development, Build, And Mission Integration. This Should Include Experience And Knowledge Of Launch System Facilities, Processes/procedures, Safety Requirements (flight And Ground), Logistics (e.g. International Shipping), Security (physical And Cyber), Radio Frequency (rf) Communications And Tracking, And Other Pertinent Information That Describes Your Ability To Provide The Technical Assistance Requested. Finally, Any Tools To Manage Requirements, Provide Mission Assurance Analysis, Develop/manage And Execute Plans Should Be Included. 2.use Of Non-government Advisors the Government Intends To Use U.s. Government Personnel To Review The Rfi Responses. The Government Reserves The Right To Use Contractor Personnel, Including, But Not Limited To, Ssc Federally Funded Research And Development Center (ffrdc) And Systems Engineering And Technical Assistance (seta) Contractors. Contractor Support Will Be Bound By An Appropriate Non-disclosure Agreement (nda) To Protect Proprietary And Sensitive Information. Additional Ndas Will Not Be Required As Responses To This Rfi Will Be Considered An Implicit Acknowledgment And Acceptance That Non-government Advisors Will Be Assisting The Government In The Review Process. 3.guidelines For All Submissions the Rfi Is Market Research And Will Not Result In An Award The Cost Of Preparing The Rfi Responses Is Not An Allowable Direct Charge To Any Government Contract. all Interested Vendors Are Requested To Provide: statement Of The Vendor’s Capability To Provide The Technical Assessment Of A Launch Vehicle And Spaceport Described Below rom Cost To Provide Services/supplies, rom Schedule To Provide Services/supplies. label And Portion-mark Rfi Responses Appropriately; The Overall Classification Of An Rfi Response Should Not Exceed Nato Secret. provide An Initial Plan On How Itar Will Be Addressed. include A Cover Sheet With Company Name, Address, Date, Rfi Response Poc With An Email Address And Phone Number. ssc Will Not Consider Unnecessary Brochures Or Proposals. ssc Will Welcome Proficiency Demonstrations, Use Cases, And Lessons Learned. rfi Responses Will Use 8.5 X 11-inch Portrait Format Pages With Single-spaced Times New Roman 12-point Font With 1" Margins. The Landscape Format Is Acceptable For Charts And Graphs Only. rfi Responses Shall Not Exceed Thirty Pages. rfi Responses Must Be Delivered As Either A Pdf Or Microsoft Word Document. rfi Responses May Be Submitted Electronically Via Nipr To The Ssc Point Of Contact Listed Below. rfi Responses Are Due No Later Than 1700 Pdt On 02/14/2025 To The Ssc Point Of Contact Listed Below. Mr. Keith Brandner, Contracting Officer, Keith.brandner@spaceforce.mil Ms. Melina Monroy-szita, Contract Specialist, Melina.monroy-szita@spaceforce.mil 4.next Steps once The Rfi Responses Are Received, Assessed For Feasibility And Affordability, Ssc/ia Will Reach Out To The Pn. If A Virtual One-on-one Is Requested By The Government For Clarification Of Any Responses, The Government Contracting Office Representative(s) Will Contact The Submitters Poc Listed On The Cover Sheet To Schedule A Virtual Meeting. 5.concepts Criteria for Each Study Area, Address To The Best Extent Possible: requested Criteria expertise To Accurately Assess What Is Being Requested additional Information Needed Form Either The U.s. Government Or Pn associated Risks concepts Cost Details 6.initial Study Overview the Pn Is Requesting Technical Assistance Across Multiple Disciplines To Include But Not Limited To; Mechanical And Electrical Engineering, Systems Engineering (requirements Derivation, Verification And Validation Planning), Launch Site Processes/procedures, Safety (ground And Flight), Logistics (to Include International Shipping, Rf Communications, Facility Requirements (related To Launch Vehicle (lv), Space Vehicle (sv) And Lv/sv Integration), Ground Support Hardware And Lv To Launch Site Interfaces. The Assessment Is Intended To Be Used By The Pn To Understand Feasibility, Requirements (interface Control Document-type Information Between Lv/sv And Spaceport), And Risks Of Standing Up A Spaceport Capability To Launch Pn National Security Payloads. The Study Shall Also Include Support Of Meetings And Discussions As Well As The Delivery Of A Report, And Other Supporting Documentation. 6.1assessing Commercial Launch Provider provide Assessment Of The Commercial Launch To Meet The Mission Requirements Of The Pn’s National Security Space Using U.s. Space Force Evaluation Criteria. Part Of The Assessment Includes Recommended Tailoring Of Said Evaluation Criteria That Aligns With The Goals And Requirements Of The Pn. The Assessment Shall Include Assessment Of Vehicle Performance, The Launch Company’s Processes And Procedures, Its Ability To Follow And Adhere To Its Internal Standards, Capability Of Meeting The Foreign Regulations And Certifications, Accommodate Pn’s Satellites And Meet Their Mass And Orbit Performance. Additionally, The Assessment Should Include Any Identified Risks With The Priority On Technical But Also Identification Of Any Cost And Schedule Risks/concerns That May Be Evident. assessment Includes Identification Of Items That Require A Change To The Standard Commercial Vehicle That Derive From Sources Such As The Pn’s Mission Objectives, Logistics, Foreign Certifications/regulations And Launch Site Interfaces. Finally, An Assessment Of The Launch Contractor To Meet Both Physical And Cyber Security Requirements Imposed Or Unique To The Pn. 6.1.1 Launch Vehicle To Launch Site Icd: provide An Assessment Of The Lv To Launch Site Icd (or Equivalent Document(s)) To Ensure At The System Level The Pn Can Execute A Launch Of A National Security Space Asset From The Launch Site. 6.1.2 Communications: assess The Rf Concept To Ensure That The System Meets The Pn’s Requirements As Well As Any Required Regulatory Requirements. This May Include, But Not Limited To, Launch Vehicle Telemetry Collection, Flight Safety (if Autonomous Flight Safety Is Not Used), And Space Vehicle Separation (if Required). Additionally, Does The Launch Vehicle Provider Have A Plan That Will Meet The Pn’s Security Requirements For Communications, Information Technology (it) Equipment As Well As Assembly, Integration, And Test (ai&t) Equipment. 6.1.3 Launch Site Systems: provide An Assessment Based On The Icd, Ground Support Equipment, And Ground Handling Processes And Procedures That All Equipment Meets Requirements, Capable Of Being Certified And Has Proper Interfaces. Assessment Should Also Include Launch Vehicle And Expected Space Vehicle Commodity Requirements Such As Liquid Nitrogen, Hydrazine, Kerosene, Liquid Oxygen, Etc. The Launch Site Systems Includes Both The Payload Processing Facility And Launch Pad. 6.2launch Vehicle Safety Assessment transportation - Provide An Assessment Of The Launch Vehicle Transportation Plan To Include General Ability To Meet International Shipping Requirements, Physical Security Of Hardware While In Transit And On Launch Site Transportation And Handling. Identify Items That Have Elevated Risk Such As Systems That Have Not Been Tested To Meet Un Shipping Requirements (e.g. Batteries) Or Other Items That May Require Modifications Needed To Ensure Safe Transport Into The Launch Site. In Addition, Provide An Assessment Of The Shipping Hardware To Ensure That It Is Capable Of Shipping The Launch System To Include Compatibility With Shipping Methodology As Well As Protecting Hardware During Shipment. flight – Assess The Launch Vehicle Provider’s Approach To Flight Safety And Identify Any Short Falls That Introduce Risk. If Applicable, Recommend Areas For Tailoring To Reduce New/additional Qualification. 6.3requirements Recommendations work With The Pn To Understand Their Objectives And Risk Tolerance For The National Space Assets. Based On That, And The Assessment Of The Launch Provider And Their Launch Solution, Recommend And Prioritize Requirements To Ensure The Launch Solution Will Meet The Pn’s Mission Objectives. It Is Recognized That This Is A Challenging Task As The Most Efficient Approach Is To Utilize The Standard Launch Vehicle That Is Offered, Using The Requirements Defined In A User’s Guide For Space Vehicles To Design To, And Making Changes Introduces Risks. Provide Your Recommended Approach, Such As Accept A Launch Provider’s Baseline System And Respond To Mission Unique Requirements As Needed, Or Other Solutions. 6.4safety Documentation support The Development Of Safety Documentation That Meets The Pn’s And Launch Authority Requirements. This May Include Identify The U.s. Government / U.s. Space Force Test, Evaluation, And System Safety Documentation That Would Be Applicable To The Pn’s Activities. This May Also Include Recommending Tailored Approaches To Said Documents. If No Existing Documentation Exists In The U.s. Government For The Pn’s Specific Use Case (i.e. Launch Site Location, Launch Vehicle Operating Conditions), Provide A Recommendation Of The Documentation Required. 6.5launch Pad Sustainment Cost Analysis provide An Assessment Of The Launch Site Sustainment Costs. Provide Recommendations Where Efficiencies May Be Achieved As Well As Identifying Any Items Missed To Support The Pn’s Funding Forecast. Based On The Pn’s Mission Concept, Assess Any Unique Capability Needed And The Associated Sustainment. Examples Might Be, But Not Limited To, Pad Spares, Redundant Capability, Automated Tools And Other Hardware/software. 6.6launch Readiness Verification Process support The Development Of A Launch Readiness/certification Process (aligned To The Terminology Of The Pn) That Meets The Risk Acceptance Of The Pn. Recommend Applicable U.s. Space Force Launch Readiness Verification (lrv) Requirements And Procedures For Both Launch Vehicle And Spacecraft And Recommend Tailoring To The Pn’s Requirements. 6.7 Site Surveys support On-site Surveys Of The Pn’s Launch Pad, Range, And Associated Facilities. 6.8requirement Definition Support provide To The Pn General Technical Assistance And Support In Their Requirements Definition Generation For Their Pn National Space Missions. 6.9space Training provide A Catalog Of Space Training Courses Available Through The U.s. Government Or Other Means For Pn To Participate In And Gain A Better Understanding Of Space Knowledge And Operations 6.10technical Interchange Meetings support Technical Interchange Meetings, Planning Conferences, Review Meetings, And Other Relevant Meetings To Be Defined By The Pn. Pn Is Requesting 20 Meetings Per Year (4 In-person, Either In The U.s. Or In The Pn’s Territory, And 16 Virtual). 7. Requirements Mapping Study develop A Requirements Matrix Or Other Traceability Tool That Enables The Ability To Verify And Validate Requirements.
6431-6440 of 6537 archived Tenders