Survey Tenders
Survey Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: This Is Not A Solicitation. This Is A Sources Sought Notice Only And Is Issued To Conduct Market Research And Gain Knowledge Of Current Market Capabilities. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Notice Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation Or A Guarantee To Issue A Solicitation In The Future. This Notice Does Not Commit The Government To Contract For Any Supply Or Service. All Information Submitted In Response To This Announcement Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation, If Issued. This Announcement Is Based On The Best Information Available At This Time And Is Subject To Future Amendment.
the Department Of Veterans Affairs, Network Contracting Office 4, Is Conducting A Market Survey To Identify Potential Sources To Perform A Firm Fixed Price Contract For Procurement Of Scrub Dispensing Machines For The Lebanon Va Medical Center, 1700 S. Lincoln Ave., Lebanon, Pa 17042:
draft Requirements Description (not Comprehensive)
the Lebanon Va Medical Center Is Seeking To Procure A Contract For Scrub Dispensing Machines To Cover A Five-year Period.
description
the Lebanon Veterans Affairs Medical Center (lvamc), Located At 1400 S. Lincoln Avenue, Lebanon, Pa 17042, Has A Requirement For A Firm Fixed Price Five-year Idiq Requirements Contract For Automated Scrub Dispensing Machines.
the Contractor Shall Provide All Resources Necessary To Install And Maintain Four Automated Scrub Dispensing Machines, Eight Automated Return Units, And All Scrub Rentals To Include A Loss/replacement Program, Laundering, And Restocking Of The Dispensers. The Automated Dispensing Machines And Automated Return Units Shall Be Located Throughout The Lvamc.
the Contractor Shall Provide All Labor, Equipment, Tools, Materials, Supervision, And Technical Expertise Necessary To Maintain A Properly Managed Automated Dispensing And Scrub Rental Program.
place Of Performance:
department Of Veterans Affairs
lebanon Va Medical Center
1700 South Lincoln Ave
lebanon, Pa 17042
anticipated Period Of Performance:
year 1 - 05/10/2025 Through 05/09/2026
year 2 - 05/10/2026 Through 05/09/2027
year 3 - 05/10/2027 Through 05/09/2028
year 4 - 05/10/2028 Through 05/09/2029
year 5 - 05/10/2029 Through 05/09/2030
scope Of Work:
contractor Shall Provide The Lebanon Va Medical Center With Surgical Scrub Services. All Personnel, Equipment, Tools, Materials, Supervision Shall Be Provided By The Contractor. Contractor Shall Provide, Install, And Maintain Four Automated Scrub Dispensing Machines, Eight Automated Return Units, Along With All Scrub Rentals To Include An Auto-loss Replacement Program, Laundering And Restocking The Dispensers. The Contractor Shall Furnish Everything Needed To Perform This Contract According To All Its Terms.
all Automated Dispensing And Return Units Shall Adhere To The Provided Size Restraints Annotated Herein, And All Scrubs Shall Be Laundered, Folded And Tracked In Accordance With This Statement Of Work.
performance Requirements
the Contractor Shall Provide, Install, And Maintain To Ensure Proper Operations Of:
4 Automated Scrub Dispensers:
dispenser #1 Shall Fit Into The Dimensions Of 93 H X 158 W X 34 D
dispenser #2 Shall Fit Into The Dimensions Of 108 H X 158 W X 34 D
dispenser #3 Shall Fit Into The Dimensions Of 100 H X 79 W X 30 D
dispenser #4 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D
8 Automated Scrub Return Units:
return Unit #1 Shall Fit Into The Dimensions Of 94 H X 106 W X 30 D
return Unit #2 Shall Fit Into The Dimensions Of 96 H X 95.5 W X 29 D
return Unit #3 Shall Fit Into The Dimensions Of 109 H X 37 W X 24 D
return Unit #4 Shall Fit Into The Dimensions Of 108 H X 60 W X 33 D
return Unit #5 Shall Fit Into The Dimensions Of 100 H X 40 W X 25 D
return Unit #6 Shall Fit Into The Dimensions Of 100 H X 40 W X 25 D
return Unit #7 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D
return Unit #8 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D
the Contractor Shall Provide, Stock, Collect, Transport, Hygienically Launder, Fold, Individually Package In Poly Wrap, And Maintain Stock Of Contractor-owned Scrubs Of Various Sizes With Estimated:
minimum Annual Order Of 300,000 Scrubs
maximum Annual Order Of 800,000 Scrubs
the Contractor Shall Have The Ability To Track Weekly Use Of Garments Via An Electronic Monitoring System And Provide A Report Of Items Serviced Upon Request. The Contractor Shall Provide A Rental Program For Scrub Pants, Shirts And Jackets And Provide The Lvamc With An Auto-loss Replacement Policy To Replace Any Scrubs That May Become Damaged Or Deemed No Longer Usable.
detailed Performance Requirements
automated Scrub Dispensers
contractor Shall Deliver All Automated Scrub Dispensers To Proper Locations, Install, Program, Stock And Insure Proper Operations Of Every System.
the Dispensing Machine Units Shall Be Provided By The Contractor On A Rental Basis For As Long As The Contract Is In Place. The Machines Shall Be Installed, Serviced, And Maintained By The Contractor As Well As Be Fully Functional. If A Machine Has Any Technical Difficulties And/or Malfunctions, The Contractor Shall Make Every Effort To Properly Resolve The Issue By Coming On Site As Needed, As Well As Maintaining Open Communication With The Program Point Of Contact (poc) During This Process. The Contractor May Leave A Key To The Dispensing Machines With The Poc In Case Of A Malfunction, Requiring Them To Be Opened For Simple Fixes.
contractor Shall Gather Usage Data Through Input Collected At Each Station. The Collected Data Will Not Require Any Medical Staff Phi/pii Information. Contractor Shall Have No Need To Connect To The Lvamc Network. At No Time Will Patient Or Employee Information Be Shared With The Contractor.
contractor Shall Train All Necessary Staff On How To Properly Use The Dispenser/return Units.
dispenser Locations:
Dispenser #1 Shall Be Housed Within Building 1 Sterile Processing Service Department
Dispenser #2 Shall Be Housed Within Building 101 Operating Room
Dispenser #3 Shall Be Housed Within Building 17, 5th Floor, Dental
Dispenser #4 Shall Be Housed Within Building 101, Room 140
automated Scrub Returns
contractor Shall Deliver All Automated Scrub Returns To Proper Locations, Install, Program, Stock And Insure Proper Operations Of Every System.
the Return Machine Units Shall Be Provided By The Contractor On A Rental Basis For As Long As The
contract Is In Place. The Machines Shall Be Installed, Serviced, And Maintained By The Contractor As Well As Be Fully Functional. If A Machine Has Any Technical Difficulties And/or Malfunctions, The Contractor Shall Make Every Effort To Properly Resolve The Issue By Coming On Site As Needed, As Well As Maintaining Open Communication With The Poc During This Process. The Contractor May Leave A Key To The Return Machines With The Poc In Case Of A Malfunction And The Machine Would Need To Be Opened For Simple Fixes.
contractor Shall Gather Usage Data Thru Input Collected At Each Station. The Collected Data Will Not Require Any Medical Staff Phi/pii Information. Contractor Shall Have No Need To Connect To The Lvamc Network. At No Time Will Patient Or Employee Information Be Shared With The Contractor.
contractor Shall Train All Necessary Staff On How To Properly Use The Return Units.
return Locations:
Return Unit #1 And #2 Shall Be Housed Within Building 1 Sterile Processing Service
Department
Return Unit #3 Shall Be Housed Within Building 101 Operating Room Locker Room #1
Return Unit #4 Shall Be Housed Within Building 101 Operating Room Locker Room #2
Return Unit #5 Shall Be Housed Within Building 17, 5th Floor, Dental Lab
Return Unit #6 Shall Be Housed Within Building 17, 5th Floor, Dental Lab
Return Unit #7 Shall Be Housed Within Building 101, Room 140
Return Unit #8 Shall Be Housed Within Building 101, Room 140
scrubs
the Contractor Shall Be Capable Of Providing Hygienically Clean Scrubs Individually Folded And In Individually Poly-wrapped Packages. The Contractor Shall Have A Management System That Uses Barcoded Garments To Determine Lifecycle Of The Garments For Replacement And Be Capable Of Delivering Disinfected, Sterilized, And Cleaned Scrubs Within 24 Hours To The Facility.
contractor Shall Barcode Each Item To Maintain Precise Management Of Rental Garments In Accordance With Contractor S Regular Business Practices. Contractor Shall Sort And Stock/restock Clean Scrubs Into Dispensing Machines In Designated Areas Of The Medical Center. Contractor Shall Empty Out Soiled Items From The Return Units Located In Designated Areas Of The Medical Center. Contractor Shall Launder Scrubs To Infection Control Standards As Well As The Removal Of Foreign Material (e.g., Soil, And Organic Material) From Scrub Supply Using High-level Disinfection And Sterilization Process. Contractor Shall Also Provide Cleaned Scrubs With No Stained, Marked, Tinted, Or Any Other Foreign Material That Did Not Come With The Original Fabric Of The Surgical Scrubs. All Scrubs Shall Be Cleaned Within Hohenstein And Cdc Approved Standards.
each Item Shall Be Individually Folded And Individually Poly-wrapped Prior To Delivery. Each Item Shall Be Loaded Individually As To Allow For Mix Matching Of Sizes To Be Dispersed As Needed.
contractor Shall Track The Weekly Use Of Garments And Provide A Report Of What Items Have Been Serviced To The Poc Upon Request.
contractor Shall Have The Ability To Custom Tailor Garments To Fit Staffing Sizing Needs And
requirements. Each Dispenser Is To Stock Complete Sizes Of Scrub Sets, I.e. Extra Small, Small, Medium, Large, Extra-large, 2 Extra-large, 3 Extra-large, 4 Extra-large Etc. Request For More Or Less Of Certain Sizes Due To Employee Needs And/or New Sizes Of Scrubs, Due To Change Of Employees, Shall Be Communicated On A Written Request Through The Poc. Contractor Shall Fill The Dispensers To Their Full Capacity On Each Visit. Sizes For Each Dispenser Shall Be Adjusted Based On The Average Weekly Demand History After The Contract Is Awarded. The Contractor Shall Establish, Track, And Modify Distribution Based On Demand History.
the Contractor Shall Provide All Personnel, Rental Equipment, Tools, Materials, Supervision, Other Items And Services Necessary To Manage The Required Garments For Pick-up Three Times Per Week (mondays, Wednesdays And Fridays), Cleaning, Drop-off Three Times Per Week (mondays, Wednesdays And Fridays) And Restocking Of Cotton/polyester Blend Scrub Uniforms/scrub Jackets For The Lebanon Va Medical Center As Defined In This Statement Of Work.
the Following Scrub Colors Shall Be Available And Decided Upon Award Of Contract:
ceil Blue
royal Blue
navy
steel Grey
teal
black
forecasted Demand Per Dispenser By Size:
regular Sizes
4-xl-5%
3-xl-5%
2-xl 10%
xl-25%
large 25%
medium 10%
small-5%
extra Small-5%
hours Of Operation
the Contractor Shall Perform The Tasks As Required By The Sow Under This Contract During The Following Hours: Monday, Wednesday, And Friday Between 6:00am, Et, And 2:30pm, Et, Unless Other Time Is Specified.
holidays: Delivery Of Scrubs Shall Not Occur On Federal Holidays. Should A Delivery Be Regularly Scheduled On A Holiday, The Delivery Shall Occur On The Workday Prior To The Holiday. The Observed Federal Government Holidays Are: New Year S Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day,
veterans Day, Thanksgiving Day, And Christmas Day. When Such Holiday Falls On First Non-workday, The Preceding Workday Shall Be Considered A Holiday. When Such Holiday Falls On The Second Non-workday, The Next Workday Shall Be Considered A Holiday.
a Special Event Or Adjusted Work Hours: If Circumstances Should Arise Wherein The Contractor Desires A Different Work Schedule As Required, The Contractor Shall Request This In Writing. Submit A Written Request To The Government Poc A Minimum Of 72 Hours Before The Requested Adjusted Work Schedule, To Include Inclement Weather.
general Information
quality Control
the Contractor Shall Monitor Its Employees' Performance And Based Upon The Results Of Such
monitoring, Shall Establish Performance Improvement Activities To Assure Employee Efficiency And Knowledge Meets Standards. Contractor Shall Ensure Employees Are Performing Their Duties In A Manner Consistent With All Federal, State, And Local Rules And Regulations As Set Forth By Applicable Regulatory Agencies And This Contractual Agreement.
quality Assurance
if The Government Performs Inspections Or Tests On The Premises Of The Contractor, The
contractor Shall Furnish, Without Additional Charge, All Reasonable Facilities And Assistance For
the Safe And Convenient Performance Of These Duties.
infection Control
all Laundering Employees, Including Truck Drivers, Shall Be Educated As Well As Practice Proper
hand-washing Techniques And Shall Also Participate In Educational Programs To Learn About Blood Borne-pathogen Management And The Use Of Personal Protective Equipment (ppe). Care Shall Be Taken To Contain Pathogens During Transport (separation Of Clean From Soiled), Efforts To Avoid Cross Contamination Between Soiled And Clean Items And Use Of A Consistent Thorough Wash Process. A Quality Assurance Program Shall Be Used To Ensure Life Of Textile Is Not Exceeded Per Manufacture Recommendations. Transportation Of Any Scrubs Shall Be Covered With Heavy Plastic Prior To Leaving The Plant To Avoid Any Pathogen Contamination And Handled In Accordance With Industry Best Practice To Ensure That They Remain Hygienically Clean. This Includes The Use Of A Truck Dedicated To Healthcare Transport And Proper Use Of Personal Protective Equipment (ppe).
inspections
the Government, At All Reasonable Times, Shall Have Access And Permission To Inspect The Delivery Truck And Carts.
contractor Staff Information
the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person, And An Alternate Or Alternates, Who Shall Act For The Contractor When The Manager Is Absent, Shall Be Designated In Writing To The Contracting Officer. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager And Alternate Or Alternates Shall Be Able To Read, Write, Speak, And Understand The English Language.
uniforms
all Employees Shall Wear Contractor Provided Uniforms (contractor Code Of Dress), Which Include Pants, Shirts Or Blouses, And Protective Clothing Which Are Clearly Distinguishable From Other Lvamc Uniforms Currently In Use. The Uniform Shall Be Worn As Designed By The Manufacturer. Open Toe Shoes Or Sandals Shall Not Be Worn. A Basic Leather Shoe Covering The Entire Foot Is Recommended. All Personnel Shall Display Identification Badges On Their Uniforms, Which Will Show The Employee S Last Name And The Contractor S Full Name.
personal Hygiene
contractor S Personnel Shall Be Clean, Bathe Daily (including Hair), And Wear A Clean Uniform Daily. Fingernails Shall Be Clean And Free Of Dirt. Hair Shall Be Neatly Trimmed And Combed.
security Requirements
the Contractor S Employees Shall Wear Visible Identification At All Times While On The Premises. It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. The Department Of Veterans Affairs Shall Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited On Va Grounds. Possession Of Weapons Is Prohibited. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. All Contractor Employees Performing Tasks Related To This Sow, While On Lvamc Property, Shall Have Proper Valid Identification. All Applicable Background Checks Shall Be Completed Before Contractor Employees May Begin Work. Badges After Security Clearances Shall Be Worn At All Times While On Va Grounds.
damage
extreme Caution Shall Be Exercised To Prevent Damage To The Building And Its Contents. Any Damage Shall Be Reported To The Poc Immediately For Appropriate Action. Any Damage Caused By The Contractor Shall Be Repaired And Or Replaced To The Satisfaction Of The Va At The Contractor S Expense. Damage To The Building, Its Contents Or Loss Of Government Property In Excess Of $100,000 Shall Require A Report Of Survey Or Investigation Report By The Vacc. Appropriate Government Personnel Shall Conduct The Investigation. The Responsible Party Shall Be Required To Replace And/or Submit Payment For Damage Or Loss.
access (keys)
if The Poc Provides Keys For Access, It Shall Be The Contractors Responsibility To Safeguard And Control Keys Provided.
capabilities Statement And Documentation:
companies Are Invited To Provide Their Capabilities, Experience, And Knowledge In The Provision Of Scrub Dispensing Machines. Sources Are Asked To Provide Information To Demonstrate Their Answers To The Following Items Of Information:
1. General Information About Your Company To Include:
company Name:
company Address:
socioeconomic Status:
gsa Contract Number Covering These Services And Expiration Date (if Applicable):
company Unique Equity Identifier (uei):
company Naics Code(s):
point Of Contact Name:
point Of Contact Phone Number:
point Of Contact Email Address:
company Website (if Available):
2. The North American Industry Classification System Code (naics) Is 812332 (industrial Launderers), And The Small Business Size Standard Is $47 Million.
3. Based On Market Response, The Following Clauses May Be Included In A Resulting Solicitation, Should One Be Issued:
vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside.
vaar 852.219-11, Va Notice Of Total Veteran-owned Small Business Set-aside.
far 52.219-6, Notice Of Total Small Business Set-aside.
accordingly, Prospective Contractors Will Be Required At Time Of Solicitation Response To Certify To The Applicable Limitation On Subcontracting Requirements In 13 Cfr 125.6, With Reference To The Appropriate Set-aside. Please Include In The Response To This Sources Sought Notice Your Ability Or Inability To Certify To The Clause Applicable To Your Organization.
4. Provide A Summary Of Your Firm S Ability To Provide The Services Described In This Announcement. In Addition To A Capability Statement, Submissions Can Include Specifications, Brochures, And Manuals As Attachments.
submit Responses Via Email Only To Contracting Officer Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00 Pm Est, Tuesday, January 14, 2025, With Sources Sought Number 36c24425q0186 In The Subject Line. Telephone Responses And/or Questions Shall Not Be Accepted. The Government Will Not Provide Feedback In Response To Vendor Questions About The Requirement At This Time. If You Identify Ambiguities Or Have Concerns About Anything In The Description Of The Requirement, However, Please Include Them With Your Response. Confirming Receipt Of The Response Is The Responsibility Of The Contractor. Contact The Contract Specialist If The Government Does Not Confirm Receipt Of The Sources Sought Response Within 2 Business Days.
simply Responding As An Interested Party Does Not Constitute Your Company As A Source. Prospective Contractors Must Provide The Above Requested Information. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Be Published On The Sam, Nasa Sewp V Or Gsa Websites In The Near Future. Responses To This Sources Sought Notice Are Not Considered Adequate Responses To A Solicitation Announcement. All Prospective Contractors Are Required To Respond To A Solicitation Announcement In Addition To Responding To This Sources Sought Notice.
prospective Contractors Are Reminded That In Accordance With Far 4.11 They Shall Be Registered In The System For Award Management (sam) Database And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of A Contract. Sam Is Located At Https://sam.gov/sam/ And Consolidated The Capabilities Of Ccr/fedreg, Orca, And Epls. There Is No Cost To Use Sam.
no Solicitation Document Is Available At This Time; This Notice Is To Acquire Information Only.
Closing Date14 Jan 2025
Tender AmountRefer Documents
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
United States
Details: Amendment 0001 Responses To Questions Received By The 02/11/2025 3:00 Pm Due Date And Time Are Included Within The Attachment, "solicitation 1333mh25q0001 Questions And Responses".end Of Amendment 0001combined Synopsis/solicitationnon-personal Services To Provide Indoor Mold Remediation And Cleaning At The Weather Forecast Office (wfo) Honolulu In Honolulu, Hi.(i) this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.(ii) this Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1333mh25q0001.(iii) the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (jan 2025).(iv) this Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 562910. The Small Business Size Standard Is 1,000 Employees. (v) this Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services:clin 0001services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary To Provide Mold Remediation And Cleaning At The Weather Forecast Office Honolulu, In Accordance With The Statement Of Work. Period Of Performance Is 60 Days From Award Date.(vi) description Of Requirements Is As Follows:see Attached Statement Of Work And Department Of Labor Wage Rates: Wd 2015-5689, Revision No. 24, Dated 12/23/2024, Which Can Be Found On: Https://sam.gov/content/wage-determinations(vii) date(s) And Place(s) Of Delivery And Acceptance:period Of Performance Shall Be 60 Days From Date Of Award. Place Of Performance Is Weather Forecast Office Honolulu Located On The Campus At The University Of Hawaii Manoa, 2525 Correa Road, Honolulu, Hi 96822.(viii) Far Provision 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sept 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(ix) Far Provision 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(x) Far Provision 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advised To Include A Completed Copy Of The Provision With Its Offer.(xi) Far Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. (xii) Far Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025), Applies To This Acquisition And Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment. (xiii) Any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply.(xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 3:00 Pm Ht (hawaii Time) On 02/18/2025. All Quotes Must Be Submitted Electronically Via Email To Katy.reano@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Katy.reano@noaa.gov.utilization Of Fedconnect® For Contract Administrationthe Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.(end)1352.215-72 Inquiries (apr 2010)offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Katy Reano At Katy.reano@noaa.gov. Questions Should Be Received No Later Than 03:00 Pm Ht On 02/11/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.(end Of Clause)52.237-1 Site Visit (apr 1984)offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.(end Of Provision)a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact Dwight Low At Dwight.low@noaa.gov, Tel: 808-725-6087 To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Katy.reano@noaa.gov.far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023)notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror.1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation. Quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Katy.reano@noaa.gov. 2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote. 3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability.4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered.paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following:1. technical Acceptability/capability. 2. price. The Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021) Offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a). (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following; 1. technical Acceptability/capability. Quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. The Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To Katy.reano@noaa.gov By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services.offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance.2. price. The Government Intends To Award A Low Priced, Technically Acceptable, Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30.(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.(end Of Provision)
Closing Date19 Feb 2025
Tender AmountRefer Documents
National Institutes Of Health Tender
Healthcare and Medicine
United States
Details: This Is A Sources Sought Notice (ssn) Only. This Is Not A Request For Proposal, Quotation Or Invitation To Bid Notice And Does Not Constitute A Commitment By The Government.
the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of All Qualified Business Sources; (2) If A Small Business Source Please Provide If; Hubzone Small Businesses; Service-disabled, Veteran Owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Economically Disadvantaged Women-owned Small Business, Or Small Disadvantaged Businesses; And (3) Provide Source Size Classification According To The North American Industry Classification System, (naics) Code For The Proposed Acquisition.
your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Small Business Set-aside Is Possible. If An Organization That Is Considered A Small Business Under An Applicable Naics Code, Please Provide That Naics Code. Proprietary Information Submitted Should Be Marked Appropriately. All Submitted Information Shall Remain With The U.s. Government And Will Not Be Returned.
all Responding Firms Are Requested To Identify Their Firm’s Size And Type Of Business. Teaming Arrangements And Joint Ventures May Be Considered For Any Subsequent Procurement Based On The Government’s Market Research.
this Market Research Is Being Conducted To Identify Sources That Have Prime Contractor Experience With Optimized Regulatory And Commercialization Support And Education. The Long-term Strategic Outcome Of This Project Is To Improve Navigation Of The Laboratory-to-market Pipeline By Biomedical Innovators Funded Through The Nih Small Business And Translational Product Development Programs By Providing Targeted Regulatory And Commercialization Support And Education. This Includes Support Of Both Individual Innovators And The Nih Innovation Ecosystem As A Whole By Providing Subject Matter Expertise And Developing Educational Resources To Provide Durable Regulatory And Reimbursement Support.
the National Institutes Of Health (nih) Funds Research Aimed At Improving The Health Of Individuals, And The Nih Office Of Extramural Research (oer) Ensures Scientific Integrity, Public Accountability, And Effective Stewardship Of The Nih Extramural Research Portfolio. Oer Is Committed To Accelerating The Commercialization (i.e. Lab To Market) Path For Promising Federally Funded Science And Technologies With The Potential To Improve Patients’ Lives. This Goal Is Required From The Legislation Establishing The Small Business Innovation Research (sbir) And Small Business Technology Transfer (sttr) Programs. Catalyzing New Technology And Solution Development Is An Element Of The Nih Wide Strategic Plan, Fiscal Years 2021 – 2025 And The Hhs Strategic Plan, Fiscal Years 2022 – 2026 (strategic Objective 4.2: Invest In The Research Enterprise And The Scientific Workforce To Maintain Leadership In The Development Of Innovations That Broaden Our Understanding Of Disease, Healthcare, Public Health, And Human Services Resulting In More Effective Interventions, Treatments, And Programs).
the Small Business Education And Entrepreneurial Development (seed) Office Within The Nih Oer Supports The Nih Innovator Community By Providing Funding And Resources To Help Advance Discoveries To Products That Improve Patient Health. Seed’s Community Is Comprised Of Both Academic And Small Business Awardees, As Well As The Nih Staff Who Administer These Awards.
academic Innovators Have Access To Commercialization Resources Through Several Programs, Most Notably The Nih Research And Evaluation And Commercialization Hubs (reach) Awards. The Reach Program Comprises 5 Proof-of-concept Hubs And Provides Commercialization Support To Eligible Institutions, Including Funding, Mentoring, And Feedback From Federal And Industry Experts. Over The Past 36 Months, Seed In Collaboration With The Incumbent Provided Written Feedback To 78 Innovators Participating In The Reach Program. Contribution Of Regulatory And Payment Perspectives For These Very Early-stage Projects Is Critical To Help The Reach Program Awardees Make Final Funding Decisions And Ensure The Subawards Proceed In The Most Effective Way To Validate Proof Of Feasibility For The Proposed Technologies.
access To Subject Matter Experts For One-on-one Consultations Is A Cornerstone Of Many Of Seed’s Programs Including The Consultation Program, Company Showcase Program, Taba Needs Assessment Report Review Program, And Sow Development Program. Over The Past 36 Months, Seed Has Worked Closely With The Incumbent To Provide 124 Regulatory And 50 Reimbursement Consultations. These Calls Have Provided Innovators With Information Directly Relevant To Their Unique Product Or Service, Streamlining Their Interactions With Fda And Cms/payors. The Focus Of The Companies Spans The Full Spectrum Of Nih Mission Space – From Pre-conception Through Death, And All Technology Types (biologic And Small Molecule Drugs, Medical Devices, Diagnostics, Samd, Health It, Manufacturing And Research Tools). The Confidential Information Shared Between Nih Awardees And It’s Contractor To Support These Consultations Is Equivalent To The Information An Awardee Might Share With Their Program Officer, And It Is Extremely Important To Seed That The Potential Contractor Conducting These Consultations Be Non-conflicted With The Intent Of Providing Only Consultations And Not Seeking Additional Work From The Nih Portfolio. Each Consultation Is A Critical Contribution To An Individual Research Project Within The Nih Portfolio, And Helps Nih Achieve Its Overarching Goal Of Improving The Health Of The Nation.
major Themes Emerging From These Consultation Programs Provided The Framework For Seed’s Suite Of Online Educational Resources. This Resource Library Includes Critical, Actionable, Information About Regulatory And Reimbursement/payment Activities In The Us Life Sciences Ecosystem. The Communication Style Of These Resources Is Based Upon Intimate Knowledge Of The General Level Of Awareness Of The Nih Portfolio On Each Topic. It Is Seed’s Intent To Continue Development Of And Broadly Disseminate Awareness Of These Resources To The Global Life Science Innovation Ecosystem. The Resources Align With Four Primary Educational Approaches.
knowledge Guides Provide A Complete Overview Of A Given Topic (such As Regulatory Development Of An In Vitro Diagnostic). These Are Effectively Short Textbooks On Each Topic.
white Papers Dive Into Distinct And Common Processes Life Science Innovators May Encounter During The Development Of A New Product. These Are Action-oriented Process Descriptions.
a Video Library Of 8 – 13-minute Recordings Provide Clarity About Processes Not Well Described In Text Such As Performing Online Research In Government And Public Access Databases.
case Studies Describe Realistic Innovator Journeys Through The Multiple Stages Of A Regulatory Or Reimbursement Campaign And Clarify How And When The Information Contained In The Knowledge Guides, White Papers, And Short Videos Should Be Implemented.
collectively These Resources Provide Relevant And Actionable Information About How To Develop A New Medical Product In The United States. Many Of The Originally Proposed Resources Have Been Developed And Posted Online, Additional Resources Are In Queue, And Periodic Review Of Published Resources Is Ongoing To Ensure Content Remains Relevant And Embedded Links Are Active. Please See The Following Links For Examples Of Regulatory (https://seed.nih.gov/product-development-support/consulting/regulatory-consultation/medical-devices) And Reimbursement (https://seed.nih.gov/product-development-support/consulting/reimbursement-consultation/diagnostics) Resources Co-developed By The Incumbent And Seed.
the Goals Of This Procurement Are To Continue To Support Seed With Successfully Completing The Following Outcomes:
strengthen Seed’s Entrepreneurial Education And Development Activities To Enhance Outcomes Of The Nih Small Business Innovation Research (sbir), Small Business Technology Transfer (sttr), And Other Translational Research Programs.
partner With Seed And Nih Institutes And Centers (ics) To Identify, Develop, And Execute Programs (e.g. Webinars, Workshops, Conferences, Meetings) To Enhance And Improve The Outcomes Of Nih-funded Product Development Programs.
widely Disseminate And Support Broad Adoption Of The Online Resources Developed By The Incumbent And New Resources Developed By The Successful Applicant.
ensure All Online Resources Are Periodically Reviewed For Adherence With Current Practices Of Hhs Operational Divisions As Well As Industry Best Practices.
enhance Collaboration Between Hhs Operational Divisions Through Direct Introductions And Knowledge Of The Organizational And Operational Cultures Of Nih, Fda, Cms, Cdc, Arpa-h, Hrsa, And Aspr.
this Procurement Aligns With The Following Hhs And Nih Strategic Objectives:
hhs Strategic Objective 4.3: Advance Basic Science Knowledge And Conduct Applied Prevention And Treatment Research To Improve Health And Development.
nih Strategic Plan Objective 1 | Advancing Biomedical And Behavioral Sciences
nih Strategic Plan Objective 3 | Exemplifying And Promoting The Highest Level Of Scientific Integrity, Public Accountability, And Social Responsibility In The Conduct Of Science
information Requested:
please Submit The Following Information:
name And Address Of Company And Or Companies (if There Is A Teaming Arrangement).
corporate Capabilities - Experience Similar In Scope, Size, And Complexity To The Requirements.
relevant Experience Listing Up To Three (3) Customers (government/non-government) Within The Past 5 Years, Providing:
contract Name
contracting Agency Or Department
yearly Contract Value In Dollars
period Of Performance
description Of Work, How It Relates To Oer/seed Requirements.
please State Whether Your Company Is A Small Business Or Not. Also State If Any Of The Following Apply To Your Company; Hubzone Small Businesses; Service-disabled, Veteran Owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Economically Disadvantaged Women- Owned Small Business, Or Small Disadvantaged Businesses.
state Your Size Classification According To The North American Industry Classification System, (naics) Code For The Proposed Acquisition.
submission Requirements:
page Limits (not Including A Cover Letter Or Introduction Page) – Up To Four (4) 8 ½” X 11” Pages For Corporate Capabilities And Up To Three (3) 8 ½” X 11” Pages For The Relevant Experience
1 Inch Margins (top, Bottom And Sides)
times New Roman Font – 12 Point
do Not Include Promotional Materials
interested Firms Responding To This Market Survey Must Provide A Capability Statement Demonstrating Their Experience, Skills, And Capability To Fulfill The Government’s Requirements For The Above In Accordance With Federal Acquisition Regulation (far) 19.502-2(b).
the Capability Statement Shall Be In Sufficient Enough Detail So That The Government Can Determine The Experience And Capability Of Your Firm To Provide The Requirements Above.
please Specify One Primary And One Alternate Point Of Contact (poc) Within Your Firm, Including Telephone Numbers And Email Addresses.
only Electronic Copies Of Capability Statements Will Be Accepted. A Determination By The Government To Proceed With The Acquisition As A Set-aside Is Within The Discretion Of The Government. Please Submit All Capability Statements To Donald.ledwig@nih.gov By Friday, January 24, 2025, At 3:00 Pm. No Telephone Requests Will Be Accepted.
Closing Date24 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Sources Sought
sources Sought
this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is A Request For Information Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations.
the Department Of Veterans Affairs, Dallas Va Medical Center In Dallas, Texas Intends To Award A Firm-fixed Price Contract For The Purchase Of A Flow Cytometer. The Government Is Conducting A Market Survey To Help Determine The Availability And Technical Capability Of Qualified Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, Small Businesses, Hubzone Small Businesses And/or Other Large Businesses Capable Of Serving The Needs Identified Below. This Sources Sought Notice Is For Open Market As Well As Federal Supply Schedule (fss) Items. If You Have These Items Or Similar Items On Fss, Please Respond With Your Fss Number.
please Review The Attachments Statement Of Work (sow) And List Of Materials Requested.
the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size
classification/socioeconomic Status (service-disabled Veteran-owned Small Business, Veteran-owned Small Business, Women-owned Small Business, Hub Zone, 8(a), Small Business Or Large Business, Relative To Naics 334516. Responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On Federal Business Opportunities Website Http://www.fbo.gov Or Gsa E-buy At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement.
your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.
please Review The Attachments Statement Of Work (sow) Below And Attachment A Supplies Requested.
please Advise If You Carry The Products For This Requirement. Please Submit All Information To Susan Flores At Susan.flores2@va.gov No Later Than February 19, 2025, 10 Am Cst.
the Department Of Veterans Affairs, Veterans Health Administration, Network Contracting Office 17, Intends To Award A Firm-fixed Priced, Idiq Contract With Two Option Years.
purpose: Requesting The Procurement Of One Sample Preparation System, Table, Reagents, Consumables, Supplies, Maintenance, Technical Support, And Off-site Customer Training To Assist In The Ability To Perform Quantitative Lymphocyte Subset And Leukemia/lymphoma Immunophenotyping Testing On Flow Cytometers For The Flow Cytometry Testing Area At The Va North Texas Health Care System (vanthcs), Dallas, Tx.
work Statement
scope: The Contractor Will Provide One (1) New Sample Preparation System And All Ancillary Components Including All System Software, Upss, Monitors, Auto-handlers, Scanners, Printers, Instrument Stands, Technical Support, Off-site Customer Training, And Business Hours Service Plan. This System Must Be Compatible With The Current Flow Cytometers And Software Currently In Use In The Laboratory. The Current Test Volume Is Estimated At 2,000 Tests For The Quantitative Lymphocyte Subset And 800 Tests For Leukemia/lymphoma Immunophenotyping.
contractor Shall:
deliver, Install, And Set Up The Instrument And Components.
provide Test Validation Guidance And Validation Supplies.
provide Technical Support And Guidance.
provide Reagents, Consumables, And Supplies As Requested By Vanthcs Staff To Perform Testing Utilizing Both The Sample Preparation System And Flow Cytometers.
provide Setup For Interfaced Result Reporting, Which Includes Lis Physical Connection And Translation (drivers), And Any Required (additional) Interface Connection License(s).
provide Instrument Repairs And Scheduled Preventive Maintenance For The Instrument And System Components.
provide Basic And Advanced Operator Training.
location: The Analyzer Shall Be Located, And Testing Will Be Performed In The Flow Cytometry Section Of Client Services & Immunopathology, Room 1b-424, Pathology & Laboratory Medicine Service, Va North Texas Health Care System, 4500 S. Lancaster Rd., Dallas, Tx 75216.
performance Requirements: The Following Are Required:
system Requirements:
sample Preparation System
system Designed To Work With The Bd Facslyric Flow Cytometer That Exists In The Lab Currently.
system Designed To Work With The Bd Facsuite Application That Exists In The Lab Currently.
automated Cocktailing Of Reagents.
ability To Accommodate Multiple Reagent Vials, Not Vendor Specific. Complete List Of Potential Antibody Reagents Used On The System. (attachment A)
traceability Of Specimens, Reagent Vials, And Reagent Cocktails.
primary Specimen Tube Loading Capability With Throughput At <190 Minutes.
bidirectional Lis Compatibility With Data Innovations And Vista.
capable Of Onboard Washing Of Sample Tubes.
capable Of Onboard Centrifugation Of Sample Tubes.
includes Instrument Workbench (stand) To Accommodate The Sample Preparation Instrument And Flow Cytometer.
maintenance:
the Contractor Shall Perform Preventive Maintenance At Intervals Specified By The Manufacturer To Ensure Proper Equipment Performance. Preventive Maintenance Includes The Following:
the Sample Preparation System For The Entirety Of The Contract.
the Two Existing Bd Facslyric Flow Cytometers And Universal Loaders For The Entirety Of The Contract.
the Existing Facs Sample Prep Assistant For The Base Year To Support Validation Of The New Sample Preparation System.
delivery Of Parts Or Materials For Preventive Maintenance.
testing All Components For Proper Test Performance. Equipment Shall Reproduce Results According To The Manufacturer S Specifications.
after Preventative Maintenance, The Contractor Shall Submit A Detailed Work Report For Notice At No Additional Cost.
the Contractor Shall Provide All Preventive Service Materials At No Additional Cost To The Government.
technical Support:
support Personnel Will Be Available During Business Hours Each Business Day, And Live Representatives Via The Contractor S Message Center Will Be Available By Telephone At All Other Times.â
technical Support Shall Be Available Via Telephone During Business Days (and By Message Center After Hours) To Provide Troubleshooting Assistance Or To Answer Testing Inquiries.
on-site Technical Support Shall Be Available For Escalations Within 48 Hours.
on-site Repairs And Service Support:
service Support Includes The Following:
the Sample Preparation System For The Entirety Of The Contract.
the Two Existing Bd Facslyric Flow Cytometers And Universal Loaders For The Entirety Of The Contract.
the Existing Facs Sample Prep Assistant For The Base Year To Support Validation Of New Sample Preparation System.
for Issues That The Contractor Determines To Require On-site Support, The Contractor Shall Dispatch One Or More Support Personnel, Normally Within 48 Business Hours After Documentation.
the Contractor Shall Submit A Detailed Work Report To Include All Required Materials.
the Contractor Shall Provide All Parts And Materials (including Ancillary Components (workstation Computer, Workstation Printer) At No Additional Cost The Government.
the Contractor Shall Remove All Parts, Equipment Or Materials Replaced, Or Upgraded By The Contractor Due To And Not Limited To Repairs, Replacements, Recall, And Upgrades Without Any Cost To The Government.
training: The Contractor Shall Provide The Following:
two Initial Off-site Operator Training Of Analyzer
two Additional Off-site Basic Operator Training For Bd Facslyric With Bd Facsuite Clinical Software.
handouts And Training Materials In Sufficient Quantity For Each Participant. These Are Off-the-shelf Courses. The Contractor Shall Provide Lesson Plan, Course Materials And Media (dvd S, Cd S, Videos, Etc. If Required), And Editable Procedures At No Additional Cost.
additional On-site Training As Requested By Vanthcs At No Additional Charge.
safety:
the Contractor Shall Immediately Notify Vanthcs Of Any Changes In Reagent Kit Composition, Procedure Modification, Recall Notification, Or Any Changes That Will Affect The Performance Of The Test Or Procedure According To Fda Regulations.
test Performance:
all Procedures And Equipment Must Be Performed At The Manufacturer S Specifications. Deviations From The Performance Specifications Shall Be Corrected By The Contractor.
test Performance Will Be Evaluated By And Not Limited To Performance Through Peer Comparison, Quality Control, And Cap Peer Evaluation.
the Vendor Shall Reimburse Vanthcs For Any Costs And/or Supplies Related To Tests Sent To A Referral Laboratory When Testing Is Not Available Through No Fault Of The Facility Due To Reagent Problems, Other Product Issues, Instrumentation Failure, Or Other Factors.â â The Assessed Damages Shall Be Applied To The Invoice In The Form Of A Credit Or Deduction.
period Of Performance: The Agreement Will Be In Effect For A Contract Year, With Options To Extend The Contract For An Additional Two (2) Option Year Periods:
base Period - May 17, 2025, Through May 18, 2026
option 1 - May 17, 2026, Through May 18, 2027
option 2 - May 17, 2027, Through May 18, 2028
the Vendor Shall Remove All Equipment Within 90 Days After Notification Of The Expiration Of The Terms Of This Agreement But Not Until The Completion Of The Vendor's Equipment Installation Inclusive Of Completed Cross-over Studies. The Vendor Shall Be Responsible For Removing The Hard Drive And Turning It Over To The Vanthcs For Destruction Before Removal Of Any Analyzer.
deliverables And Supplies: This Order Is For The Cost Per Test Procurement Of An Instrument/system For Testing By Flow Cytometry. Reagents And Supplies Will Be Purchased Under The Terms Of The Reagent Rental Purchase Agreement.
the Contractor Shall Deliver All Supplies Necessary For Test Performance At No Government Cost.
the Contractor Shall Deliver All And Not Limited To Operational, Maintenance, Troubleshooting, Small Repairs, Equipment Specifications, And Test Manuals.
the Contractor Shall Install The Equipment And Perform Test Verification According To Manufacturer Specifications And Cap Requirements.
the Contractor Shall Provide Supplies: Reagents And Consumables For Wbc Immunophenotyping And Cd4/cd8 Testing. Additional Testing May Be Added At The Discretion Of Vanthcs. Any Additional Testing Shall Be Negotiated Between The Contractor And Vanthcs.
if Requested Supplies Are On Back-order, Then The Contractor Is To Provide Information As To The Estimated Time Of Availability.
the Contractor Shall Deliver All Invoices For Review According To The Established Contract At The End Of Each Billing Cycle.
all Items Not Contracted Shall Be Specifically Detailed On The Invoice Including Description, Quantity Acquired, And Government Cost.
any Changes In Reagents Or Equipment Modifications Shall Be Immediately Disclosed By The Contractor Electronically As Well As By Postal Mail With Supporting Documentation Of The Change, And Detailed Guidance For Implementation Within Twenty-four Hours Of Its Application.
additional Charges Incurred By The Government To Provide The Continuity Of Contracted Tests To Patients And Not Limited To Outsourcing, Transportation, And Or Any Other Additional Cost Shall Be Covered By The Contractor At No Additional Charge To The Government.
contractor Security Contract Requirements: This Contractor Requires No Access To Vanthcs Or Any Va Information System. The Analyzer Will Be Interfaced To The Vanthcs Information System Through Data Innovations. There Will Be Supervised Access When The Contractor Is Physically Present For Technical Support, Service Calls, And Scheduled Preventative Maintenance.
Closing Date19 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Announcement. The Government Is Seeking To Identify Qualified Other Than Small And Small Business Sources Under North American Industry Classification System (naics) 541330 (engineering Services). The Small Business Size Standard Is $25.5m. This Notice Is For Market Research Purposes Only And Is Not A Request For Proposal (rfp) Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice.
this Announcement Constitutes A Market Survey That Is Being Conducted For Planning Purposes Only And The Information Received Will Assist The Government In Developing An Acquisition Method For This Project. This Notice Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. The Government Invites Responses From Other Than Small And Small Businesses. This Notice Will Be Used In Part To Determine If There Will Be A Small Business Reserve For The Procurement.
contract Information: The U.s. Army Corps Of Engineers (usace), Los Angeles District Will Select Remedial Design Firm(s) For A Single Award Task Order Contract Or Multiple Award Task Order Contract For Iron King Mine–humboldt Smelter (ikm-hs) Superfund Site, Remedial Design (rd), Indefinite Delivery Indefinite Quantity (idiq), Dewey-humboldt, Az. The Idiq Will Have A Value Up To $49,000,000.00. The Contract(s) Are Anticipated To Be Awarded In 2nd Quarter Fiscal Year 2026 With A Five Year-base Period.
2. Project Information: Usace Los Angeles District Entered Into A Cooperative Agreement With The United States Environmental Protection Agency (epa) To Provide Remedial Action For The Ikm-hs Superfund Site, Located In Dewey-humboldt, Arizona (site). The Remedial Action Selected Is Presented In The Record Of Decision (rod), Iron King Mine – Humboldt Smelter, Superfund Site, Dewey-humboldt, Yavapai County, Arizona, Epa Id: Az0000309013 (usepa, 2023). The Rd Will Be Completed In Compliance With The Rod And Supplemental Design Information. The Rod Selected Remedy Is Alternative 3b: On-site Consolidation/containment At Two Repositories With Waste Remaining East And West Of The Highway. The Highway Is State Route 69 That Serves As The Main Road To Prescott, Arizona, From Arizona Interstate 17. The Engineering Services Contractor Will Determine What Studies Are Necessary To Implement Alternative 3b And Design Alternative 3b. Respondents Must Refer To The Rod And The Alternative 3b For Context.
alternative 3b Removes Mine And Smelter Wastes, And Contaminated Soils And Moving Them To Two Waste Repositories. Mine Wastes And Contaminated Soils From The Former Mine And Surrounding Areas West Of Highway 69 Would Be Moved Into A Repository On The Existing Mine Tailings Pile West Of The Highway. Mine Wastes At The Former Smelter And In The Chaparral Gulch East Of Highway 69 Would Be Moved Into A Second Waste Repository East Of The Highway.
additionally, The Lower Chaparral Gulch Dam East Of The Highway Shall Be Removed To Allow Access To Waste In The Lower Chaparral Gulch And Restore The Natural Hydraulics And Vegetation Of The Drainage. This Shall Include Watershed And Habitat Restoration.
additional Notable Details Concerning The Site Are Associated With The Former Pyrometallurgical Operations And The Wall Of Solid Slag Hanging On A Cliff Above The Agua Fria River. The Former Pyrometallurgical Operations Of The Humboldt Smelter, (former Blast Furnaces, Metal-purifying Converters, Coal And Coke Heating, Sintering, Power Generation, Etc.) Were Situated On The North End Of A High Plateau Surrounded By Steep Slopes And Lower Terrain. Heating, Power Generation, Etc.) Were Situated On The North End Of A High Plateau Surrounded By Steep Slopes And Lower Terrain. This Area Contains Soils Contaminated With Metals Including Arsenic And Lead And The Area Is Covered By Dross Waste. South Of The Former Pyrometallurgical Operations Area, The Smelter Plateau Also Contains Arsenic Lead Contaminated Soils.
on The Eastern Edge Of The Smelter Plateau, A Wall Of Solid Slag Hangs On The Cliff Above The Agua Fria River About 80 Feet High. It Contains Roughly 280,000 Cubic Yards Of Material. The Slag Is Similar To Solidified Lava Rock. It Is Inert And Does Not Pose A Chemical Health Risk Unless It Is Pulverized Into Soil-like Material Or Sediments. Data Indicates That Pulverized Slag Is Leachable And Slag Falling Into The River And Being Pulverized Could Release Metals To The River Over Time.
the Contractor Performing This Work Shall Comply With All Applicable Federal, State, And Local Laws, And Regulations Including, But Not Limited To The 1968 National Oil And Hazardous Substances Pollution Contingency Plan, As Amended, And The 1980 Comprehensive Environmental Response, Compensation And Liability Act (cercla), As Amended.
supplemental Information
iron King Mine - Humboldt Smelter
dewey-humboldt, Az
site Documents & Data
https://cumulis.epa.gov/supercpad/siteprofiles/index.cfm?fuseaction=second.docdata&id=0905049#sc
iron King Mine - Humboldt Smelter | Superfund Site Profile | Superfund Site Information | Us Epa.
submission Requirements: Interested Firms Should Submit A Document Describing Relevant Demonstrated Experience And Qualifications Via Email Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil No Later Than 11 February 2025. The Submissions Should Not Exceed 10 Pages. The Submission Will Address All Questions In The Sources Sought Questionnaire And Your Ability To Perform Services Stated In The Project Information Section Of This Sources Sought. There Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope.
cover Letters And Extraneous Materials (brochures, Etc) Will Not Be Considered. Questions Concerning Submissions Should Be Directed To Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil. Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Scheduled. Emails Or Phone Calls Requesting Personal Visits Will Not Receive A Reply.
sources Sought Questionnaire
section 1: General
business Name:
business Address:
unique Entity Id (uei) In Sam:
if Joint Venture (jv), Submit Uei Of The Jv:
responsible Point Of Contact (name, Number, Email Address):
offeror's Type Of Business And Business Size (small Business, Sdb/8(a), Wosb, Hubzone, Sdvosb Or Other Than Small Business (otsb), Native Americans, Native Hawaiians, Or Alaska Native Corporations
section 2: Contractor Arrangement
our Firm Will Be Proposing On This Project As A:
sole Contractor
prime Contractor (if Small Business) Self-performing At Least 50% Of The Work, Or
joint Venture With (insert Business Name, Business Size, And Uei). (see Far Subpart 9.6 For Government Policy On Teaming Arrangements, As Well As 8(a)program Regulations Described In 13 Cfr 124.513, Hubzone Program Regulations Described In 13 Cfr 126.616, And Service-disabled Veteran Owned Program Regulations Described In Far 19.1403(c) And 13 Cfr 125.15 (b).)
section 3: Past Performance/capability
past Performance Must Include Project Examples From $1,000,000.00 To $10,000,000.00 In Value. The Idiq Will Be Up To $49,000,000.00. The Specific Contract Types Such As Firm Fixed Price (ffp) And Cost Reimbursable (cr), Are Required To Be Specified In The Capability Statements. The Past Performance Duration Is Within The Past 10 Years For Work In Support Of Military Installation Restoration Program (irp), Resource Recovery Conservation Act (rcra) And Or Cercla.
the Paste Performance Information Should Include:
[4:41 Pm] Garcia, Claudia Civ Usarmy Cespl (usa)
project Title And Location: General Description To Demonstrate Relevance To The Proposed Project
scopes Self-performed Vs Subcontracted: Dollar Value Of Contract
percentage Self-performed Vs Subcontracted: Agency Or Government Entity For Which The Work Was Performed With Contact Information If Possible (reference Name, Phone Number And E-mail Address).
demonstrate Compliance With Various Environmental And Construction Permits: Ability To Perform Work On Time/within Budget
capacity To Execute This Project With Other Ongoing Contracts: (3) Projects That Are Complete Or At Least 50% Complete That Ran Concurrently Within The Past Ten Years
project Title And Location: General Description To Demonstrate Relevance To The Proposed Project
scopes Self-performed Vs Subcontracted: Dollar Value Of Contract
percentage Self-performed Vs Subcontracted: Agency Or Government Entity For Which The Work Was Performed With Contact Information If Possible (reference Name, Phone Number And E-mail Address).
demonstrate Compliance With Various Environmental And Construction Permits: Ability To Perform Work On Time/within Budget
capacity To Execute This Project With Other Ongoing Contracts: (3) Projects That Are Complete Or At Least 50% Complete That Ran Concurrently Within The Past Ten Years.
* Note: If Providing Info About A Contract Team, Jv, Etc., Please Provide Examples Where The Team Has Worked Together. Provide A General Description/percentage Of The Work Of Each Team Member.
provide Examples Of Experience With Similar Projects In A Firm Fixed Price Or Cost Reimbursable Contract Type.
design Project(s) Experience Within The Last 5 To 10 Years For The Types Shown In The Following List.
engineering Analyses For Dam Removal Including But Not Limited To Stability.
concrete Dam Removal.
provide Examples Of Coordination With Appropriate State Dam Safety Officials Regarding Dam Removal.
borrow Area Excavation Plans, Restoration, And Revegetation Plans.
retaining Wall Design.
stream Restoration Design Following Dam Removal.
waste Repository Designs.
regulatory Compliance.
evaluation Of Groundwater Impacts To Earthwork Operations.
landfills And Repositories Liner And Cover Systems Designs.
landfill Monitoring Instrumentation Design And Installation.
specification Using Unified Facilities Guide Specifications (ufgs) Products.
operation And Maintenance Manuals For Landfills And Repositories.
ecosystem Restoration Design.
3. Provide Examples Of Experience With Site Remediation, Waste Removal, And/or Site Restoration Design Of Similar Scope And Size Within The Past 5 To 10 Years.
4. Provide Examples Of Community Involvement Experience.
5. Provide Examples Of Experience With Waste Investigations, Remediation And/or Waste Removal Design For Projects Ranging Value From $1,000,000.00 To $5,000,0000.00 Within The Past 5 To 10 Years.
6. Provide Ability To Satisfy The Safety And Environmental Regulations In Accordance With The Site Requirements, Along With Local And State Regulations.
7. Describe Examples Of Contracting With Local/regional Businesses.
Closing Date11 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n731.46|n00383|n/a|amanda.m.sweeney4.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Higher-level Contract Quality Requirement|8|x|||||||| Time Of Delivery (june 1997)|20||||||||||||||||||||| Stop-work Order (aug 1989)|1|| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|inspection Site Source Final Acceptance Site Source|tbd|n00383|tbd|tbd|see Schedule |tbd||||||||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| Value Engineering (jun 2020)|3|||| Equal Opportunity (sep 2016)|2||| Integrity Of Unit Prices (nov 2021)|1|| Equal Opportuity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (jan 2023)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Limitation Of Liability--high-value Items (feb 1997)|1|| Offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| Alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American--balance Of Payments Program (feb 2024)|1|| Royalty Information (apr 1984)|1|| Annual Representations And Certifications (may 2024)|12|332439|1250||||||||||| Facsimile Proposals (oct 1997)|1|| Notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||a8c| Evaluation--commercial Products And Commercial Services (nov 2021)|4||||| 1. This Amendment Hereby Increases The Qty Of This Solicitation By Qty 36; From Qty 150 To 186. 2. All Other Terms And Conditions Remain Unchanged. \ This Rfp Is For A Sares Buy And Will Be Using Competitive Procedures. This Requirement Will Be Awarded To The Offeror With The Lowest Price Technically Acceptable (lpta) Quote. The Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement. This Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 Pre-award / Post Award Requirements: Due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;plastic; . 1.3 Manufacturing Process Is ;rotomolding; . 1.4 When Discrepancies Exist Between These Requirements And Those On Current Manufacturer's Drawings,contact Code ;buyer On Page 1 Of Contract; Or Code N241.10 1.5 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;hardigg Industries, Inc.; Drawing Number ( ;11214; ) ;18334-0100; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.6 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.7 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents Drawing Data=18334-0100 |11214| | |d| | | | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." All Containers Must Be Affixed With A Nameplate That Includes A Unique Identification (uid) Marking As Referenced In The Drawing Package Drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor Shall Contact Navicp Code ;0771.13; Or Code 0771.10 For The Alphanumeric Sequential Serial Number Group That Makes Up Part Of The Uid. The Uidwill Be Included On The Nameplate In Data Matrix Format. When A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First Article. Contact Code ;contact Buyer On Page 1 Of Contract; Or Code N241.10 To Arrange For First Article Test Location 4. Quality Assurance 4.1 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.1.1 Dimensional Test (special) ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.2 Requirements Of: ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies, Use Actual Item; 4.1.5 Function ;applies; 4.1.6 Compliance With Drawing ( ;11214; ) ;18334-0100; , Revision ;latest; And Specifications Referenced Therein. 4.2 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.3 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.4 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;10,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will Require Such Testing. 4.5 Disposition Of Fat Samples 4.5.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.5.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The Sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.6 Test Sample Coating Instructions 4.6.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.7 Fat Approval Criteria 4.7.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;11214; ; ) Part Number ;18334-0100; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At ;contact Buyer On Page 1 Of Contract; ; Marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" For First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". Within ;90; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;30; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional Approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The Government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be Allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The Navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of The Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.8 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run Additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, And (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The Government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule He Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) Within Days: Item No. _______________ Quantity:_______ After Date Of Contract:__________ Sampling Per Ansi/asq Z1.4, Sample Plan S-2aql 1.0 (13 Pcs) Accept 0, Reject 1.one (1) Rejection Will Require 100% Of The Shipment To Be Tested. A Lot Shall Consist Of Any Scheduled Shipment Quantity Under Contract. Representative Sampling Shall Be Used, I.e. The Samples Are To Be Selected At Random Throughout The Lot.remove Either The Vortex Or Breather Valve And Install A Suitable Airtight Fitting.draw A Vacuum On The Sample Container(s) To .025+/- 0.01 Psig.stabilize Vacuum Within Tolerance For A Minimum Of 15 Minutes, Then Disconnect The Vacuum Input And Test Monitor The Container For 15 Minutes.the Vacuum Should Hold Within +/- 0.05 Psig At The End Of The 15 Minutes For The Container To Pass. Testing Specifications For Cases: Drop Test:fed-std-101c. Method 5007.1 Paragraph 6.3,procedure -a- Level -a-. Procedure A Falling Dart Impact: Ata 300, Category I,general Requirements For Category I & Ii Reusable Containers Vibration (loose Cargo): Fed-std-101c, Method Of 5019 Vibration (sweep):ata300, (jan 15th/96),which States In Appendix Ii, B4 Simulated Method 506.4, Procedure Ii Of 4.1.2 Fed-std-101c Method 5009.1, Section 6.7.1. All Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 4.9 100% Production Leak Test. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. Each Container, Uninstrumented And Without Dummy Load, Shall Then Be Subjected To A Single 18 Inch Flat Drop. The Pneumatic-pressure Technique Of Method 5008 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Setting Equal To 0.5 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure Over A 30 Minute Period That Exceeds 25% Of The Stabilized Pressure Shall Be Cause For Rejection; Tests Shall Be Conducted To Ascertain Sources Of Leaks And Corrective Action Taken. Any Deformation Of The Container Shell While Pressurized Which Is Greater Than Three-quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. Warning Container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. 4.10 100% Production Leak Tests. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Pressurizing Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic - Pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Pressure Setting Equal To 0.25 + 0.1-0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric Pressure) Shall Be Cause For Rejection. Any Deformation Of The Container Shell, While Pressurized, Which Is Greater Than Three Quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date14 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Excavation, Consultancy Services, Civil And Architectural Services
United States
Details: Sources Sought Notice
For
hatteras Ferry-rollinson Channel And Big Foot Slough Channel-silver Lake Harbor
2025 Subsurface Investigation And Geotechnical Laboratory Testing
Dare And Hyde Counties, North Carolina
this Is A Sources Sought/request For Information Only. This Is Not A Solicitation Announcement, Nor Is It A Request For Proposal. This Request Does Not Obligate The Government In Any Contract Award.
the U.s. Army Corps Of Engineers, Wilmington District, Is Conducting Research To Determine The Market Capabilities Of Potential Contractors To Perform Subsurface Investigation And Geotechnical Laboratory Testing For The Government.
description Of Work:
the Contractor Shall Furnish All Services, Labor, Equipment, Supplies, Tools And Incidentals Necessary To Perform Vibracore Sampling, Development Of Drilling Logs, Laboratory Testing Of Soils, And Other Services As Specified Herein. A Total Of 71 X Vibracores Are To Be Drilled For Two Navigation Channel Projects, Hatteras Ferry-rollinson Channel Located In Dare County, Nc And Big Foot Slough-silver Lake Harbor In Hyde County, Nc.
a Total Of 36 X Vibracore Are To Be Drilled Within Proposed Navigation Corridors Located In The Vicinity Of Hatteras Ferry Channel And Rollinson Channel (figures 1, 3, And 4). Within The Investigation Area, The Bathymetry Ranges From About 0 Ft. To -15 Ft. Mllw And Greater.
a Total Of 35 X Vibracore Are To Be Drilled Within Proposed Navigation Corridors Located In The Vicinity Of Silver Lake Harbor And Big Foot Slough Channel (figures 2, 5, And 6). Within The Investigation Area, The Bathymetry Ranges From About 0 Ft. To -15 Ft. Mllw And Greater.
the Vibracores Shall Be Drilled In 10- And 20-foot Lengths. The Maximum Project Depth For The Proposed Navigation Corridors Is -14 Feet Mllw. If The Vibracores Penetrate Deeper Than -14 Mllw, The Cored Sediments Will Still Be Visually Classified, Photographed, And May Be Tested. The Results From This Subsurface Investigation Will Be Utilized To Identify The Material Characteristics To Gain Environmental Clearance For Modification Of The Navigation Corridor. Characterization Of The Shoals Is Required To Identify The Most Appropriate Dredged Material Disposal Strategy
all Interested Firms With Naics 541360 – Geophysical Surveying And Mapping Services, As An Approved Naics Code Have Until 19 February 2025 At 1500 Est To Submit The Following Information:
general Information:
name & Address Of Your Firm
point Of Contact (name/phone/e-mail)
sam Unique Entity Id. (the Unique Entity Id Is A 12-character Alphanumeric Id Assigned To An Entity By Sam.gov)
business Size, To Include Designation As Hubzone, 8(a), Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Business, And Large Business.
note: Any Supporting Documentation That Confirms Your Socio-economic Status Should Be Provided, I.e., Letter Of Certification From Va Confirming Sdvosb Status. The Government Must Be Able To Verify Sba Certification Of Hubzone And 8(a) Via Sam, And Va Certification Of Vosb And Sdvosb’s Through The Vendor Information Pages At Https://vip.vetbiz.va.gov.
please Submit Your Interest And Capability To Perform Subsurface Investigation And Geotechnical Laboratory Testing.
3. Information On Teaming Arrangement (if Applicable). Although We Are Not Looking For Formal Signed Agreements At This Time, If You Intend To "team" With Another Firm, Formally Or Informally, You Must Submit Information, Not More, Than One (1) Page, About Your Team's Involvement. More Specifically, You Must Submit Sufficient Information For The Government To Determine The Roles Each Team Member Will Play And What Your Socio-economic Status Is Or Will Be Considering The Proposed Arrangement. Therefore, Included In Your One (1) Page If You Are A Small Business And You Intend To Mentor/protégé And/or Jv With A Large Business, Both Team Members Must Sign Agreeing That 40% Of The Labor Will Be Performed By The 8(a) Firm. Additionally, If The Team Is A Mentor/protégé Arrangement, Identify The Areas That Will Be Mentored. Any Supporting Documentation That Confirms Your Socio-economic Status As A Team Should Be Provided.
note: The Government May Not Give Credit To Your Socio-economic Class If There Is Not Sufficient Documentation To Support It Or If The Government Cannot Verify Through Other Means That Your Business Is As Such.
4. Evidence Of Capabilities To Perform Comparable Work. Provide Project Info On A Minimum Of Two And No More Than 5 Projects That Demonstrate The Firm's Experience On Projects That Are Substantially Complete Or Completed Within The Last Seven (7) Years Which Are Similar To The Project In Size, Scope And Complexity. For Each Project Include:
project Name And Contract Number.
customer.
summary Description Of The Key Elements/salient Work Features Of The Project.
your Company's Level Of Involvement In The Project, I.e., Subcontractor (type), Prime, Gc, Etc. And Your Specific Role.
location Where The Work/project Was Completed.
contract Amount.
brief Description Of How The Experience Relates To The General Work Description In This Notice.
do Not Send Hard Copies Of Advertising Or Promotional Materials. Please Ensure That All Responses Are Comprehensive And Provide A Name And Point-of-contact For Your Firm For Follow-up By This Office Or The Procuring Contracting Officer. If You Have Responded To Any Previous Sources Sought Postings Or Had Other Communications With Our Office Regarding Preliminary Market Research For This Project, Please Be Advised That It Is Still Necessary For You To Respond To This Posting. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And Work Accomplished By The Teaming Partner.
to Protect The Procurement Integrity Of Any Future Procurement, If Any, That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointment For Presentations Will Be Made.
all Information Is To Be Provided On A Voluntary Basis At No Charge To The Government. There Is No Entitlement To Payment Of Direct Or Indirect Costs Related To Or Arising Out Of Responding To This Request For Information. All Information Provided Becomes Property Of The Government. There Is No Guarantee, Expressed Or Implied, That The Market Research For This Acquisition Will Result In Any Guarantee Of Award Or Acquisition Strategy.
email The Requested Information, With Delivery And Read Receipt Requested To:
sonny Smith At Sonny.z.smith@usace.army.mil
rosalind M. Shoemaker At Rosalind.m.shoemaker@usace.army.mil
the Email Should Be Titled: W912pm25qa001 – Subsurface Investigation And Geotechnical Laboratory Testing - [insert Company’s Name]
if You Have Questions, Please Contact Ros Shoemaker At Rosalind.m.shoemaker@usace.army.mil
Closing Date19 Feb 2025
Tender AmountRefer Documents
Jefferson Parish Government Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Public Notice Soq 25-004 Routine Engineering Services For Streets Projects (supplemental) The Parish Of Jefferson, Authorized By Resolution No. 145518 Is Hereby Soliciting Statements Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) For Additional Persons Or Firms Interested In Providing Routine Engineering Services For Streets Projects In Jefferson Parish, Who Are Not One Of The Fifty-four (54) Persons Or Firms Approved By Resolution No. 144993, Dated September 25, 2024. Routine Engineering Services Are For Contracts Where The Total Engineering Fee, Exclusive Of Resident Inspection Services, Will Not Exceed $500,000.00 Per Assignment. Firms Deemed Qualified For This Work Shall Be Eligible For Award Of Routine Streets Contracts For The Remainder Of The Two-year Period Beginning September 25, 2024. Deadline For Submissions: 3:30 P.m. On February 21, 2025 The Following Criteria Will Be Used To Evaluate The Statement Of The Firms Submitting: 1) Professional Training And Experience In Relation To The Type Of Work Required For The Routine Engineering Services - 35 Points; 2) Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Routine Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – 10 Points; 3) Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Routine Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel - 20 Points; 4) Past Performance By Person Or Firm On Parish Contracts - 10 Points (assertions Of Fault By A Person Or Firm, Which Shall Include Time Delays, Cost Over-runs, And Or Design Inadequacies In Prior Work Completed For The Parish Shall Be Evidenced By Substantiating Documentation Provided By The Director Of Public Works For The Requesting Department Or The Director Of Engineering And Received By The Chairman Of The Evaluation Committee A Minimum Of Two (2) Weeks Prior To The Scheduled Date Of The Technical Evaluation Committee Meeting.). 5) Location Of The Principal Office - 15 Points (preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points).); 6) Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim - 15 Points (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded.); 7) Prior Successful Completion Of Projects Of The Type And Nature Of Routine Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - 5 Points; The Person Or Firm Submitting A Statement Of Qualifications Shall Have The Following Minimum Qualifications: One Principal Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana A Professional In Charge Of The Project Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana With A Minimum Of Five (5) Years’ Experience In The Disciplines Involved One Employee Who Is A Professional Engineer Registered As Such In Louisiana In The Field Or Fields Of Expertise Required For The Project (a Sub-consultant May Meet The Requirement Only If The Advertised Project Involves More Than One Discipline.) With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members Shall Be Deemed Qualified To Perform Architectural, Engineering, Surveying, And Laboratory And Field Services Tasks. The Estimated Fees For This Work May Vary Among Different Assignments; However, No Individual Assignment Can Have A Fee Exceeding $500,000.00, Exclusive Of Resident Inspection Services. There Is No Limit To The Number Of Assignments That Can Be Awarded To A Person Or Firm. The Person Or Firm Submitting A Statement Of Qualification (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) Must Identify All Subcontractors Who Will Assist In Providing Professional Services For The Project, In The Professional Services Questionnaire. Each Subcontractor Shall Be Required To Submit A (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) And All Documents And Information Included In The Questionnaire. (refer To Jefferson Parish Code Ordinance, Section 2-928) All Persons Or Firms (including Subcontractors) Must Submit A Statement Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) By The Deadline. The Latest Professional Services Questionnaire May Be Obtained By Contacting The Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. No Submittals Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv: The New Orleans Advocate: January 8, 15 And 22, 2025
Closing Date21 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Excavation
Corrigendum : Closing Date Modified
United States
Details: Sources Sought Synopsis / Request For Information (rfi)
u.s. Army Corps Of Engineers
san Francisco District
***this Is A Sources Sought Synopsis / Request For Information (rfi). This Rfi Is Released Pursuant To Federal Acquisition Regulation (far) Part 15.201 For Market Research Purposes Only. This Announcement Is Not A Request For Proposals (rfp) And Shall Not Be Construed As A Commitment By The Government To Seek Proposals Or Award A Contract At This Time. ***
summary:
the Government Is Seeking Sources For Market Research Only To Support The Services Listed Below For Which The Applicable Naics Code Is 237990, Dredging Services. The Product Service Code (psc) Will Be Z1kf. The Size Standard For Small Business Is $37,000,000.00. Interested Parties Sought For A Maintenance Dredging Of The Projects Described In Table 1 Below. The Projects Will Be Solicited As An Invitation For Bids (ifb) Contract. Interested Parties Will Be Invited To Attend A Pre-solicitation Conference To Receive The Latest Project Related Information As Well As Information On Available Permitted Upland Disposal Sites And Government–furnished Disposal Sites.
no Award Will Be Made From This Sources Sought. No Solicitation, Specification, Or Drawings Are Available At This Time.
potential Offerors Having The Skills And Capabilities Necessary To Perform The Described Services Below Are Invited To Provide Feedback Via Email To: Mary.fronck@usace.army.mil And Logan.champlin@usace.army.mil.
all Responses Will Be Analyzed In Order To Determine The Appropriate Strategy For A Potential Future Acquisition. Particularly, The Purpose Of This Notice Is To Gain Knowledge Of Potential Small Business Sources Including Certified Hubzone Small Business, Service-disabled Veteran Owned Small Business, Veteran-owned Small Business, Certified 8(a) Small Business, Women-owned Small Business, Etc. Other Than Small Business May Respond To This Notice In The Event The Market Does Not Indicate Significant Small Business Interest.
additional Project Descriptions:
the Work Includes Maintenance Dredging Of The Federal Navigation Channels Of The Projects Listed In Table 1 To The Required Project Depths With 1- Ft Paid Over-depth And 1-ft Unpaid Over-depth. Please Refer To Table 1 For Disposal Site, Dredge Windows, And Other Project Related Information. Upland Disposal For San Joaquin And Sacramento Dwsc Is At Contractor Furnished Upland Beneficial Reuses Site Or At The Various Government-furnished Sites Located Along The Channels And The Material Shall Be Pumped To The Sites Based On Various Pumping Distances And Depth Of Material. Both These Projects Have Water Quality And Fish Entrainment Monitoring Requirements That Needs To Be Performed By A Third Party Contractor Hired By The Either The Government Or The Dredging Contractor.
for Oakland And Richmond, The Contractor Is Responsible For Preparing A Light Monitoring Plan And Performing That Task During Daylight Hours When Dredging Is Within 250m Of Eelgrass Beds And Monitoring Reference Sites Not Influenced By Turbidity Above Ambient For That Area. Contractor May Also Be Required To Perform Eelgrass Surveys Prior To Dredging And After The Project Is Complete.”
all Proposed Contractor Furnished Upland Beneficial Use Sites Must Be Fully Permitted. Acceptance Will Be Based On Achieving Project Depth In 100 Percent Of The Project Footprint Within The Contract Period Of Performance.
anticipated Solicitation Issuance Dates Are Shown In Table 1. The Official Synopsis Citing The Solicitation Number Will Be Issued On Business Opportunities (www.sam.gov) And Will Invite Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued.
capabilities And Qualifications:
interested Parties Must Have Qualified Personnel With Recent Knowledge And Experiences As Well As:
the Capability To Dredge Using Appropriately Sized Dredge Plant And Support Equipment Suitable For The Project Site Condition And Requirements In Order To Complete All Work Within The Contract Period Of Performance, Which Will Be Identified In The Contract. Hopper Dredging Is Prohibited For These Projects. Interested Parties Must Have The Capability And Equipment Necessary For Dredging And Disposal Of Material At The Various Upland Beneficial Reuse Sites Furnished Either By The Government Or The Contractor. Interested Parties Must Also Have The Capability And Equipment Necessary For Dredging And Disposal Of Material At The Government-furnished Deep Ocean Disposal Site. Interested Parties Are Required To Submit Proof Of Ownership, Or Access To, A Minimum 18-inch Diameter Pipeline Dredge Plant For Sacramento And San Joaquin/stockton Deep Water Ship Channel Project, As Part Of The Response To This Market Research If Hydraulic Cutterhead Pipeline Is To Be Sued For These Two Projects. All Proposed Equipment Must Be Identified Including The Current Location Of The Dredge Plant As Part Of The Response To This Market Research.
executing The Overall Contract Work Within The Environmental Work Window Shown In Table 1. Project Bid Proposals For All The Projects Can Be Based On Disposal Of Dredged Material At The Various Permitted Government-furnished Upland, In-bay, And/or Ocean Disposal Sites Provided The Contract Work Can Be Completed Within The Specified Period Of Performance.
offeror’s Type Of Small Business And Business Size (small Business, Certified 8a, Certified Hub Zone, And Service-disabled Veteran-owned Small Business (sdvosb), Etc.).
the Capability To Perform A Contract Of This Magnitude And Complexity Based On The Scope Of Work (include The Firm's Capability To Execute Dredging And Comparable Work Performed Within The Past Five (5) Years). Provide At Least Three (3) Examples With A Maximum Of Three (3) Pages With The Following Information:
a Brief Description Of The Project(s),
customer Name,
timeliness Of Performance,
customer Satisfaction,
list Of Equipment Used, And
dollar Value Of The Project.
results Information:
respondents Will Not Be Notified Of The Results Of The Evaluation. Firms Responding To This Sources Sought Announcement, Who Fail To Provide All Of The Required Information Requested, Will Not Be Used To Help The Government Make The Acquisition Decision, Which Is The Intent Of This Sources Sought Announcement.
your Response Is Limited To 10 Single-sided Pages Total – Using 10pt Font. Please Label Your Email Response As Follows: Subject: Response To W912p725s0004: Sources Sought Market Research For “maintenance Dredging.”
all Interested Contractors Or Potential Offerors Having The Skills And Capabilities Necessary To Perform The Described Services Above Should Notify This Office In Writing By Email Or Mail By 3:00 Pm Pacific Time On February 5th, 2025. Submit Response And Information To: Mary.fronck@usace.army.mil And Logan.champlin@usace.army.mil.
Closing Date5 Feb 2025
Tender AmountRefer Documents
Jefferson Parish Government Tender
Civil And Construction...+1Drainage Work
United States
Details: Public Notice Soq 25-002 Routine Engineering Services For Drainage Projects (supplemental) The Parish Of Jefferson, Authorized By Resolution No. 145514 Is Hereby Soliciting A Statement Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) For Additional Persons Or Firms Interested In Providing Routine Engineering Services For Drainage Projects In Jefferson Parish, Who Are Not One Of The Fifty-one (51) Persons Or Firms Approved By Resolution No. 144663, Dated August 7, 2024. Routine Engineering Services Are For Contracts Where The Total Engineering Fee, Exclusive Of Resident Inspection Services, Will Not Exceed $500,000.00 Per Assignment. Firms Deemed Qualified For This Work Shall Be Eligible For Award Of Routine Drainage Contracts For The Remainder Of The Two-year Period Beginning August 7, 2024. Deadline For Submissions: 3:30 P.m. On February 21, 2025 The Following Criteria Will Be Used To Evaluate The Statement Of The Firms Submitting: 1) Professional Training And Experience In Relation To The Type Of Work Required For The Routine Engineering Services - 35 Points; 2) Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Routine Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – 10 Points; 3) Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Routine Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel - 20 Points; 4) Past Performance By Person Or Firm On Parish Contracts - 10 Points (assertions Of Fault By A Person Or Firm, Which Shall Include Time Delays, Cost Over-runs, And Or Design Inadequacies In Prior Work Completed For The Parish Shall Be Evidenced By Substantiating Documentation Provided By The Director Of Public Works For The Requesting Department Or The Director Of Engineering And Received By The Chairman Of The Evaluation Committee A Minimum Of Two (2) Weeks Prior To The Scheduled Date Of The Technical Evaluation Committee Meeting.). 5) Location Of The Principal Office - 15 Points (preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points).); 6) Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim - 15 Points (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded.); 7) Prior Successful Completion Of Projects Of The Type And Nature Of Routine Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - 5 Points; The Person Or Firm Submitting A Statement Of Qualifications Shall Have The Following Minimum Qualifications: One Principal Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana A Professional In Charge Of The Project Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana With A Minimum Of Five (5) Years Experience In The Disciplines Involved One Employee Who Is A Professional Engineer Registered As Such In Louisiana In The Field Or Fields Of Expertise Required For The Project (a Sub-consultant May Meet The Requirement Only If The Advertised Project Involves More Than One Discipline.) With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members Shall Be Deemed Qualified To Perform Architectural, Engineering, Surveying, And Laboratory And Field Services Tasks. The Estimated Fees For This Work May Vary Among Different Assignments; However, No Individual Assignment Can Have A Fee Exceeding $500,000.00, Exclusive Of Resident Inspection Services. There Is No Limit To The Number Of Assignments That Can Be Awarded To A Person Or Firm. The Person Or Firm Submitting A Statement Of Qualification (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) Must Identify All Subcontractors Who Will Assist In Providing Professional Services For The Project, In The Professional Services Questionnaire. Each Subcontractor Shall Be Required To Submit A (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) And All Documents And Information Included In The Questionnaire. (refer To Jefferson Parish Code Ordinance, Section 2-928) All Persons Or Firms (including Subcontractors) Must Submit A Statement Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) By The Deadline. The Latest Professional Services Questionnaire May Be Obtained By Contacting The Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. No Submittals Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv: The New Orleans Advocate: January 8, 15 And 22, 2025
Closing Date21 Feb 2025
Tender AmountRefer Documents
6891-6900 of 6993 archived Tenders