Survey Tenders
Survey Tenders
YOU ARE THE CITY OF SKVOREC Tender
Czech Republic
Closing Date16 Jan 2025
Tender AmountRefer Documents
Details: The subject of the Public Contract is Construction Work and Related Supplies and Services Consisting of the Implementation of a New Building of a Civic Facilities Facility Serving Preschool Education in the Township of Škvorec in the Central Bohemian Region, on Plot No. 50/25 A 1389 in K.ú. Škvorec, Including the Necessary Preparation of Areas, Paved Areas, Terrain Improvements, Realization of Overlays, Construction of Connections and Engineering Networks, Construction Works and Technological Objects and Other Construction Components, Using the Design & Build Method. Therefore, Projection Work is also the subject of Public Procurement. The architectural and structural solution is described in more detail in the Architectural Study entitled: "Škvorec Kindergarten", which is part of this Tender Documentation. Part of the construction is the execution of clean floor surfaces, tiling and paving, but not the delivery of interior equipment and outdoor garden equipment. Indoor equipment and outdoor equipment of the garden will be part of a separate procurement procedure. Part of the Subject of Fulfillment of the Public Contract Is In particular: 1. Project Documentation, which will include the following parts: A. Documentation for the Construction Permit in the Planning Permit Procedure, B. Documentation for the Implementation of the Construction, C. Documentation of the Actual Implementation of the Construction Incl. Geometrical Plan and Focus of the Actual Construction, D. Operational Documentation, E. Documentation for the Needs of the Cadastral Office. 2. Provision of Engineering Services; 3. Construction of the New Building of the Civic Facilities Facility Serving Preschool Education in the Town of Škvorec, i.e. Execution of construction works and technological objects in accordance with this procurement documentation. The Project Documentation Listed in Point 1. Above Must Be Prepared in Compliance with the New Construction Act No. 283/2021 Coll., Construction Act, As Amended and According to the Relevant Implementing Legal Regulations, in particular with Decree No. 131/2024 Coll., Decree On Construction Documentation and Decree 146/2024 Coll., On Construction Requirements. Part of the provision of engineering services in point 2. It includes Also Legalization of Existing Wells Located at the Place of Fulfillment of the Public Contract, If This Is Necessary, Including Securing Permits for Water Absorption. In order to process the next stages of the project documentation, it is necessary to ensure the processing of the following surveys and studies, which are also part of the scope of the Public Contract: A. Lighting and Sunlight Studies, B. Acoustic Studies, C. Detailed Engineering-Geological Survey, D. Detailed Hydrogeological Survey , E. Determination of Radon Index of Land, F. Pumping Test and Laboratory Assessment of Water Quality of Existing Well and Including Its Use for Irrigation and/or Toilet Flushing (Primarily Water Should be Used for Toilet Flushing), G. Thermal Technical Construction Solution and Certificate Energy Requirements of Buildings. The contracting authority also requires that part of the subject of the performance of the public contract also includes the management of rainwater, including the construction of an accumulation or retention tank for the further use of this water, e.g. For Irrigation. More detailed information is provided in other parts of the Public Procurement Terms and Conditions, which are an integral part of the Tender Documentation of this Public Procurement, i.e. In the Architectural Study With the Title: "Škvorec Kindergarten", the Protocol and Certificate of the Energy Performance of the Building Pursuant to Decree No. 264/2020 Coll. With the Name: "Škvorec Kindergarten", Specification of Standards With the Name: "Škvorec Kindergarten" and a Binding Sample Contract.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: 1. Contract Information: This Contract Is Being Procured In Accordance With The Brooks A-e Act As Implemented In Far Subpart 36.6. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required Work. See Numbered Note 24 For General Information On The A-e Selection Process. A-e Services Are Required For Site Investigation, Concept Design, Final Design (option), And Construction Phase Services (option) For The Subject Project. North American Industrial Classification System Code Is 541330, Which Has A Size Standard Of $25,500,000 In Average Annual Receipts. This Announcement Is Open To All Businesses Regardless Of Size. Far Clause “52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns” Will Be Included In The Solicitation. A Firm-fixed-price Contract Will Be Negotiated. The Contract Is Anticipated To Be Awarded In Sep 2025 And Design Completed By Oct 2028. A-e Contract Price Is Estimated To Be More Than $10,000,000. If A Large Business Is Selected For This Contract, It Must Comply With Far 52.219 -9 “small Business Subcontracting Plan” Regarding The Requirement For A Subcontracting Plan On That Part Of The Work It Intends To Subcontract. This Action Will Be Subject To Far Clause 52.219-14 “limitations Of Subcontracting.” For The Purposes Of This Solicitation, This Acquisition Is To Be Considered A Service And As Such, The Government Will Not Pay More Than 50% Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50% Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services And Supplies, The 50% Limitation Shall Apply Only To The Service Portion Of The Contract; The Subcontracting Goals For The New York District Which Will Be Considered In The Negotiation Of This Contract Are: (1) At Least 25%, But No More Than 49% Of A Contractor's Intended Subcontract Amount Be Placed With Small Businesses (sb); (2) At Least 5 % Of A Contractor's Intended Subcontract Amount Be Placed With Small Disadvantaged Businesses (sdb); (3) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Women-owned Sb (wosb); (4) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Service-disabled Veteran-owned Sb; (5) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Veteran-owned Sb; And (6) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Hubzone Sb. The Plan Is Not Required With This Submittal, But Will Be Required With The Fee Proposal Of The Firm Selected For Negotiations. To Be Eligible For Contract Award, A Firm Must Register For An Unique Entity Id, A 12-character Alphanumeric Id Assigned To An Entity By Sam.gov. New Entities Can Get Their Unique Entity Id At Sam.gov And Complete An Entity Registration. 2. Project Information: Replace, By Deconstruction And Reconstruction, A Multi-story General Instruction Building. Rehabilitate The Original Features Of The Building Constructed In 1911 Which Have Survived. The Primary Facility Will Provide Spaces For General Instruction Classrooms, Lecture Halls And Collaboration Space, Administrative Space With Private And Open Offices, An Auditorium, Lab Space, Conference Rooms, Reception Areas, A Library And Mock Courtroom, An Arms Vault, Showers And Bathrooms, Lactation Rooms, Copy Rooms, Staff Break Rooms, Departmental Storage, Vending Areas And A Cafe, As Well As Freight And Passenger Elevators. Cybersecurity Measures, Electronic Security Systems (pacs & Ids) Installation, Energy Measurement And Control System (emcs) Connection, Building Information Systems, And Fire Alarm And Protection Systems Will Be Included. Supporting Facilities Include Utility Connections (water, Sanitary Sewer, Electrical), Storm Drainage, Walks, Curbs And Gutters, Landscaping, And Site Improvements. Heating Will Be Provided By District Heat, And Air Conditioning Will Be Provided By A Steam Powered Absorptive Chiller System. Comprehensive Building And Furnishings Related Interior Design Services Are Required. This Project Will Be Designed For Accessibility And Usability By Individuals With Disabilities. Utility Connections Are Required To Privatized Electric Distribution, Water, And Wastewater Systems. The Army Intends To Have The Respective Utilities Privatization System Owners, American Water And City Light & Power Make And Own The Necessary Connections Up To The Facility Service Disconnect Or Other Defined Point Of Demarcation. Facilities Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. Demolish The Portion Of The Building Constructed In 1955 (321,012 Total Sf). U.s. Military Academy (usma) Has A Substantial Deficit Of -412,799 Square Feet In General Instructional Space, And This Project Will Address A Portion Of That Deficit By Constructing A New Addition. The New Addition, Exterior Alterations, And Related New Construction Will Not Destroy Historic 1911 Materials, Features, And Spatial Relationships That Characterize The Property. The New Work Will Be Differentiated From The Old And Will Be Compatible With The Historic Materials, Features, Size, Scale And Proportion, And Massing To Protect The Integrity Of The Property And Its Environment. The New Addition And Adjacent Or Related New Construction Will Be Undertaken In Such A Manner That, If Removed In The Future, The Essential Form And Integrity Of The Historic 1911 Property And Its Environment Would Be Unimpaired. Moreover, This Project Will Consolidate Key Programs In One Facility. By Upgrading And Consolidating Key Programs Into A Central Location Within The Main Campus, The Academy Aims To Foster A More Cohesive Academic Environment While Addressing Its Instructional Space Deficit. The Centralization Of Programs Will Reduce The Physical Fragmentation Of Departments And Encourage More Cross-disciplinary Collaboration. This Approach Aligns With Modern Educational Trends, Where Academic Institutions Are Moving Towards Flexible, Multi-purpose Spaces That Encourage Interaction And Innovation. Bringing Key Programs Together In Adequately Sized Spaces Will Not Only Optimize The Use Of Space But Also Create An Atmosphere Where Students And Faculty From Different Disciplines Can Engage In Meaningful Collaboration, Enhancing The Learning Experience. This Project Is Required To Update The Flagship Schoolhouse, Thayer Hall, As Part Of The Academic Building Upgrade Program (abup), Which Was Conceived To Address Critical Gaps In Instructional Space And Ensure That Academic Buildings Meet Both The Current And Future Needs Of The Usma's Academic Departments. Thayer Hall Will Support A Student Load Of 2,880 Students. The Project's Primary Goal Is To Reduce The Instructional Space Deficit. By Upgrading The Instructional Facilities, The Academy Seeks To Align Itself With Contemporary Educational Standards, Which Prioritize Collaborative Learning, Cross-disciplinary Interaction, And Active Engagement Between Students And Faculty. The Contract Will Require Accomplishment Of Site Investigation Work. The Contract Will Require Preparation Of Parametric Design Considered To Be 5 – 15 Percent Of The Total Design Effort. The Contract Will Require Preparation Of Concept Design Considered To Be 35 Percent Of The Total Design Effort. As An Option, The Contract Will Require Preparation Of 60%, 90%, And Final 100% Designs. As An Option, The Contract Will Require Delivery Of Construction Phase Ae Services. The Estimated Construction Cost Of This Project Is Over $500,000,000. Cost Estimates Must Be Prepared Using The Corps Of Engineers Micro Computer Aided Cost Estimating System (mcaces) – Second Generation (mii). The Contractor Shall Be Responsible For Accomplishing Designs And Preparing Drawings Using Advanced Modeling And Delivering The Three-dimensional Drawings In Autodesk Revit And Autodesk Civil 3d Software. The Government Will Only Accept The Final Product For Full Operation, Without Conversion Or Reformatting, In The Target Advanced Modeling Software Format, And On The Target Platform Specified Herein. Drawings Shall Be Compliant With The Current A/e/c Cad Standard Available From The Cad/bim Technology Center, Engineer Research And Development Center. 3. Selection Criteria: The Selection Criteria For This Particular Project Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub- Criterion). Criteria A-e Are Primary. Criteria F-g Are Secondary And Will Only Be Used As "tie-breakers" Among Firms That Are Essentially Technically Equal. a. Submit No More Than Ten Projects Which Demonstrate Specialized Experience And Technical Competence In Design Of Facilities Similar To The Project Described Herein. Submitted Projects Should Have A Construction Cost Of At Least $100,000,000. Submitted Projects Should Have A Construction Completion Date No Earlier Than January 2015. On All Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: (1) Design Of Facility Renovations For Older/historic Institutions Of Higher Learning. (2) Application Of The Secretary Of The Interior’s Standards For The Treatment Of Historic Properties And Compliance With Section 106 Of The National Historic Preservation Act. (3) Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; Development Of Healthy, Safe, And Productive Work Environments; And Employing The Leed Evaluation And Certification Methods. (4) Conducting Whole Building Life Cycle Cost Analysis (wb Lcca) Considering The Cradle-to-grave Costs Associated With Upfront Construction, Lifetime Building Sustainment, Maintenance, Operations (including Energy And Water Use), And Building Disposal, To Target The Most Cost-effective Design To Achieve Modeled Building Energy Consumption Reduction By A Minimum Of 30% Below The Ashrae 90.1 Baseline Specified In 10 Cfr 433 Without The Use Of Fossil Fuel Combustion Systems, With The Goal Being To Select The Optimal Combination Of Interdependent Building Systems (e.g. Envelope, Hvac, Hot Water, Lighting, Wall And Floor Thermal Mass Capacity, Etc). (5) Design Of Resilient Buildings, I.e. A Building That (i) Maximizes The Ability Of The Owner/operator To Withstand And Recover From A Potentially Disruptive Event That May Adversely Affect Mission Assurance And Mission-essential Functions, Including Extreme Weather (as Defined By 10 U.s.c. 101(a)(20)) Or A Disruption To Energy Or Water Supplies; (ii) Has Minimal Energy And Water Demand; (iii) Has An Indoor Environment Optimized To Promote Human Safety, Physical And Psychological Health, And Productivity; And (iv) Integrates Carbon-free Energy Generation And Storage. (6) Design Of Building Stabilization And Structural Shoring And Bracing Systems. (7) Experience Of The Prime Firm And Significant Subconsultants, Particularly The Cost Engineering Firm, The Geotechnical Drilling Firm, And The Asbestos/lead/pcb/hazmat Consulting Firm, In Working Together. b. Qualified Professional Personnel In The Following Key Disciplines: Aabc Certified Commissioning Authority (cxa), Accredited Learning Environment Planner (alep), Architecture, Asbestos/lead/pcb/hazmat Consulting, Certified Value Specialist, Civil Engineering, Clc Or Cld Certified Lighting Consulting, Comptia Certified Cybersecurity Consulting, Construction Project Scheduler Experienced With Primavera P6, Cost Engineering, Cts Certified Audio/visual Consulting, Electrical Engineering, Electronic Security Engineering, Fire Protection Engineering, Geotechnical Engineering, Historic Preservation Architecture, Ince Certified Acoustical Consulting, Land Surveying, Landscape Architecture, Leed Accredited Professional, Mechanical Engineering, Ncidq Or State Licensed Interior Design, Project Management, Structural Engineering, Telecommunications Engineering, And Vertical Transportation Engineering. The Lead Architect Or Engineer In Each Discipline Must Be Registered To Practice In The Appropriate Professional Field. The Civil Engineer, Asbestos/lead/pcb/hazmat Consultant And Land Surveyor Must Be Registered To Practice In New York. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, And Longevity With The Firm. c. Past Performance On Dod And Institution Of Higher Learning Contracts With Respect To Cost Control, Quality Of Work, And Compliance With Performance Schedules, As Determined From Cpars And Other Sources. d. Capacity To Submit The Draft Parametric Design Report (pdr) (10% Complete) By January Or February 2026, To Submit The Corrected Pdr (15% Complete) By April 2026, To Submit The Draft Concept Design (30% Complete) By June Or July 2026, To Submit The Corrected Concept Design (35% Complete) By September 2026, To Submit The 35% Certification Package (consisting Of Final Eng 3086, Designated Construction Agent Assessment Eng 6196, And Cost Schedule Risk Analysis Documentation) By November 2026 And Complete The Final Design (option) By October 2028. Schedule Is Critical For The Project. The Evaluation Will Consider The Experience Of The Firm And Any Consultants In Similar Size Projects, And The Availability Of An Adequate Number Of Personnel In Key Disciplines. e. Knowledge Of Design Of Foundations Bearing On Granite Or Gneiss Bedrock, Design Of Building Systems For Marine, Mixed-humid, And Cold Climate Zones, Rehabilitation Of Historic Stone Masonry, Design Complying With The Department Of Defense (dod) Unified Facilities Criteria, Design Complying With The Department Of The Army Policy Guidance On Resilient Buildings, Or Design Subject To Review By The New York State Historic Preservation Officer Or The New York State Department Of Environmental Conservation. f. Extent Of Participation Of Sb (including Wosb), Sdb, Historically Black Colleges And Universities, And Minority Institutions In The Proposed Contract Team, Measured As A Percentage Of The Total Estimated Effort. g. Volume Of Dod A-e Contract Awards In The Last 12 Months, With The Objective Of Effecting An Equitable Distribution Of Dod A-e Contracts Among Qualified Firms, Including Sb And Sdb. 4. Submission Requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit Sf 330 Part I And Sf 330 Part Ii For The Prime Firm And All Consultants, To Jordan.k.moran@usace.army.mil Not Later Than 11:59 Pm Est On The Response Date Indicated Above. The Sf 330 Part I Shall Not Exceed 100 Pages (pdf Formatted To 8.5” X 11” Page Size), Including No More Than 50 Pages For Section E. Use No Smaller Than 12 Font Type. The Firm Is Encouraged, But Not Required, To Include Their Sam.gov-assigned Unique Entity Id Number In Sf 330, Part I, Section H. In Section H Describe The Firm's Overall Design Quality Management Plan (dqmp). A Project-specific Design Quality Control Plan Must Be Prepared And Approved By The Government As A Condition Of Contract Award But Is Not Required With This Submission. In Section H Also Indicate The Estimated Percentage Involvement Of Each Firm On The Proposed Team. The Most Highly Qualified Firms Will Be Interviewed. Neither Facsimile Nor Paper Hardcopy Transmissions Will Be Accepted. Solicitation Packages Are Not Provided, And No Additional Project Information Will Be Given To Firms During The Announcement Period. This Is Not A Request For Proposal. The Government Intends To Notify Interested Firms Of The Selection Or Non-selection Decision By March 2025. point Of Contact: Jordan Moran, (917) 908-8121 email Your Questions To Us Army Corps Of Engineers New York District At Jordan.k.moran@usace.army.mil
City Of Winnipeg Tender
Environmental Service
Canada
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Full Title: Professional Consulting Services For Environmental Site Assessment (esa), Decommissioning And Alternative Land Use Plan For Former Sludge Drying Beds D7. Scope Of Services D7.1 The Major Components Of The Work Identified In This Section Shall Form The Minimum Requirements And Anticipated High Level Sequence Of Work. The Proponent Is Encouraged To Review The Major Work Components And Provide Additional Information On How The Work Components Could Be Altered, Updated, Or Sequenced Appropriately As Part Of Their Proposal Submission. D7.2 Review All Applicable Information, Data, Surveys, Reports And Existing Drawings Related To The Project Including, But Not Limited To The Information Contained In This Rfp. D7.3 The Services Required Under This Contract Shall Consist The Following: (a)phase I: Complete An Environmental Site Assessment (esa)/existing Infrastructureassessment (referred To Below As ‘phase I Report’) Of The Sludge Drying Beds Site: (i)the Entirety Of This Phase Will Be Paid Out As A Fixed Price Item In Accordance Withsection B9. (ii) The Proponent Will Request And Review All Pertinent Background Reports, Operating Data, And Any Other Data The Consultant Feels Pertinent In The Background Evaluation. (iii) The Proponent Will Submit Any Specific Questions On The Sludge Drying Beds History/use To The City Project Manger To Forward On To Appropriate Staff During This Phase. (iv) The Majority Of The Work Within This Phase Is Tied To The Submission Of Phase I Report, Which Will Include The Following At Minimum: (i) The Esa Aspects Of This Report Can Be Aligned With The Requirements Of Csa-z768-01 (r2022) For Completion Of A Phase I Environmental Site Assessment, But Does Not Necessarily Need To Comply With All Requirements. The Intention To Align With Csa-z768-01 (r2022) Is To Provide A Template For The Format For The Report Deliverables. (ii) The Esa Aspects Of This Phase May Also Be Aligned With The Requirements Of Manitoba Environment & Climate’s Guideline For Environmental Site Assessments In Manitoba. (iii) The Following Items Identified Within Csa-z768-01 (r2022) Are Specifically Clarified Related To This Work: Interviews Can Occur Via Email Inquiries, Submitted To The City Project Manager As Stated In D7.1(a)(iii) Above. They Are Not Required To Be In-person Interviews. Interviews With Staff Can Occur To Confirm The Status Of Specific Infrastructure Believed To Be Decommissioning Or Still In Operation. Interviews With Staff Can Also Gather Necessary Background On The Current Operational Issues/concerns In The Use Of Existing Infrastructure. The Proponent Should Consider The Site Visit Requirements For The Purposes Of Reviewing The Entire Site Visually And Taking A Suitable Number Of Photographs To Demonstrate The Current Condition Of The Lands. This Will Be As Part Of Completing The Site Visit Component Of The Phase I Report. As Part Of The Records Review Component Of The Study, Detailed Review Of Existing Municipal Servicing Drawings Should Be Completed. This Exercise Should Result In A Detailed Infrastructure Inventory Of All Existing Infrastructure Believed To Be Currently In Operation. The Records Review Should Particularly Focus On Confirming The Extent Of Decommissioning Works Completed Through The 1990s As Part Of Decommissioning The Drying Cells, And Construction Of The Asphalt Drying Pad. (iv) The Following Requirements Will Augment The Typical Requirements Of A Phase I Esa In Accordance With Csa-z768-01 (r2022), In Order To Document The Existing Infrastructure: Cursory Statements As To The Expected Condition Of The Existing Infrastructure Is Also Be Contained In The Report. Expected Condition Is To Be Assessed Based On The Records Review, Interviews With Staff, And Basic Information Gathered From The Site Visit. All Infrastructure No Longer In Operation, But Unknown If Fully Decommissioned To Be Documented In This Report Within The Infrastructure Inventory. All Infrastructure No Longer In Operation, But Known To Be Decommissioned Based On Past Project Work To Be Documented In This Report Within The Infrastructure Inventory. All Infrastructure Supporting The Current Site Operation, Including The Decant Pump Station And The 5.5 Km Forcemain Extents (3.2km Length Prior To Tying Into The Local Wws System, And The Remaining 2.3km Segment Disconnected But Not Removed) Is To Be Included Within The Infrastructure Inventory Under Consideration. (b) Phase Ii: Complete Sampling/infrastructure Assessment Plan (i) The Entirety Of This Phase Will Be Paid Out As A Fixed Price Item In Accordance With Section B9. (ii) This Plan Is Expected To Be Drafted As A Brief Work Proposal Detailing The Extent Of Sampling And Sampling Finding Reporting, Along With Condition Assessments Or Other Site Inspections Believed To Be Beneficial Is To Be Submitted To The City Project Manager For Approval To Use The Additional Work Allowance To Fund. (iii) This Work Can Occur Concurrently With The Development Of The Phase I Report. It Is Assumed It Will Not Begin Until A Suitable Point Within The Phase I Report Development, However It Is Not Required For The Phase I Report To Be Finalized Before This Work Can Be Initiated. (i) It Should Not Be Initiated Until The Consultant Has A Fundamental Understanding The Site, Its Infrastructure Components, Land Use History, And Risks From The Desktop Assessments Associated With The Phase Report Submission. (ii) It Is Recommended The Proponent Notify The City Project Manager When They Intend To Begin Work In This Phase Within The Proposal, Should It Be Desired To Occur Concurrently With The Phase I Report Submission. (iv) The Sampling Plan Component Of This Proposal Can Be Drafted In Accordance With Csa-z769-00 (r2023) Acting As A Template. This Will Establish All Intrusive Investigations Proposed To Determine Soil And Ground Water Conditions With The Objective Of Determining The Extent Of Impacts, In Any, To Allow For The Preparation Of Remediation Options In Accordance With Phase Iv Of The Work. (v) The Extent Of Samples Completed, Along With The Overall Number Of Samples Proposed To Be Collected And Tested, Is To Be Based On The Specific Environmental Risks Identified In The Esa, Along With The Budget Available With The Additional Work Allowance. (vi) Sampling Shall Be Completed Against Appropriate Environmental Quality Guidelines Or Regulatory Requirements, As Applicable And In The Professional Judgement Of The Proponent. (i) For Example, Soil Samples Are To Be Compared Against The Ccme Soil Quality Guidelines For The Protection Of Environmental And Human Health. (ii) Specific Environmental Quality Guidelines/requirements Assumed To Be Applied Samples Collected Shall Be Documented Within The Sample Plan Of This Proposal. (vii) The Infrastructure Assessment Component Should Present A Sequence Of Tasks To Review/confirm The Condition Of Existing Infrastructure Identified In The Infrastructure Inventory. (viii) The Infrastructure Assessment Component Should Also Present Any Tasks Required To Confirm Existence Or Existing Infrastructure, Or Status Of Decommissioning Of Existing Infrastructure As Required. (ix) The Scope Of Condition Assessment Tasks Is To Be Determined By The Consultant Based On The Risks/condition Of Specific Infrastructure, The Extent Of Existing Infrastructure To Be Assessed, Along With The Budget Available Within The Additional Work Allowance. (x) The Sampling/infrastructure Assessment Plan Shall Include An Updated Safe Work Plan The Consultant Specific For The Site Sample And Infrastructure Assessment Work. (xi) The Estimated Costs For The Tasks Expected In The Sampling/condition Assessment Plan Is To Be Submitted Within The Plan, Utilizing Form P: Person Hours Utilizing Key Personnel Hourly Estimates, Along With Subconsultant Prices. (c) Phase Iii: Complete Soil Testing, Groundwater Monitoring, Or Laboratory Testing Of Samples Collected To Confirm Specific Sources Of Contamination, If Required. Site Investigations To Further Assess The Condition Of Existing Infrastructure On Site, Or To Assess The Status Infrastructure Believed To Be Decommissioned, Are Also To Be Completed In This Phase. (i) The Entirety Of This Phase Will Be Approved Utilizing Funds From The Additional Work Allowance. (ii) The Sampling/infrastructure Assessment Plan Is Expected To Be Complete Before This Phase Can Begin, As This Deliverable Will Form The Proposal For Approval To Utilize The Additional Work Allowance. Under Extenuating Circumstances Such As Seasonal Impacts On Site Investigation Activities, Portions Of This Phase May Be Initiated Or Completed Prior To The Completion Of The Sampling/infrastructure Plan. (iii) The Initiation Of This Work However Can Occur Concurrently With The Remaining Tasks Related To The Development Of The Phase I Report, Under The Condition Where The Sampling/infrastructure Assessment Plan Is Approved Prior To The Completion Of The Phase I Report. (iv) It Is Recommended The Proponent Notify The City Project Manager When They Intend To Begin This Phase Within The Proposal, Should It Be Desired To Occur Concurrently With The Phase I Report Submission. (v) The Conclusion Of This Phase Will Be The Submission Of A Technical Memorandum Which Will Include The Following At Minimum: (i) Summarize/update The Extent Of Site Sampling And Testing Completed, In Comparison To The Extent Of Work Identified In The Sampling/infrastructure Assessment Plan. (ii) Summarize/update The Extent Of Infrastructure Assessments Completed, In Comparison To The Extent Of Work Identified In The Sampling/infrastructure Assessment Plan. (iii) Identify The Results From The Site Sampling And/or Testing, Along With Results From Any On Site Inspections Or Condition Assessments. (iv) Provide An Assessment Of Findings From These Results, In Terms Of Environmental Risk Previously Assumed, Infrastructure Risks Previously Assumed, Etc. (v) Include The Sampling/infrastructure Assessment Plan As An Appendix To This Technical Memorandum. (d) Phase Iv: Complete A Decommissioning And Land Use Plan (i) The Entirety Of This Phase Will Be Paid Out As A Fixed Price Item In Accordance With Section B9. (ii) The Goal Of This Phase Of Work Will Be To Complete All Remaining Engagement With The City Project Team, And Correlate The Data Captured In The Phase I Report And Site Testing Technical Memorandum In Order To Develop The Final Decommissioning And Land Use Plan Document. (iii) A Dedicated Meeting With The Proponent’s Project Team And The City Working Group Members In Attendance Will Be Coordinated Following The Submission Of The First Draft Of This Deliverable. (iv) An Interim Submission Of The Proposed Alternative Land Use Concepts Is To Be Submitted To The City Working Group Prior To The Decommissioning And Land Use Plan First Draft. (i) This Interim Submission Will Then Be Reviewed And Discussed With Appropriate External Stakeholders As Required. (ii) Modifications To The Land Use Concepts May Also Be Proposed By City Staff To Incorporate In The Final Report. (iii) The Content Of This Interim Submission Can Be Directly Incorporated Into The Content Of Decommissioning And Land Use Plan Document. (v) The Decommissioning And Land Use Plan Document Will Include The Following At Minimum: (i) Identify All Additional Site Testing, Infrastructure Inspection, Etc. Believed To Be Necessary In The Future To Verify The Environmental Risks, Asset Condition Risks, Etc. (ii) Document All Remediation Options To Address The Assumed Environmental Risks Identified From The Esa And Site Sampling Work. (iii) Include Recommendations Of Remediation Options Based On The Professional Judgement Of The Proponent, Risk Management Approach, Cost-benefit Analysis, Or Any Other Feedback From City Staff. Specifically Identify Remediation Measures, If Any, To Improve The Surface Runoff Water Quality Such That It Can Be Classified As Stormwater Runoff In The Future. (iv) Document Additional Remediation Measures Required To Accommodate Specific Land Uses, As Required. (v) In Specific Remediation Strategies Are Not Feasible, Then This Should Be Stated. (vi) If The Runoff Can Be Classified As Stormwater And No Longer Needs To Be Conveyed To The Newpcc, A Recommended Land Drainage Servicing Plan To Tie Into The Local Stormwater Collection System Shall Be Included In The Document. (vii) Remediation Options Should Address Primarily On-site Remediation Requirements, With The Exception Of Any Environment Remediation Measures Required For The Existing Forcemain Network Servicing The Sludge Drying Beds. (viii) Develop Conceptual Engineering Assessments Of Work(s) Necessary For Decommissioning/abandoning Existing Infrastructure To Support Alternative Land Uses And/or Existing Land Use. All Infrastructure Supporting The Current Site Operation, Including The Decant Pump Station And The 5.5 Km Forcemain Extents (3.2km Length Prior To Tying Into The Local Wws System, And The Remaining 2.3km Segment Disconnected But Not Removed) Is To Be Included Within The Decommissioning Works Under Consideration. (ix) Specifically Develop Decommissioning Plans Under The Assumption That All Necessary Remediation Measures Are Completed Such That The Surface Water Quality Can Be Classified As Stormwater. (x) Develop Conceptual Engineering Assessments Of New Municipal Infrastructure Required To Support Alternative Land Uses And/or Existing Land Use. (xi) Consider New Municipal Infrastructure Needs With Respect To The Potential Expansion Of The North Perimeter Highway, And Based On The Latest Information Available Related To This Expansion. See D4.6. (xii) Conduct Any Additional Internal Engagement With Stakeholders Within The City Of Winnipeg Real Estate And Land Development Division, The Wastewater Division, And/or Winnipeg Police Service As Part Of The Development Of The Alternative Land Use Options. Include An Allowance For One (1) Meeting At Minimum With Internal Stakeholders To Raise Alternative Land Use Options And Reach Consensus On Alternative Land Use Options To Be Considered. See D9.5. (xiii) Complete Alternative Land Use Assessments Based On City Needs For The Space, And Plausible Alternative Land Uses For The Site In The Future. (xiv) Provide An Assessment Of Additional Remediation/decommissioning Requirements To Align With The Current Land Use. (xv) Develop A Aace Class 5 Capital Cost Estimates For Remaining Site Testing Recommended In Accordance With D7.1(d)(iv)(i), Along With The Recommended Site Remediation, Decommissioning, And New Infrastructure Installation Works. Where New Infrastructure Costs, Remediation Option Costs, Or Decommissioning Option Costs Vary Significantly Depending On Alternative Land Uses Identified Above, Include Capital Cost Scenarios Based On Each Land Use/decommissioning Option. Capital Cost Scenarios To Remain At A Class 5 Level Of Definition. Clearly Identify All New Infrastructure Costs, Remediation Costs, Or Decommissioning Costs Which Will Be Required Regardless Of Land Use Option, At A Class 5 Level Of Definition. Utilize The Basis Of Estimate (boe), Class Of Estimate (coe) As Part Of Submission Of This Capital Cost Estimate. See D10.7 (xvi) Compare Alternative Land Use Options, Decommissioning Approaches, Etc And Summarize Pros And Cons Of Each. Utilize The Net Present Value (npv) City Of Winnipeg Investment Planning Templates To Illustrate The Comparison Of Alternative Land Use Options, Specifically In Terms Of Costs And Benefit Impacts To The City Of Winnipeg. See D10.7 (xvii)include Deliverables Associated With D7.1(a) And D7.1(c) As Appendices To Thedocument. The Decommissioning And Alternative Land Uses Report Is Intendedto Be The Final Summary Deliverable Prepared By The Proponent. D7.3.1 Notwithstanding The Foregoing, The Consultant Is Being Engaged By The City For Its Professional Expertise; The Consultant Shall Bring To The City’s Project Manager’s Attention Any Aspect Of The City’s Standards, Manuals, Guidelines Or Templates Which The Consultant Is Of The Opinion Is Not Consistent With Good Industry Practice. D7.4 The Funds Available For This Contract Are $375,000.00. (a)within This Funds Total: (i)$50,000 Is Allocated Towards The Additional Work Allowance
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents
Details: Amendment 0001see Questions And Answers Attachment For All Inquiries And Available Responses.end Of Amendment 0001******************combined Synopsis/solicitationnon-personal Landscape Services For Weather Forecast Office (wfo) In Sterling, Vathe Incumbent Was C&m Expedited Llc(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 1305m325q0059.(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 561730. The Small Business Size Standard Is $9.5 Million. (v) this Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services: Clin 0001 – Base Yearservices, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Sterling, Va, In Accordance With The Statement Of Work. Period Of Performance 04/01/2025 Through 003/31/2026.quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________clin 1001 – Option Year 1services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Sterling, Va, In Accordance With The Statement Of Work. Period Of Performance 04/01/2026 Through 003/31/2027.quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________clin 2001 – Option Year 2services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Sterling, Va, In Accordance With The Statement Of Work. Period Of Performance 04/01/2027 Through 003/31/2028.quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________clin 3001 – Option Year 3services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Sterling, Va, In Accordance With The Statement Of Work. Period Of Performance 04/01/2028 Through 003/31/2029.quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________clin 4001 – Option Year 4services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Sterling, Va, In Accordance With The Statement Of Work. Period Of Performance 04/01/2029 Through 003/31/2030.quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________aggregate Total For All Years: ____________________________(vi) description Of Requirements Is As Follows:see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-4281, Revision No. 32, Dated 12/23/2024, Which Can Be Found On: Https://sam.gov/content/wage-determinationsinvoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead.(vii) date(s) And Place(s) Of Delivery And Acceptance:period Of Performance Shall Be:base Year For A Twelve Month Period 04/01/2025 Through 03/31/2026.option Period 1 For A Twelve Month Period 04/01/2026 Through 03/31/2027.option Period 2 For A Twelve Month Period 04/01/2027 Through 03/31/2028. Option Period 3 For A Twelve Month Period 04/01/2028 Through 03/31/2029. Option Period 4 For A Twelve Month Period 04/01/2029 Through 03/31/2030. Place Of Performance Is Nws Wfo, 43858 Weather Service Road, Sterling, Va 20166.(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 12:00pm Mst/mdt On Wednesday, February 12, 2025. All Quotes Must Be Submitted Electronically Via Email To Kirsten.keen@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Kirsten.keen@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 Kirsten.keen@noaa.gov. Questions Should Be Received No Later Than 12:00pm Mst/mdt On Monday, February 10, 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 Frederick “eric” Dizon, Frederick.dizon@noaa.gov Or James Lee, James.e.lee@noaa.gov To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Kirsten.keen@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 Kirsten.keen@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. 1. Technical Acceptability/capability. 2. Pricethe 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 Kirsten.keen@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, Single 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)national Weather Service Baltimore/washington Weather Forecast Office Landscaping Servicesstatement Of Worknational Weather Service Office 43858 Weather Service Road Sterling, Va 20166 National Weather Service Baltimore/washington Weather Forecast Office Landscaping Servicesstatement Of Worknational Weather Service Baltimore/washington Weather Forecast Office 43858 Weather Service Rd., Sterling, Va 201661. general Descriptionthe Project Site Consists Of Approximately 5 Acres, Parts Of Which Are Occupied By Buildings, Roads, Walks, And Other Paved Surfaces. The Contractor Shall Provide All Labor, Supervision, Equipment, And Materials For The General Care And Maintenance Of The Existing Outdoor Landscape Items (trees, Shrubs, Turf Grass, And Planting Beds) Located At The National Weather Service Forecast Office (wfo), 43858 Weather Service Road, Sterling, Va 20166 Depicted In Figure 1. Work Includes Mowing, Edging, Weeding, Pruning, Fertilizing, And Repairing Erosion Damage. The Contractor Shall Furnish All Required Fertilizers, Herbicides, Insecticides, Perennials, Shredded-bark Mulch, Grass Seed, And Any And All Other Materials Necessary To Perform The Requirements Of This Specification. The Contractor Shall Follow All Epa, State, And Local Regulations Pertaining To Application Of Fertilizers, Herbicides, Insecticides, And Fungicides.the Contractor Shall Furnish All Equipment To Perform The Work Of This Contract In A Skillful, Orderly, And Professional Manner. This Includes, But Is Not Limited To: Mowers, Edgers, Weed Trimmers, Blowers, Shears, Wheelbarrows, Trucks, Hand Tools, And Other Accessories As Needed. Equipment Shall Be Safe And Well-maintained Per Osha. Contractor Shall Submit All Material Safety Data Sheets (msds) For Any Material Used Under This Containing “dangerous Or Warning” Label To Wfo Point-of-contact Prior To Application To The Grounds Upon Sign-in To The Facility.the Contractor Will Be Required To Sign-into The Facility For Each Service, Before The Start Of Services. At This Time, The Contractor Will Coordinate With The On-site Technical Representative On What Services They Will Provide That Day. At This Time, The Contractor Will Also Supply The On-site Technical Representative With Applicable Msds Documentation For Any Fertilizer, Herbicide, Pesticide, Or Fungicide That Will Be Applied That Day. The Purpose Of This Coordination Is To Communicate What Services Will Be Done In Order To Facilitate Payment To The Contractor, Review And Discuss Any Landscaping Issues, And Discuss Upcoming Landscape Services To Be Executed Under This Specification.all Work Will Be Accomplished During Normal Business Hours Between 7:00 Am And 5:00 Pm Local Time, Monday Through Friday. No Work Shall Be Accomplished On Federal Holidays. The Contractor Will Leave The Site In A Neat And Kept Manner After Every Landscape Service. No Debris From Turf Clippings, Nor Any Residual Fertilizer, Insecticide, And Pesticide Will Be Left On Any Paved Surface. Figure 1. Area Within Red Border Are The Landscaped Grounds Of 43858 Weather Service Road, Sterling, Va 20166. Border Along The Driveway To Weather Service Road Is Bounded 15 Feet From The Side Of The Driveway.2. scope Of Worka. mowing, Trimming, And Edging Of Turf Grass1. general Turf Areas Will Be Mowed With A Rotary Mower To A Height Of Between3.0 Inches And 3.5 Inches. A High Quality Cut Shall Be Provided By Mowers With Sharp Cutting Edges.2. mulching Of The Cut Grass Is Preferred; However, If Mulching The Grass Would Be Detrimental To The Turf Area's Appearance, Removal Of Turf Clippings Is Required.3. mowing Shall Be Required On A 7-10 Day Cycle, Weather Permitting, From Approximately March Through November. During Periods Of Extenuating Weather Conditions, Mowing Frequency Will Be Scheduled As Conditions Permit.4. mowing Area Extends To The Sodded Turf Perimeter Surrounding The Building, Plus 15 Feet From The Driveway Leading To Weather Service Road.5. trimming Of The Turf Around Trees, Shrubs, And Other Obstacles Shall Be Performed Every Mowing Using Trimmers As Necessary.6. clippings, Dirt, And Debris From These Mowing, Edging, And Trimming Services Will Be Removed From Sidewalks, Patios, Parking Lots, And Other Hard Surfaces After Each Servicing. 7. mechanically Edge All Accessible Sidewalks And Curbs Every Mowing During The Growing Season.b. turf Grass Maintenance Program1. the Turf Grass Maintenance Program Includes Fertilization, Weed Control, Pesticide Control, Disease And Fungus Control, Aeration And Over-seeding As Indicated In The Schedule Depicted In Table 1.2. before The Start Of The Growing Season, Obtain Representative Soil Samples From The Turf Grass And Submit To Laboratory For Analysis. Make Recommendations To Customer Based Upon Test Results.3. application Of Pelletized Lime As Indicated By Soil Tests To A Maximum Rate Of 25 Pounds Per 1000 Square Feet.4. fertilizer Will Use Nitrogen (n) Sources That Are =50% Slowly Available And/orwater-insoluble N, According To The Guaranteed Analysis Of The Fertilizer Label.5. herbicides Shall Be Applied To Weeds Growing In Cracks In Paved Areas As Necessary.c. mulching1. beds And Tree Saucers Shall Be Re-mulched In Early April With Double-shredded Black Hardwood Mulch To A Total Depth Of 2-3 Inches.d. pruning1. prune All Ornamental Shrubs To Existing Forms During The Growing Season Up To A Maximum Height Of 8 Feet. All Ornamental Trees Shall Be Pruned From Ground Level To Improve Form And Remove Deadwood. Tree Suckers, Excess Shoot Growth, And Limbs Impeding Walkways Or Roadways Shall Be Removed As Needed.2. ground Cover Plantings, Perennials And Bulbs Will Be Cut Back As Appropriate For Species.3. flowering Shrubs Will Be Pruned As Appropriate For Species And Flowering Season. The Shrubbery Pruning Presented Is A Maintenance Pruning To Retain Existing Size And Form Removing Only First And Second Year Growth. Regenerative Shrubbery Pruning To Include Major Thinning, Removal Of Mature Canes, And Reduction In Overall Breadth Of Span.e. ornamental Programprovide An Ornamental Tree, Shrub And Ground Cover Integrated Pest Management (ipm) Program Consisting Of Monthly Site Inspections From April To November To Detect And Treat Insect Problems Such As Scale, Mites, Bagworms, Lace Bugs, And Tent Caterpillars. When Necessary, Prior To Spring Mulch, Ornamental Plants Will Receive Surface Applications Of N-p-k (nitrogen, Phosphorous, Potassium) At Recommended Rates. Should Other Micronutrient Deficiencies Exist A Proposal Will Be Supplied To Correct Those Deficiencies. Control Of Pests Through Natural And Mechanical Means Will Be Stressed. This Program Covers Only Installed Landscape Materials With A Maximum Height Limit Of 15 Feet Unless Otherwise Specified. Table 1. Turf Grass Maintenance Program Scheduletimeline fertilization weed Control pesticide Control disease/ Funguscontrol aeration & Over- Seedingapril 1 applied At A Rate Of1.0 Pound N/1000 Square Feet, Greater Than 50% Slowlyavailable. pre- Emergent Crab Grass Control. as Needed. as Needed. none.may 30 none. broadleaf Weed Control To Limit Dandelions And Otherbroadleaf Weeds. as Needed. as Needed. none.july 30 none. as Needed. surface Insect Control, Including But Not Limited To Japanese Beetle Andgrub Control. disease And Fungus Control, As Needed. none.september 1 applied At A Rate Of1.0 Pound N/1000 Square Feet, Greater Than 50% Slowly Available. as Needed. as Needed. as Needed. core Aerate All Turf Areas In September Using Mechanical Landscape Equipment Designed For That Purpose.for Those Areas With Bare And Thin Turf, Slice Aeration Is Also Required.immediately After Core And Slice Aerations, Over-seed An Improved Turf Type Tall Fescue Blend Seed, Which Is Resistant To Drought Conditions.october 1 applied At A Rate Of1.0 Pound N/1000 Square Feet, Greater Than 50% Slowlyavailable. as Needed. as Needed. as Needed. none. F. leaf Managmentleaves Shall Be Removed From Turf, Mulched Beds, And Hard Surface Areas As Needed. Where Possible, Leaves Will Be Mulched And Blown Into Existing Natural Areas For Decomposition On Site. Remaining Leaves Will Be Removed From The Site. Approximate Time Of Removal Will Be Between November 15 And December 15.g. tick Controlapply Two Times Per Year To The Turfgrass To Control Ticks, Applications Should Be In May And October. Consideration Should Be Given To Synthetic Pyrethroid Insecticides.h. seasonal Annual Flowers Program1. the Overall Objective Of Having Seasonal Annual Flowers Is To Have Year-long, Healthy, And Colorful Flowers/bulbs/plants In The Two (2) 15 Feet X 5 Feet Flowerbeds At The Front Entrance To The Building With Three (3) Seasonal Plantings. The Annuals Should Be Supportive Of Species For Northern Virginia, Supportive With No Irrigation, And With The Flowerbed Exposure Generally To Full Sun.a. early-spring: Upon Initial Emergence Of Daffodils In March, Clean Out Flowerbeds Of Winter Planting And Lay Fresh Mulch Around Emerging Daffodils.b. spring: After Daffodils And Tulips Perish In Late-april, Plant Spring Flowers In Flowerbeds That Have Peak Color From Mid-april Through Mid-june.c. summer: Prior To Spring Plantings Perish, Plant Summer Flowers In Flowerbeds That Have Peak Color From Mid-june Through Early-september. The Summer Annuals Should Be Resistant To Northern Virginia Drought And Heat.d. fall/winter: Prior To The Perishing Of The Summer Plants, Plant Winter Flowers In Flowerbeds That Generally Overwinter And Retain Their Blossoms From Early-september Through Mid-march. Additionally, Plant And Fertilize 300 Daffodil And Tulip Bulbs (150 Daffodil/tulip Bulbs/flowerbed) Underneath The Fall/winter Plantings For Subsequent Emergence In March Of The Following Year.2. included In All Seasonal Plantings: Flowerbed Preparation, Initial Fertilization, Planting, Fresh Mulch, And Initial Watering, With A Minimum Of 200 4-inch Pot Size Plants Planted (100 Plants/flowerbed = 1.3 Plants/square Foot). Contractor Will Coordinate With The Customer On Specific Flowers/bulbs/plant Recommendation Before Each Planting. The Contractor Will Be Proactive In Scheduling The Seasonal Plantings And Monitoring The Flowerbeds For Vitality.3. the Contractor Will Monitor And Maintain All Flower/plant Beds And For Requiredweeding And Health Of The Annuals On A Bi-weekly Basis. I. flower Bed Preparation And Maintenance1. perform General Spring Clean Up To Turf And Bed Areas. Cut Back Appropriate Perennials.2. beds Will Be Edged And Cleaned Of All Debris And Weeds Before Mulching. Beds Will Be Maintained To Present A Neat Appearance Throughout The Season With The Use Of Nonselective Herbicides And Regular Hand Weeding.inspection And Acceptance Of Workinspection Of Work Performed Under The Contract Will Be Accomplished Jointly With The Contractor’s Supervisor And The On-site Technical Representative Once A Month. The On- Site Technical Representative And Contractor Shall Determine The Specific Date For Inspection. Any Corrective Action Required As A Result Of An Inspection Shall Be Accomplished Prior To The Monthly Billing For That Period. The On-site Technical Representative, May, At Any Time, Request Correction Or Improvement Of Maintenance Practices If They Are Found To Fall Below The Standards Of The Contract Specifications. The Contractor Will Be Notified Of Deficiencies In Performance, In Writing. Prompt Corrective Action Shall Be Taken By The Contractor Upon Written Notice Of Any Deficiency.quality Controlthe Contractor Shall Develop And Maintain A Quality Control Plan (qcp) To Ensure Landscaping Services Are Performed In Accordance With Commonly Accepted Commercial Practices. The Contractor Shall Develop And Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. As A Minimum The Contractor Shall Develop Quality Control Procedures Addressing The Areas Identified In The Scope Of Work.the Qcp Must Be Kept Current, Reflecting The Pertinent Contract Modifications. The Contractor Shall Review The Plan With The Onsite Technical Points-of-contacts To Ensure Complete Understanding. A Copy Of The Most Current Qcp Must Be Kept On File At The Worksite Where The Tasks Are Being Accomplished.all Supplies And Materials Shall Be Of A Type And Quality That Conforms To Applicable Federal Specifications And Standards.the Preferred Method Of Resolving Deficiencies Is To Allow Re-performance To Correct The Deficiencies. The Contractor Shall Be Provided With The Opportunity To Correct Substandard Performance Within One Business Day. When Substandard Performance Is Not Corrected Within The Specified Timeframe Or The Contractor Refuses To Re-perform The Service, The Unsatisfactory Service Is Logged As A Deficiency. Deductions For Deficiencies Shall Be Calculated As 1/30th Of Unit Price For Each Day That The Contractor Fails To Correct. Period Of Performancebase Year: April 1, 2025 To March 31, 2026option Year 1: April 1, 2026 To March 31, 2027option Year 2: April 1, 2027 To March 31, 2028option Year 3: April 1, 2028 To March 31, 2029option Year 4: April 1, 2029 To March 31, 2030onsite Technical Points-of-contactnoaa/national Weather Service Baltimore/washington Weather Forecast Office 43858 Weather Service Roadsterling, Va 20166primary:provided Upon Awardbackup:provided Upon Award
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Software and IT Solutions
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: This Is Modification 12 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: part Three, Four, Five, And Six Of The Mtic Technical Library Are Added To The List Of Attachments. the Due Date For The Submission Of Comments Regarding The Draft Request For Proposal (drfp) Is Extended To January 7, 2025, At 5:00 P.m Central Standard Time. this Is Not A Request For Proposal. No Proposals Are To Be Submitted In Response To This Notice. to Request Access To The Mtic Technical Library, You Must Provide A Completed “mtic Technical Library Request Form” Via Email To Jsc-mtic@mail.nasa.gov. When Responding Reference 80jsc024mtic Mtic-technical Library In The Subject Line. please Note That After The Request Form Is Submitted, You Must Have A Log In For Sam.gov. Once Logged In, Click The Request Access Button In The Attachments/links Section Of The Announcement. all Foreign Nationals From Designated Countries Covered By A Programmatic Technology Transfer Control Plan (pttcp) Or Requiring Access To Export Controlled Information Are Required To Have An Individual Technology Transfer Control Plan (i-ttcp) With A Non-disclosure Agreement (nda). Foreign Nationals From Non-designated Countries Requiring Access To Export-controlled Information Covered By A P-ttcp Are Required To Comply With The International Partner Or Foreign National Certification Contained In The P-ttcp. it Is The Offeror's Responsibility To Monitor This Website For The Release Of The Solicitation And Amendments (if Any). Potential Offerors Will Be Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 12 --- this Is Modification 11 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: the Following Applicable Document Is Added To The Attachment Section Of This Posting: draft Request For Proposal 80jsc024mtic L-10 Zip Folder this Is Not A Request For Proposal. No Proposals Are To Be Submitted In Response To This Notice. it Is The Offeror's Responsibility To Monitor This Website For The Release Of The Solicitation And Amendments (if Any). Potential Offerors Will Be Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 11 --- this Is Modification 10 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: the Draft Request For Proposal And Applicable Documents Are Hereby Posted In The Attachment Section Of This Posting. The Draft Rfp 80jsc024mtic Zip Folder Includes The Following: mtic Draft Request For Proposal (drfp) Cover Letter mtic Drfp 80jsc025r7002 l-3 Past Performance Relevancy Matrix l-5 Technical Resources Template l-6a Mtic Cost Price Template l-6b Minor Subcontracting Template l-7 Mtic Tcp Rate Build-up Form l-8 Prime Subcontractor Identification And Sow Division Of Work Listing Worksheet l-9 Pre-award Survey Of Prospective Contractor Accounting System Checklist attachment J-12 Iagp And Gfp attachment J-13 Gf Sw, It Sys, & Models, Contractor Hosted And Sustained Apps, And Licenses attachment J-17 Dd 254, Contract Security Classification Specification attachment J-18 Department Of Labor Wage Determination attachment J-19 Managed Documents mtic Template For Submission Of Comments Is Posted In The Attachment Section Of This Posting. contracting Officer Point Of Contact Updated. this Is Not A Request For Proposal. No Proposals Are To Be Submitted In Response To This Notice. this Notice Is Issued By The Nasa/jsc To Post A Draft Rfp To Solicit Responses From Interested Parties. This Document Is For Information And Planning Purposes And To Allow Industry The Opportunity To Verify Reasonableness And Feasibility Of The Requirement, As Well As Promote Competition. nasa Clause 1852.215-84, Ombudsman, Is Applicable. The Center Ombudsman For This Acquisition Can Be Found At Https://www.hq.nasa.gov/office/procurement/regs/procurement-ombuds-comp-advocate-listing.pdf. this Draft Rfp Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Pay For The Information Submitted In Response. The Government May Not Respond To Questions/concerns Submitted. The Government Will Use The Information To Finalize The Rfp As Necessary. all Comments Or Questions Regarding The Draft Rfp Shall Be Submitted Electronically Utilizing The “mtic Template For Submission Of Comments” Via Email To Jsc-mtic@mail.nasa.gov, No Later Than January 3, 2025, At 5:00 P.m. Central Standard Time. When Responding Reference 80jsc025r7002 Mtic-drfp. if A Solicitation Is Released, Then It And Any Additional Documents Will Be Available On Www.sam.gov. It Is The Offeror's Responsibility To Monitor This Website For The Release Of The Solicitation And Amendments (if Any). Potential Offerors Will Be Responsible For Downloading Their Own Copy Of The Solicitation And Amendments, If Any. it Is The Offeror's Responsibility To Monitor This Website For The Release Of The Solicitation And Amendments (if Any). Potential Offerors Will Be Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). nasa Intends To Publicize A Listing Of Respondents In Order To Facilitate Teaming Arrangements. Should Your Firm Desire Not To Be Included In This Listing, Clearly Indicate This Desire In Your Response. obtaining Access To Export Controlled Content: to Request Access To The Mtic Technical Library, Please Complete The Technical Library Request Form In The "attachments" Section Below. Once The Technical Library Request Form Is Submitted Through E-mail To Jsc-mtic@mail.nasa.gov, Please Request Access To All Mtic Technical Library Zip Folders In The "attachments" Section In Sam.gov. If Approved, You Will Be Granted Access To All Mtic Technical Library Zip Documents. please Note That After Submitting The Technical Library Request Form, You Must Have A Log In For Sam.gov. Once Logged In, Click The Request Access Button In The Attachments/links Section Of The Announcement. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 10 --- this Is Modification 9 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made:part One And Two Of The Technical Library Are Available And The Following Documents Are Added To The List Of Attachments: mtic Industry Update Charts mtic Requirements Points Of Contacts mtic Industry Update Interested Parties List mtic Industry Update Questions And Answers mtic Technical Library Reference Document Part One And Two mtic Technical Library Part One mtic Technical Library Part Two mtic Technical Library Request Form to Request Access To The Mtic Technical Library, You Must Provide A Completed “mtic Technical Library Request Form” Via Email To Jsc-mtic@mail.nasa.gov. When Responding Reference 80jsc024mtic Mtic-technical Library In The Subject Line. please Note That After The Request Form Is Submitted, You Must Have A Log In For Sam.gov. Once Logged In, Click The Request Access Button In The Attachments/links Section Of The Announcement. all Foreign Nationals From Designated Countries Covered By A Programmatic Technology Transfer Control Plan (pttcp) Or Requiring Access To Export Controlled Information Are Required To Have An Individual Technology Transfer Control Plan (i-ttcp) With A Non-disclosure Agreement (nda). Foreign Nationals From Non-designated Countries Requiring Access To Export-controlled Information Covered By A P-ttcp Are Required To Comply With The International Partner Or Foreign National Certification Contained In The P-ttcp. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 9 --- this Is Modification 8 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: to Facilitate Open Communication With Industry, Nasa Johnson Space Center (jsc) Plans To Conduct An Industry Update For Mtic. The Presentation Date Has Changed From Thursday, September 5, 2024, At 9:00am To 11:00am Central Standard Time (cst) To Friday, September 6, 2024, At 9:00am To 11:00am Central Standard Time (cst). please Rsvp For Industry Update Via Email At Jsc-mtic@mail.nasa.gov By 12:00pm Cst On Thursday, September 5, 2024. A Microsoft Teams Meeting Notice Will Be Provided For Those Who Rsvp To This Announcement. All Previous Rsvps Are Still Valid. Attendance Information Should Include The Following: company Name point Of Contact Name point Of Contact Email business Size please Email Any Questions To Eric S. Festa At Jsc-mtic@mail.nasa.gov. The Government Will Officially Respond To All Questions By Posting Responses To Sam.gov And The Mtic Website After The Industry Update Event. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 8 --- this Is Modification 7 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: to Facilitate Open Communication With Industry, Nasa Johnson Space Center (jsc) Plans To Conduct An Industry Update For Mtic. The Presentation Will Be Held On Thursday, September 5, 2024, At 9:00am To 11:00am Central Standard Time (cst). The Industry Update Will Be Conducted Virtually Via Teams. please Rsvp For Industry Update Via Email At Jsc-mtic@mail.nasa.gov By 12:00pm Cst On Wednesday, September 4, 2024. A Microsoft Teams Meeting Notice Will Be Provided For Those Who Rsvp To This Announcement. Attendance Information Should Include The Following: company Name point Of Contact Name point Of Contact Email business Size please Email Any Questions To Eric S. Festa At Jsc-mtic@mail.nasa.gov. The Government Will Officially Respond To All Questions By Posting Responses To Sam.gov And The Mtic Website After The Industry Update Event. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 7 --- this Is Modification 6 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made:the “mtic Industry Day Questions And Answers” Is Added To The List Of Attachments. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 6 --- this Is Modification 5 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made:the “mtic Interested Parties List” Is Added To The List Of Attachments. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 5 --- this Is Modification 4 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made:the “mtic Industry Day Charts” Are Added To The List Of Attachments. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 4 --- modification 3 this Is Modification 3 To The Rfi Entitledmission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: 1. The Following Location Has Been Added For An In-person Industry Day Option. industry Day Will Be Held In A Hybrid Format. The In-person Option For Industry Day Will Be At The Following Location: gilruth Conference Center lone Star Room johnson Space Center (jsc) 2101 E Nasa Pkwy, Houston, Tx 77058 2. Corrected The Secondary Point Of Contact Email From Jsc-mitc@mail.nasa.gov To Jsc-mtic@mail.nasa.gov. the Due Date For Responses Is Not Extended. offerors Are Responsible For Monitoring This Site For The Release Of The Solicitation And Any Amendments. Potential Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). --- End Of Modification 3 --- modification 2 - May 22, 2024 this Is Modification 2 To The Rfi Entitledmission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: added Clarifying Language Regarding The Page Count Limitations. Additionally, Added The Industry Day Announcement.corrected Spelling Errors In Modification 1. the Due Date For Responses Is Not Extended. offerors Are Responsible For Monitoring This Site For The Release Of The Solicitation And Any Amendments. Potential Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). --- End Of Modification 2 --- modification 1 - May 20, 2024 this Is Modification1 To The Rfi Entitledmission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: changed The Email Inbox Address From Jsc-mtic@nasa.gov To Jsc-mtic@mail.nasa.gov. the Due Date For Responses Is Not Extended. offerors Are Responsible For Monitoring This Site For The Release Of The Solicitation And Any Amendments. Potential Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). --- End Of Modification 1 --- background the National Aeronautics And Space Administration (nasa) Lyndon B. Johnson Space Center (jsc) Is Hereby Soliciting Information From Potential Sources For The Mission Technical Integration Contract (mtic). Mtic Is The Follow-on Acquisition For The Human Space Flight Technical Integration Contract (hsftic). See Enclosed “historical Scope Of Work” For Detailed Requirements. current Contractor: Barrios Technology, Ltd.; contract Number: 80jsc020c0017; estimated Contract Value: Approximately $337 Million; contract Expiration Date: September 30, 2025 the Government Does Not Intend To Acquire A Commercial Item Using Far Part 12. the Naics Code And Size Standard Are 541715 And 1,000 Employees, Respectively. information Requested nasa Jsc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi), And Members Of The Underserved Communities As Defined By Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For Mtic. The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service Disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received. additionally, In Support Of The Executive Order (eo) 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, Nasa Is Seeking To Advance Equity Or Remove Barriers For Members Of Underserved Communities Related To This Requirement. As Defined In The Eo, Underserved Communities Refers To Populations Sharing A Particular Characteristic, As Well As Geographic Communities, That Have Been Systematically Denied A Full Opportunity To Participate In Aspects Of Economic, Social, And Civic Life, As Exemplified By The List In The Preceding Definition Of "equity." Equity Means The Consistent And Systematic Fair, Just, And Impartial Treatment Of All Individuals, Including Individuals Who Belong To Underserved Communities That Have Been Denied Such Treatment, Such As Black, Latino, And Indigenous And Native American Persons, Asian Americans And Pacific Islanders And Other Persons Of Color; Members Of Religious Minorities; Lesbian, Gay, Bisexual, Transgender, And Queer (lgbtq+) Persons; Persons With Disabilities; Persons Who Live In Rural Areas; And Persons Otherwise Adversely Affected By Persistent Poverty Or Inequality. the Following Requested Inputs Are Limited To No More Than Five Pages Total For Inputs One And Two. Inputs Three Through Six And Responses To The Oci Request Are Unlimited. interested Firms Having The Required Capabilities Necessary To Meet The Following Requirements Described Herein Should Submit A Capability Statement Of No More Than Five Pages Indicating The Ability To Perform All Aspects Of The Effort. Mtic Will Provide Program Management Business Management, Configuration Management And Data Management, Information Technology, Systems Engineering And Integration, Mission Integration, Operations, Safety And Mission Assurance/program Risk, And Program Research And Communication Support Services. Please See The Enclosed Document Entitled “historical Scope Of Work” To Determine Your Ability To Perform All Aspects Of This Effort.[cok(b1] in Addition To The Information Requested Above, Interested Parties May Also Provide Optional Comments On This Potential Acquisition Regarding Contract Type, Structure, Incentive Arrangements, Evaluation Criteria, Or Performance Metrics. to Support The Requirements Identified In This Request For Information (rfi)/sources Sought Notification, What Barriers Or Opportunities Exist To Engage Subject Matter Experts From Industry And Academia And How Can Those Barriers Be Overcome? How Can Underserved Communities Be Leveraged? to Support The Requirements Identified In This Rfi, What Barriers Or Opportunities Exist To Partner With Subcontractors That Employ Members Of Underserved Communities, As Defined Above? what Other Recommendations Would You Make To Enhance Diversity And Inclusion? what Should Be Considered To Encourage Full Participation And Contribution Of Organizations And Individuals (e.g., Outreach Efforts And Innovative Partnerships) In Performance Of This Requirement? organizational Conflicts Of Interest (oci): nasa/jsc Is Requesting Information From Industry Regarding Potential Organizational Conflicts Of Interest (oci) Arising From Mtic. the Nature Of The Work Anticipated Under Mtic May Create The Potential For Oci(s) As Currently Described In Far Subpart 9.5. Each Interested Party Should Review Far Subpart 9.5 In Light Of Nasa’s Anticipation Of Oci Issues And Consider Carefully The Extent To Which An Oci May Arise Before Making The Decision To Compete For The Mission Technical Integration Contract. nasa Seeks Input In The Following Areas. Interested Parties Are Requested To Address The Following Questions: 1. What Type(s) Of Oci Issues Would Your Company Or Potential Team Identify, If Any, Should You Choose To Propose On The Mission Technical Integration Contract? 2. What Strategies Would You Anticipate Proposing To Mitigate The Oci Issues That You Identified (if Any)? Please Provide Strategy Details, Previous Examples/experience With Other Contracts With Nasa Or Other Agencies, Etc. 3. Are There Any Other Types Of Potential Oci Issues With The Proposed Mtic Contract That Were Not Identified In This Rfi (assuming Any Were Identified)? 4. Does Your Company Foresee Any Oci Issues Associated With The Mtic Contract That Would Cause You To Decide Not To Propose On The Potential Mission Technical Integration Contract Rfp? nasa Will Review Any Responses Received Regarding Potential Oci And Each Offeror’s Proposed Oci Mitigation Strategy. Nasa Will Respond To Each Company Who Submits A Mitigation Strategy. Nasa’s Response Is Not Intended To Serve As A Confirmation That, In Fact, All Potential Oci Have Been Identified, An Oci Will Ultimately Exist, Or That An Interested Party Is Capable Of Successfully Eliminating Or Mitigating An Identified Oci. Nasa’s Response Is Also Not Intended To Encourage Or Discourage Any Interested Party From Responding To An Rfp Issued For Mission Technical Integration Contract In The Future. Furthermore, Nasa’s Response In No Way Alters Or Interprets Far 9.5 As It Applies To A Final Statement Of Work Or A Final Proposal Submission, Should An Interest Party Elect To Submit A Proposal To An Rfp For Mission Technical Integration Contract. Subsequent To The Initial Oci Submission And Nasa’s Response, Nasa Will Not Consider Further Information As It Relates To This Rfi. submission Instructions: all Questions Should Be Directed To The Point Of Contact Identified Below. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By Nasa To Form A Binding Contract. Nasa Is Under No Obligation To Issue A Solicitation Or To Award Any Contract On The Basis Of This Rfi. Nasa Will Not Pay For Any Information Solicited Under This Rfi. No Solicitation Exists; Therefore, Do Not Request A Copy Of A Solicitation. If A Solicitation Is Released It Will Be Synopsized On Sam.gov. It Is The Interested Party’s Responsibility To Monitor This Website For The Release Of Any Subsequent Solicitation Or Synopsis. all Responses Shall Be Submitted Electronically Via Email To Eric S. Festa At Jsc-mtic@mail.nasa.gov No Later Than 12:00pm, Central Time Zone On June 17th, 2024. Please Reference Mission Technical Integration Contract In Any Response. point Of Contact name: Eric S. Festa title: Contract Specialist email: Jsc-mtic@mail.nasa.gov the Documents On The Nasa Mtic Acquisition Website ( Https://www.nasa.gov/johnson/jsc-procurement/mtic/)are For Information And Planning Purposes, To Allow Industry The Opportunity To Comment, And To Promote Competition Only. Nasa Will Not Affirmatively Release Any Information Received In Response To This Rfi To The Public, But May Use Information Received In Developing The Best Approach For A Contract Strategy, And Therefore Such Information May Be Recognizable To The Interested Party Who Submitted It. Any Information Submitted In Response To This Rfi That Is Marked As “confidential Commercial Or Financial Information” Will Be Considered As Voluntarily Submitted In Accordance With The Freedom Of Information Act. nasa Intends To Publicize A Listing Of Respondents In Order To Facilitate Teaming Arrangements. Should Your Firm Desire Not To Be Included In This Listing, Clearly Indicate This Desire In Your Response. nasa Clause 1852.215-84, Ombudsman, Is Applicable. The Center Ombudsman For This Acquisition Can Be Found At : Https://www.hq.nasa.gov/office/procurement/regs/procurement-ombuds-comp-advocate-listing.pdf industry Day: to Facilitate Open Communication With Industry, Nasa Johnson Space Center (jsc) Plans To Conduct An Industry Day For Mtic. The Presentation For Industry Day Will Be Held Ontuesday, June 18, 2024, At 9:00am To 11:00am Central Standard Time (cst). Industry Day Will Be Held Either Virtually Or Hybrid. A Location Will Be Provided In A Future Modification To This Announcement If An In Person Option Is Available. a Microsoft Teams Meeting Notice Will Be Provided For Those Who Rsvp To This Announcement. the Government Will Also Provide One-on-one Communication Opportunities In Person Or Virtually Ontuesday, June 18, 2024 Between 1:00pm And 5:00pm Cstandvirtually On Thursday, June 20, 2024, Between 9:00am And 1:00pm Cst. One-on-one Meetings Will Be Held In The Gilruth Conference Center Or Via Teams And Will Not Exceed 20 Minutes. Participation Is Limited To Five (5) Individuals From Each Company/team. please Rsvp For Industry Day Via Email At Jsc-mtic@mail.nasa.gov By4:00pm Cst Onfriday, June 14, 2024. Attendance Information Should Include Company Name, Name/representative, And Point Of Contact Information. Please Indicate If You Prefer To Attend In Person Or Via Teams. please Email Any Questions To Eric S. Festa At Jsc-mtic@mail.nasa.gov. The Government Will Officially Respond To All Questions By Posting Responses To Sam.gov And The Mtic Website After Industry Day. one-on-one Meetings to Facilitate Interactive Communications With Industry, Jsc Personnel Will Also Be Available For Meetings With Individual Companies In Conjunction With Industry Day. The Meetings Are Intended To Be Q&a Sessions In Which Neither Side Will Make A Formal Presentation. To Request A One-on-one Meeting, Please Respond Affirmatively In Your Rsvp Per The Instructions Above. the Following Topics May Be Discussed At The One-on-one Meetings: the General Purpose Of The Announced Procurement; any Information About The Mtic Acquisition That Nasa Has Already Made Accessible To The Public Or Is Otherwise Being Made Available To All Potential Offerors; historical Information About The General Nature Or Scope Of Prior Contracts Whose Requirements Will Be Addressed In Whole Or In Part Under A Follow-on Procurement; information That Describes The Federal Procurement Process As Defined By The Federal Acquisition Regulation (far), Nasa Far Supplement (nfs), Or Other Published Procurement Policy Documents; And procurement Specific Information Already Published Such As Information Contained In The Historical Scope Of Work And Sources Sought Synopsis. questions Regarding The Subjects Belowwill Notbe Discussed: proprietary Or Confidential Business Information Of Incumbent Contractor(s) Or Other Business Entities; privacy Act Protected Information Such As, Incumbent Contractor Employees’ Personal Data; trade Secrets Act Protected Information; speculation On What The Government Might Be Looking For In Proposals; different Technical And Management Approaches; technical Efficiencies; any Particular Government Emphasis; And incumbent’s Performance. a Confirmation Email Will Be Sent To Acknowledge Your Reservation(s) And Provide Further Instructions. no Recordings Of Any Kind Are Permitted Of The Industry Day Presentation Or One-on-one Sessions. nasa Anticipates Releasing The Industry Day Charts Prior To Industry Day. Offerors Are Responsible For Monitoring This Site For The Release Of The Solicitation And Any Amendments. Potential Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any).
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Laboratory Equipment and Services
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: Performance Work Statement For Anatomic Pathology Services
western Colorado Health Care System (wchcs)
grand Junction Va Medical Center
2121 North Avenue
grand Junction, Co. 81501 background the Purpose Of This Statement Of Work (sow) Is To Procure Anatomic Pathology Services From A Qualified Reference Laboratory (hereafter Contractor) For The Western Colorado Health Care System (wchcs), Pathology And Laboratory Medicine Services (p&lms). The Period Of Service Is October 1, 2025, To September 30, 2026, With Four Consecutive Option Years. Services Will Be Provided By The Contractor At Both The Contractor S Facility And On-site At Wchcs.
wchcs Does Not Have An Anatomic Pathology Department And Needs A Service That Will Provide A Licensed Consulting Pathologist For Surgical Specimen Processing With Interpretation, Cytological Specimen Processing With Interpretation, And Autopsy Services. the Contractor Shall Provide All Labor, Supplies, Equipment, Maintenance, Information Technology, And Supervision Necessary To Provide Reference Laboratory Services To The Wchcs Described Herein. Contractor Shall Also Have An Existing Vista Connection. Reference Laboratory Services Include, But Are Not Limited To: specimen Preparation And Storage.
transportation Of Clinical Laboratory Specimens, Microbiology Cultures, And Stocks;
performance Of Analytical Testing; reporting Of Analytical Test Results; consultative Services. quality Control Activities. all Contractor S Testing Shall Be Executed In Accordance With Standard Industry Practices. It Is Preferred That Test Methods Are Fda Approved. Any Non-fda Approved Method Being Performed Shall Have A Disclaimer And Documented Validation Plan. Upon Request, The Validation Plan And Validation Results Shall Be Made Available To The Cor Or Designee. the Contractor Shall Ensure The Accurate And Timely Performance Of Laboratory Testing Services On All Biomedical Materials. specimen Testing the Contractor Shall Pick Up, Process, Embed, Stain, Cut, And Coverslip The Specimens, Provide Pathological Analysis, And Report Findings In A Reasonable Time Frame, As Noted Below. surgical Specimens Shall Be Reported In Less Than Or Equal To Two (2) Days. Procedures Include, But Are Not Limited To, The Following (by Cpt Code) Performed At The Contractor S Laboratory:
85060: Blood Smear, Peripheral, Interpretation By Physician 85097: Bone Marrow, Smear Interpretation
87624: Infectious Agent Detection By Nucleic Acid (dna Or Rna)
88164: Cytopathology, Slides, Cervical Or Vaginal
88300: Level 1 Tissue Exam By Pathologist
88302: Level 2 Tissue Exam By Pathologist
88304: Level 3 Tissue Exam By Pathologist
88305: Level 4 Tissue Exam By Pathologist
88307: Level 5 Tissue Exam By Pathologist
88309: Level 6 Tissue Exam By Pathologist
88311: Decalcification Procedure
88312: Special Stains Group 1, Including Interpretation And Report
88313: Special Stains Group 2, Including Interpretation And Report
88321: Consultation And Report On Referred Slides Prepared
88323: Consultation And Report On Referred Material
88341: Immunohistochemistry Or Immunocytochemistry, Per Specimen
88342: Immunohistochemistry Or Immunocytochemistry + Immunoperoxidase Stain
89060: Crystal Identification By Light Microscopy non-gyn Cytology Specimens. Shall Be Reported In Less Than Two (2) Business Days. Procedures Include, But Are Not Limited To, The Following (by Cpt Code) Performed At The Contractors Laboratory:
88108: Cytopathology Concentration Technique
88112: Cytopathology, Selective Cellular Enhancement Technique gyn Cytology Specimens. Shall Be Reported In Less Than Two (2) Days. Procedures Include, But Are Not Limited To, The Following (by Cpt Code) Performed At The Contractors Laboratory:
88141: Cytopathology, Cervical Or Vaginal, Gyn Physician Interpretation
88142: Cytopathology, Cervical Or Vaginal, Gyn Auto frozen Sections. Shall Be Processed And The Initial Report Received At Wchcs Within 20 Minutes Or Less From The Time The Specimen Is Received At The Contractor S Place Of Business. Procedures Include, But Are Not Limited To, The Following (by Cpt Code) Performed At The Contractors Laboratory:
88331: Pathology Consultation During Surgery, Frozen Section
88332: Pathology Consultation During Surgery, Frozen Section Add Rush Block fine Needle Aspirates. Immediate Evaluations Are Performed At Bedside At Wchcs For Fine Needle Aspirates And Core Biopsies To Determine If The Specimens Are Adequate And To Provide A Preliminary Report. Specimens Are Then Treated As Surgical And Non-gyn Cytology Specimens. Procedures Include, But Are Not Limited To The Following (by Cpt Code): 88172: Cytopathology, Evaluation Of Fine Needle Aspirate + Fine Needle Consult
88173: Cytopathology, Evaluation Of Fine Needle Aspirate
88333: Pathology Consultation During Surgery, Cytologic Examination + Misc. Ap Test autopsies. Shall Be Processed And Completed Within Sixty (60) Days. A Provisional Diagnosis Shall Be Received Within Two (2) Business Days. A Post-mortem Quality Assurance Survey Must Be Completed Within Thirty (30) Days. Procedures Include, But Are Not Limited To, The Following (by Cpt Code) Performed At The Contractors Laboratory:
88020: Necropsy (autopsy), Limited, Gross And/or Microscopic, Without Cns
88025: Necropsy (autopsy), Gross And Microscopic, With Brain
88036: Necropsy (autopsy), Limited, Gross And/or Microscopic histology. The Contractor Shall Embed, Stain, Cut, And Coverslip To The Specimens And Then Return The Specimen To Wchcs. This Could Be Called A Block And Stain Service For Anatomic Pathology Specimens Should A Special Circumstance Arise. staining. Upon Receipt Of Tissue Specimens, The Contractor Shall Embed, Perform A Hematoxylin & Eosin (h&e) Stain, Perform A Single Cut Of The Specimen, And Affix It So A Slide With Coverslip. staining. Upon Receipt Of Tissue Specimens, The Contractor Shall Embed, Perform A Hematoxylin & Eosin (h&e) Stain, Perform A Single Cut Of The Specimen, And Affix It So A Slide With Coverslip. note: The Contractor Must Offer The Technical Component Separately Form The Professional Component On Both Their Test Menu And The Bill Of Charges. note: New Tests Not Listed Must Be Added To The Contract Though Modification By The Contracting Officer Prior To The Specimen Being Tested. The Contractor Shall Notify The Contracting Officer And The Contracting Officer S Representative (cor) Or Designee Of Any Test Information Modifications No Earlier Than Two Weeks Prior To The Desired Implementation Date Of The Test Change. specimen Preparation, Storage, And Retention For Reference Testing Specimens the Contractor Shall Provide All Materials Necessary To Collect And Preserve Specimens That Are Destined To The Commercial Reference Laboratory For Testing. These Materials Include Those Items That Are Dictated By And In Compliance With The Collection Requirements Of The Commercial Reference Laboratory. the Contractor Shall Be Responsible For Storing Specimens In Such A Manner To Ensure The Integrity Of The Specimen.
all Anatomic Pathology Materials (e.g., Histology Blocks, Slides Or Other Diagnostic Material) Generated By The Va Shall Be Returned Within 2 Days After Final Diagnosis Is Reported. the Contractor Shall Be Responsible For Storing Specimens In Such A Manner To Insure The Integrity Of The Specimen. transportation Services For Reference Testing Specimens the Contractor Shall Provide Transportation Of Primarily Biomedical Materials That Include Patient Specimens, Originating From The Wchchs And Destined To Their Contracted Reference Laboratory Facility. These Items Are Classified As Hazard Materials Class 6, Division 6.2 And Are Defined In 49 Cfr Part 173.134 As Those Materials That Contain Or Could Contain Etiologic Agents. Transportation Shall Be Done In Such A Manner That The Safety And Integrity Of The Biomedical Material Is Maintained. note: The Wchchs Will Not Employ The Use Of Their Own Courier Services For This Contract. routine Transportation Services Shall Occur A Minimum Of Once Per Day: new Specimens Shall Be Picked Up From The Wchchs No Later Than 5:30 Pm Each Business Day, Monday Through Friday, Not Including Government Holidays. emergency Transportation Arrangements Shall Be Made By Wchchs. contractor Shall Provide All Necessary Supplies For Biomedical Materials To Be Transported From The Originating Facility To The Contractor S Laboratory. These Supplies Shall Include, But May Not Be Limited To:
shipping And Packaging Containers. Packing Material Must Be Capable Of Maintaining Temperature Requirements For Specimens Until They Reach The Contractor S Laboratory.
required Labels And Packaging Materials For Shipping Specimens Via Courier That Are Infectious, Or Etiologic Agents, In Accordance With Appropriate Requirements Of 42 Cfr Part 72, 49 Cfr Parts 171 And 173, And The Dangerous Goods Regulations Of The International Air Transport Association (iata) Consistent With Current Regulatory Updates. test Request Forms. Specimen Retention
all Anatomic Pathology Materials (e.g., Histology Blocks, Slides Or Other Diagnostic Material) Generated By The Va Shall Be Returned Within 2 Days After Final Diagnosis Is Reported. reporting Of Results
the Results Of Testing Shall Be Reported Within The Prescribed Turnaround Times Provided By Wchcs As Part Of The Test Information. the Anatomic Pathology Report Must Be Issued As An Electronic Final Copy. The Contractor Shall Deliver Reports Electronically Preferably Though The Veterans Administration Vista Hl7 Interface. Contractor Must Provide It Support For Current And/or Future Connectivity To Vista. accessibility To Wchchs Reports Must Be Available Via Web-based Programs At Any Time. each Test Report Shall, At Minimum, Include The Following Information:
patient's Full Name patient S Identification Number, E.g. Social Security Number (ssn)
physician S Name (if Supplied) government Laboratory Accession Number (if Supplied)
submitting Facility Name
submitting Facility Account Number
test(s) Ordered date/time Of Specimen Collection
collection Site
brief Patient History That Is Provided
date/time Test Completed
test Result cpt Code
snomed Code
reference Laboratory Accession Number If Applicable
name And Address Of Testing Laboratory any Other Information The Laboratory Has That May Indicate A Questionable Validity Of Test Results. specimen Inadequacy Shall Be Reported With Documentation Supporting Its Unsuitability For Testing. customer Service
the Contractor Shall Provide Customer Service That Is Accessible By Telephone Service Monday Through Friday, 8:00 Am 4:00 Pm Mountain Time, In Order To Assist Government Staff For Tracking And Resolving Related Issues/problems That May Arise In The Performance Under This Contract. upon Award, The Contractor Shall Provide The Name(s) And Telephone Number(s) Of Contractor Employees Who Will Address The Following Customer Services Throughout The Contract Performance Period: telephone Inquiries Telephone Inquiries Are Divided Into Four Major Categories With Additional Subcategories Defining The Type Of Inquiry And The Government S Minimum Time Expectation For Meeting This Service.
specimen Collection
routine Inquiries, Questions And Clarifications Regarding Collection Requirements Shall Be Addressed At The Time Of The Initial Call.
esoteric Inquiries, Questions And Clarifications Regarding Collection Requirements That Require Further Research Shall Be Addressed Within ½ Hour Of The Initial Call. testing
inquiries Regarding The Status Of Pending Orders Shall Be Addressed At The Time Of The Initial Call.
esoteric Inquiries When Information Is Requested Regarding Methodology, Correlation, Interferences, Reflex Tests, Etc. Shall Be Addressed Within Two Hours Of The Initial Call. technical Expertise
test Utilization Inquiries Where Information Is Required As To The Most Appropriate Test To Be Ordered Shall Be Addressed Within Two Business Hours Of Initial Call.
result Interpretation Inquiries Shall Be Addressed Within Four Business Hours Of Initial Call. consultative Services Where Information Is Required Regarding The Clinical Significance Of Tests Shall Be Addressed Within Twenty-four Business Hours Of The Initial Call. account Follow-up information General In Nature Yet Specific To The Account, E.g. Test Pricing, Equipment Repair, Supply Ordering, Etc. Shall Be Addressed Within Four Hours Of The Initial Call. the Contractor Shall Notify The Originating Laboratory By Telephone Of Specimens Cancelled Due To Unacceptability For Reasons Relating To Volume, Specimen Container, Identification, Loss Of Specimen, Etc. consultative Services/utilization Reports contractor Shall Prove Consultative Services That Are Consistent With The Services Offered To Other Contracted Customers Without Compensation. These Services May Include Consultations By Laboratory Professionals Or Experienced Physicians On Test Or Methodology Selection Or Test Result Interpretation. contractor Shall Provide A Statistical Analysis Of The Government Facilities Workload Testing Volumes To Assist In The Monitoring Of Ordering Trends And Utilization Patterns And Will Make Recommendations To The Facilities On Mechanisms To Reduce Their Costs. contractor Shall Provide A Cumulative Workload Summary Report Of Tests Performed. The Summary Must Include The Test Name/description, Monthly Test Volume, Year-to-date Test Volume, Unit Test Cost, Monthly Test Expenditures And Year-to Date Test Expenditures.
the Report Shall Be Delivered Electronically To The Cor Or Designee By The 10th Of The Month Following The Close Of The Reporting Month.
all Reports Shall Be Submitted In Electronic Spreadsheet Format. 9.0 Special Contract Requirements services
monitoring Of Contractor S Performance Shall Be Demonstrated Through Clinical And Administrative Record Reviews. The Cor Will Be Responsible For Verifying Contract Compliance. The Cor Will Monitor Services Through One Or A Combination Of The Following Mechanisms:
the Cor Will Monitor Contractor Performance To Ensure That Services Called For In The Pws Have Been Received By Va In A Timely Manner. Any Incidents Of Contractor Noncompliance As Evidenced By The Monitoring Procedures Will Be Forwarded Immediately To The Contracting Officer. documentation Of Services Performed Will Be Reviewed Prior To Certifying Payment. The Cor Will Perform Periodic Spot Checks On All Documents And Record All Findings. Va Will Pay Only For Services Actually Provided. Contract Monitoring And Recordkeeping Procedures Will Be Sufficient To Ensure Proper Payment And Allow Audit Verification That Services Were Provided. the Cor Will Provide A Written Statement Annually To The Contracting Officer To Include A Summary Of Contractor Actions And A Statement That All Requirements Of The Contract Have Been Fulfilled As Agreed. This Summary Evaluation Will Be Submitted 45 Days Prior To Expiration Of Contract (and/or Prior To Election Of Option Year Renewals, If Applicable). the Contractor Shall Not, Under Any Circumstances, Furnish Reports Directly To Patients. the Contractor Shall Be Clia Certified And Confirm That They Are A Covered Entity. the Contractor Must Comply With All Joint Commission, College Of American Pathologists, And Vha Handbook 1106.01 Requirements. federal Holidays the Contractor Is Not Required To Provide Transportation Of Specimens On Federal Holidays. The 10 Holidays Observed By The Federal Government Are: new Year S Day
martin Luther King S Birthday
presidents Day
memorial Day
juneteenth Day
independence Day
labor Day
columbus Day
veterans Day
thanksgiving Day
christmas Day
*and Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday. qualifications/requirements Of Laboratory & Contractor Personnel
laboratory in Accordance With Va Directive And Handbook 6500.6, Appendix A, A Business Associate Agreement Is Required. the Contractor Must Comply With All Joint Commission, College Of American Pathologists, And Vha Handbook 1106 Requirements.
the Contractor Shall Continuously Hold A Certificate Of Compliance Or Certificate Of Accreditation From The Centers For Medicare & Medicaid Services As Meeting The Requirements Of The Clinical Laboratory Improvement Amendments Of 1988 Or Must Demonstrate Accreditation By A Regulatory Agency(s) With Deemed Status From The Centers For Medicare & Medicaid Services, E.g. The College Of American Pathologists, And/or Other State Regulatory Agencies, As Appropriate, And As Mandated By Federal And State Statutes. The Contractor Must Maintain Valid Certifications During The Entire Performance Period Of This Contract.
the Contractor Shall Maintain Safety And Health Standards Consistent With The Requirements Set Forth By The Occupational, Health, And Safety Administration (osha), And The Center For Disease Control (cdc) And Prevention. personnel
the Contractor Shall Ensure All Testing And Supervisory Personnel At The Reference Laboratory Assigned To Work Under This Contract Meet And Maintain The Applicable Personnel Qualifications Set Forth Under The Clinical Laboratory Improvement Amendments (clia) Of 1988 Regulations, The College Of American Pathology (cap) Accreditation Standards, Or Other Accrediting Organizations And State Standards. the Contractor Shall Ensure Its Employees Have The Ability To Perform The Applicable Duties Consistent With Their License And Certification. any New Requirements For Mandatory Education And/or Competency Reassessment, Which Occur During The Contract Period, Must Be Completed By The Individual Contractor Employee(s) Within Va Established Timeframes. the Contractor Couriers Entering Any Government Facility Shall Prominently Display A Contractor-issued Identification Badge. the Work Will Be Performed At The Contractor S Location Of Business, Excluding Any Specialized Testing Requiring Specimens To Be Sent Out. hipaa Compliance
contractor Shall Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). The Contractor Shall Prove To The Gjvamc That They Are Identified As Healthcare Providers, And That The Phi Is Being Disclosed And/or Used For Treatment. contract Performance Monitoring
monitoring Of Contractor S Performance Shall Be Demonstrated Through Clinical And Administrative Record Reviews. The Cor Will Be Responsible For Verifying Contract Compliance. The Cor Will Monitor Services Through One Or A Combination Of The Following Mechanisms:
the Cor Will Monitor Contractor Performance To Ensure That Services Called For In The Pws Have Been Received By Va In A Timely Manner. Any Incidents Of Contractor Noncompliance As Evidenced By The Monitoring Procedures Will Be Forwarded Immediately To The Contracting Officer.
documentation Of Services Performed Will Be Reviewed Prior To Certifying Payment. The Cor Will Perform Periodic Spot Checks On All Documents And Record All Findings. Va Will Pay Only For Services Actually Provided. Contract Monitoring And Recordkeeping Procedures Will Be Sufficient To Ensure Proper Payment And Allow Audit Verification That Services Were Provided. the Cor Will Provide A Written Statement Annually To The Contracting Officer To Include A Summary Of Contractor Actions And A Statement That All Requirements Of The Contract Have Been Fulfilled As Agreed. This Summary Evaluation Will Be Submitted 45 Days Prior To Expiration Of Contract (and/or Prior To Election Of Option Year Renewals, If Applicable). quality Control Program
the Contractor Shall Maintain A Quality Control Program Related To Reference Laboratory Services Covered Under This Contract. This Program Must Minimally Address The Quality Aspects Representative To The Testing Process, I.e. Pre-analytical, Analytical And Post-analytical Variables And Include A Description Of Monitoring And Evaluation Activities. The Contractor Will Meet Or Communicate With The Wchcs Staff For Process Review And Improvement Of Contract Performance On An As Needed Basis.
the Contractor Will Notify The Performing Provider And Wchcs Laboratory Leadership For All New Malignancies Within 2 Business Days. The New Malignancy Report Will Contain All Required Snomed And P Codes In Accordance With Va Handbook 1106.
the Contractor Will Provide Monthly Quality Assurance Reports.
the Contractor Will Provide An Annual Evaluation Of Statistical Data To Include:
cytology Cases Examined.
specimens Processed By Specimen Type.
patient Cases Reported By Diagnosis.
gynecologic Cases Where Cytology And Histology Are Discrepant. security Requirements
contractor Shall Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). The Contractor Shall Prove To The Gjvamc That They Are Identified As Healthcare Providers And That The Phi Is Being Disclosed And/or Used For Treatment. government-furnished Equipment (gfe)/government-furnished Information (gfi). va Wchcs Will Provide The Electronic Health Record For Issuing Pathology Reports.
other Pertinent Information Or Special Considerations. specimens May Require Additional Specialized Staining.
identification Of Possible Follow-on Work: community Hospital Pathologists May Encounter The Need To Order Follow-on Testing And Have Tissue Blocks And/or Slides Sent To Another Reference Laboratory For Additional Analysis.
identification Of Potential Conflicts Of Interest (coi). none Identified
identification Of Non-disclosure Requirements.
all Correspondence Must Be Encrypted. The Contractor Must Not Disclose Pricing To Other Vendors Or Entities Outside Of The Wchcs Contracting And Laboratory Departments.
packaging, Packing And Shipping Instructions. the Contractor Shall Provide Transportation Of Primarily Biomedical Materials That Include Patient Specimens, Originating From The Gjvamc And Destined To Their Contracted Reference Laboratory Facility. These Items Are Classified As Hazard Materials Class 6, Division 6.2 And Are Defined In 49 Cfr Part 173.134 As Those Materials That Contain Or Could Contain Etiologic Agents. Transportation Shall Be Done In Such A Manner That The Safety And Integrity Of The Biomedical Material Is Maintained. Note: The Gjvamc Will Not Employ The Use Of Their Own Courier Services For This Contract. routine Transportation Services Shall Occur A Minimum Of Once Per Day: new Specimens Shall Be Picked Up From The Gjvamc No Later Than 5:30 Pm Each Business Day, Monday Through Friday, Not Including Government Holidays. emergency Transportation Arrangements Shall Be Made By Gjvamc. contractor Shall Provide All Necessary Supplies For Biomedical Materials To Be Transported From The Originating Facility To The Contractor S Laboratory. These Supplies Shall Include, But May Not Be Limited To:
shipping And Packaging Containers. Packing Material Must Be Capable Of Maintaining Temperature Requirements For Specimens Until They Reach The Contractor S Laboratory.
required Labels And Packaging Materials For Shipping Specimens Via Courier That Are Infectious, Or Etiologic Agents, In Accordance With Appropriate Requirements Of 42 Cfr Part 72, 49 Cfr Parts 171 And 173, And The Dangerous Goods Regulations Of The International Air Transport Association (iata) Consistent With Current Regulatory Updates. test Request Forms. inspection And Acceptance Criteria. the Cor Is Responsible For Certifying That The Work Done Under The Contract Is Performed To Time And Standard. They Are Also Responsible To Assure The Inspection And Acceptance Of Products Provided Incidental To Services. A Demo Period Or Trial Is Not Inspection Of A Product. rick Control
the Contractor May Be Exposed To Hazardous Chemicals. The Contractor Is Responsible For Keeping Up To Date On Safety Data Sheets And Procedures For Mitigation Of Exposure. place Of Performance.
10/01/2025 Through 09/31/2026. This Will Be A Base Plus Four Option Years Firm Fixed Price Contract. delivery Schedule. task 1: Surgical Specimens. Shall Be Reported In Less Than Or Equal To Two (2) Days. task 2: Non-gyn Cytology Specimens. Shall Be Reported In Less Than Two (2) Business Days.
task 3: Gyn Cytology Specimens. Shall Be Reported In Less Than Two (2) Days.
task 4: Frozen Sections. Shall Be Processed And The Initial Report Received At Wchcs Within 20 Minutes Or Less From The Time The Specimen Is Received At The Contractor S Place Of Business.
task 5: Fine Needle Aspirates. Immediate Evaluations Are Performed At Bedside At Wchcs For Fine Needle Aspirates And Core Biopsies To Determine If The Specimens Are Adequate And To Provide A Preliminary Report. (end Of Statement Of Work) In Response To This Announcement, Please Provide The Information Below. If This Information Is Not Provided, Then It Will Be Assumed The Entire Requirement Cannot Be Met: naics Code: 621511
company Name:
address:
uei (unique Entity Id) Number:
contact Name:
phone No.:
email:
business Size Information - Select All That Applies:
small Business
emerging Small Business
small Disadvantaged Business
certified Under Section 8(a) Of The Small Business Act
hubzone
woman Owned
certified Service-disabled Veteran Owned Small
veteran Owned Small Business
large Business
fss/gsa Contract Holder:
yes No fss/gsa Contract Number: effective Date/ Expiration Date: proposed Solution Is Listed And Available On The Above Fss/gsa Contract:
yes No available Pricing Structure Of Proposed Solution (select All That Are Applicable Below):
pricing Model
please Indicate Availability Below: (yes / No / Na)
all On Fss
open Market Only
mix Of Fss & Open Market
(cprr) Cost Per Reportable Result cost Per Test(cpt) reagent Rental Agreement equipment Rental With Reagent Purchase fixed Monthly Charge other: (please Explain) federal Acquisition Regulation (far) Market Rearch Questions:
buy American Act (far 52.225) What Percentage Of The Proposed Product (including Leases) Is A:
domestic End Product? _____________ (%)
foreign End Product? _______________ (%)
questions For Small Businesses Only:
limitations On Subcontracting (far 52.219-14) What Percentage Of The Work Would Be Subcontracted To Another Company? ________ If > 0, What Is Company S Business Size: __________
if Subcontracting, What Added Value Do You Offer (far 52.215-23): _______________________________
nonmanufacturer Rule (far 52.219-33):
does Your Company Manufacturer These Proposed Items? [â ] Yes [â ] No
does Your Company Exceed 500 Employees? [â ] Yes [â ] No If Yes, List # Of Employees: _________
does Your Company Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied? [â ] Yes [â ] No
does Your Company Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice? [â ] Yes [â ] No
does Your Company Supply The End Item Of A Small Business Manufacturer, Processor Or Producer Made In The United States, Or Obtains A Waiver Of Such Requirement Pursuant To Paragraph (b)(5) Cfr 121.406. [â ] Yes [â ] No If Yes, What Is The Manufacturer S Name? ________________ the Information Submitted Shall Contain The Company S Business Size Status. This Is A Request For Information And Sources Only, Which May Or May Not Lead To A Future Solicitation. This Is Not A Request For Quote (rfq). No Questions Will Be Answered. The Va Will Not Pay For Any Information Received Resulting From This Sources Sought Notice. Requests For Copies Of A Solicitation Shall Not Be Honored Or Acknowledged. Information Should Be Forwarded To The Contracting Officer. If Your Organization Can Provide All Services Of This Potential Requirement And Is Interested In This Opportunity, Please Respond To Lindsey Zwaagstra, Lindsey.zwaagstra@va.gov, Contracting Officer, Department Of Veterans Affairs, Nco 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 And Nco19lab@va.gov  with A Statement Describing Your Capabilities And Completed Table Above. The Capability Statement Shall Include A Point Of Contact, Complete Mailing Address, Telephone Number, Email Address And State The Company S Business Size Status. The Deadline For This Information To Be Received Is 16:00 Pm Mountain Time, 02/14/2024.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
Details: The Solicitation Is Amended To Dissolve The Sdvosb Set Aside And Reissue In An Unrestricted Basis.
description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 January 17, 2025. this Solicitation Is Unrestricted. Any Business Size Can Participate. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34m. The Fsc/psc Is J065. the Department Of Veterans Affairs, Manchester Nh Va Medical Center Sterile Processing Services (sps) Department, Needs Instrument Maintenance Service. There Are 185 Trays To Be Serviced. see The Attached Statement Of Work With The Equipment List. all Interested Companies Shall Provide Quotations. the Blanket Purchase Agreement Period Of Performance Is 2/1/2025 1/31/2030.
place Of Performance/place Of Delivery
manchester Vamc
718 Smyth Road
manchester, Nh 03104-7007
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services addendum To Far 52.212-1 Instructions To Quoters Commercial Products And Commercial Services (sep 2023)
provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Requirements Contract Resulting From This Solicitation.
(end Of Provision)
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/
(end Of Provision)
far Number
title
date
52.204-7
system For Award Management
oct 2018
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
nov 2021
52.204-29
federal Acquisition Supply Chain Security Act Orders Representation And Disclosures
dec 2023
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.229-11
tax On Certain Foreign Procurements Notice And Representation
jun 2020
852.239-75
information And Communication Technology Accessibility Notice
feb 2023
(end Of Addendum To 52.212-1)
(end Of Provision)
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023)
addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available.
addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 52.216-18 Ordering (aug 2020) (a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 1/15/2025 Through 1/14/2030. (b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control. (c) A Delivery Order Or Task Order Is Considered "issued" When (1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail; (2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or (3) If Sent Electronically, The Government Either (i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or (ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address. (d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract.
(end Of Clause) 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 30 Days.
(end Of Clause) vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) (a) Definitions. As Used In This Clause (1) Contract Financing Payment Has The Meaning Given In Far 32.001; (2) Designated Agency Office Means The Office Designated By The Purchase Order, Agreement, Or Contract To First Receive And Review Invoices. This Office Can Be Contractually Designated As The Receiving Entity. This Office May Be Different From The Office Issuing The Payment; (3) Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests; (4) Invoice Payment Has The Meaning Given In Far 32.001; And (5) Payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract. (b) Electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required. (c) Data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following: (1) Va S Electronic Invoice Presentment And Payment System At The Current Website Address Provided In The Contract. (2) Any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi). (d) Invoice Requirements. Invoices Shall Comply With Far 32.905. (e) Exceptions. If, Based On One Of The Circumstances In This Paragraph (e), The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For (1) Awards Made To Foreign Vendors For Work Performed Outside The United States; (2) Classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information; (3) Contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies; (4) Solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or (5) Solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above.
(end Of Clause) vaar 852.242-71 Administrative Contracting Officer (oct 2020) The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor.
(end Of Clause) 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause)
far Number
title
date
52.203-17
contractor Employee Whistleblower Rights
nov 2023
52.204-9
personal Identity Verification Of Contractor Personnel
jan 2011
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
852.203-70
commercial Advertising
may 2018
852.204-70
personal Identity Verification Of Contractor Personnel
may 2020
(end Of Addendum To 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2024) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (a)(1-7), (b)(5), (b)(9), (b)(11), (b)(12), (b)(25), (b)(26), (b)(31), (b)(33), (b)(34), (b)(36), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59), (c)(1), (c)(5),(c)(7),(c)(8), (d), And (e). all Quotes Shall Be Sent To The Point Of Contact At Manases.cabrera@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side-by-side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer's Decision For The Quote Most Favorable To The Government. addendum To 52.212-2 Evaluation Commercial Products And Commercial Services
basis For Award. The Government Will Issue A Blanket Purchase Agreement To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Quotations: technical
past Performance
price
veterans Involvement
evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation.
past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis.
veterans Involvement: In Accordance With Veterans Affairs Acquisition Regulation (vaar) 852.215-70 (deviation), Service-disabled Veteran-owned And Veteran-owned Small Business (vosb) Evaluation Factors, The Government Will Assign Evaluation Credit For A Quoter (i.e., Prime Contractor) Which Is A Service-disabled Veteran-owned Small Business (sdvosb) Or A Vosb. To Receive Credit, An Offeror Must Be Registered And Verified In Vendor Information Pages (vip) Database At Time Of Quotation Submission And At Time Of Award ( Https://www.vip.vetbiz.va.gov/) And Must Meet Federal Small Business Size Standards For The North American Industry Classification System (naics) Code Assigned To This Solicitation. Non-sdvosb/vosb Quotations That Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. Quoters Must State In Their Quotations The Names Of The Sdvosbs And Vosbs With Whom They Intend To Subcontract And Provide A Brief Description Of The Proposed Subcontracts And The Approximate Dollar Values Of The Proposed Subcontracts. In Addition, The Proposed Subcontractors Must Be Registered And Verified In The Vetbiz.gov Vip Database ( Https://www.vip.vetbiz.va.gov/) And Must Meet Federal Small Business Size Standards For The Naics Code Assigned To This Solicitation At Time Of Both Quotation Submission And At Time Of Award.
price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum. (end Of Provision) the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than January 28, 2025, At 4:30pm At Manases.cabrera@va.gov the Last Day For Questions Is January 24, 2025, At 4:30pm. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact
contracting Poc Manases Cabrera At Manases.cabrera@va.gov
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
Details: ********************* the Closing Date Has Been Extended Until 12:00pm On Wednesday, February 19th, 2025 Since The Original Closing Date Is A Federal Holiday. ******************** combined Synopsis/solicitation non-personal Landscape Services For Weather Forecast Office (wfo) In Charleston, Sc the Incumbent Is Yellowstone Landscape – Southeast, Llc (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 1305m325q0064. (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 561730. The Small Business Size Standard Is $9.5 Million. (v) This Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services: clin 0001 – Base Year services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2025 Through 02/28/2026. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 1001 – Option Year 1 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2026 Through 02/28/2027. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 2001 – Option Year 2 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2027 Through 02/28/2028. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 3001 – Option Year 3 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2028 Through 02/28/2029. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 4001 – Option Year 4 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2029 Through 02/28/2030. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ aggregate Total For All Years: ____________________________ (vi) Description Of Requirements Is As Follows: see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-4281, Revision No. 32, Dated 12/23/2024, Which Can Be Found On: Https://sam.gov/content/wage-determinations invoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead. (vii) Date(s) And Place(s) Of Delivery And Acceptance: period Of Performance Shall Be: base Year For A Twelve Month Period 03/01/2025 Through 2/28/2026. option Period 1 For A Twelve Month Period 03/01/2026 Through 02/28/2027. option Period 2 For A Twelve Month Period 03/01/2027 Through 02/28/2028. option Period 3 For A Twelve Month Period 03/01/2028 Through 02/28/2029. option Period 4 For A Twelve Month Period 03/01/2029 Through 02/28/2030. place Of Performance Is Nws Wfo, 5777 South Aviation Avenue, Charleston, Sc 29406-6162. (viii)far Provision 52.212-1, Instructions Toofferors-commercial Productsandcommercial Services (sept 2023), Applies To Thisacquisitionand Can Be Found On The Request For Quote Form Sf18 Attachment. (ix)far Provision 52.212-2, Evaluation-commercial Productsandcommercial 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,offerorrepresentations And Certifications-commercial Productsandcommercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advisedto Include A Completed Copy Of The Provision With Itsoffer. (xi)far Clause At52.212-4, Contract Terms And Conditions-commercial Productsandcommercial Services (nov 2023), Applies To Thisacquisitionand Can Be Found On The Request For Quote Form Sf18 Attachment. (xii)far Clause At52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Productsandcommercial Services (jan 2025), Applies To Thisacquisitionand 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 12:00pm Mst/mdt On Monday, February 17, 2025. All Quotes Must Be Submitted Electronically Via Email To Kirsten.keen@noaa.gov. (xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Kirsten.keen@noaa.gov. utilization Of Fedconnect® For Contract Administration the 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 Kirsten.keen@noaa.gov. Questions Should Be Received No Later Than 12:00pm Mst/mdt On Thursday, February 13, 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 Brian Haines, Brian.haines@noaa.gov, Phone: 771-215-9296 Or Arthur Patrick, Arthur.patrick@noaa.gov, Phone: 703-966-2529 To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Kirsten.keen@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 Kirsten.keen@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. 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; technical Acceptability/capability. quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Recent Services Within The Past Two Years 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 (cs/co Email) 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. A Good Past Performance Rating Provides Higher Confidence Than A Neutral Or Satisfactory Rating. price. the Government Intends To Award A Low Priced, Technically Acceptable, Single 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) statement Of Work performance Based Service Contract—landscape Maintenance this Is A Work Statement For A Performance-based Service. This Means That The Government Has Described What Is To Be Accomplished, Not How To Accomplish It, And States A Basis For Determining Whether Finished Work Meets The Government Quality Requirements. It Does Not State Detailed Procedures For Accomplishing The Requirement Unless There Are Safety, Security Or Communication Requirements. it Is The Responsibility Of The Contractor To Ensure That They Build Into Their Bid/proposal Price The Necessary Hours That It Will Take To Meet The Performance Standards Specified. the Contractor Will Be Required To Maintain A Quality Control Program To Ensure That The Requirements Of This Contract Are Met. This Program Shall Be Created For Identifying And Correcting Deficiencies In The Quality Of Services Before Performance Becomes Unacceptable. scope Of Work place Of Performance Will Be As Follows: National Weather Service Forecast Office, 5777 S. Aviation Ave, Charleston, Sc. 29406. The Project Site Consists Of Approximately 5 Acres, Parts Of Which Are Occupied By Buildings, Walks, And Other Paved Surfaces. all Work Performed Under This Contract Is Required To Meet The Quality And Performance Standards As Identified. The Contractor Shall Provide All Personnel, Equipment, Tools, Materials, Supervision, And Other Items And Services Necessary To Perform Landscape Maintenance On A Weekly Basis From March 1 Through October 31 And Once A Month (or More Often If Needed) From November 1 Through February 28. Work Shall Be In A Manner That Will Maintain Healthy Grass, Shrubs, And Plants, And Present A Neat And Professional Appearance. if Services Cannot Be Performed Due To Inclement Weather, The Contractor Shall Perform Any And All Scheduled Services The Next Duty Day With No Degradation To Existing Scheduled Services. supplies, Materials, Equipment And Utilities government Furnished: electrical Power Shall Be Provided At Existing Exterior Receptacles For The Contractor To Operate Their Equipment, As Necessary, In The Performance Of This Contract. contractor Furnished: the Contractor Shall Furnish All Supplies, Materials, And Employee Training Necessary To Achieve The Quality Performance Standards Of The Work In This Contract, Unless Otherwise Specified Herein. training Shall Include All Applicable Osha And Other Related Standards. The Contractor Shall Submit All Material Safety Data Sheets (msds) For Any Materials Used Under This Contract Containing “dangerous” Or “warning” Labels To The Technical Point Of Contact (tpoc) Within 10 Days After Contract Award Date. the Contractor Shall Furnish All Equipment Necessary To Accomplish The Work Under This Contract. All Equipment Must Meet All Applicable Osha Standards. The Contractor Shall Not Use Any Unsafe Equipment Or Any Equipment In Need Of Repair. .3. Contractor Personnel within Five Days Of The Contract Start Date, The Contractor Shall Submit, In Writing, The Name Of The Site Manager. The Contractor Shall Supply Telephone, Cell Phone, And/or Pager Numbers To The Tpoc For Use In Contacting The Site Manager. The Site Manager Shall Conduct Overall Management Coordination And Shall Be The Central Point Of Contact With The Government For Performance Of All Work Under This Contract. The Site Manager Shall Be Authorized To Receive Any Notices Of Deficiency In Contract Performance. The Notices May Include, But Not Be Limited To, The Following: Non-performance Of Work, Deficiencies In Work Performed And Notices Of Proposed Payment Withholding Until Deficiencies Are Corrected Due To The Above. The Site Manager Shall Be Available Weekdays, Between The Hours Of 8:00 A.m. And 3:00 P.m., Within 30 Minutes To Meet At The Facility To Discuss Problem Areas. all Personnel Employed By The Contractor Shall Be Experienced In The Type Of Work Involved And Familiar With The Specifications Of This Contract. the Contractor Is Required To Provide Necessary And On-going Tenant Relations Or Customer Service Training For Their Employees. contractor Personnel Shall Conduct All Operations In Such A Manner As To Minimize Any Inconvenience In The Use Of The Facilities To The Occupants. scheduling Work And Reporting Requirements within Five Work Days Of The Contract Starting Date, And Annually Thereafter For Renewal Periods, The Contractor Shall Submit To The Tpoc Schedules And Plans To Accomplish Required Services Throughout The Year. If Changes Need To Be Made To Reduce Conflicts With Government Operations, Special Events, Or Other Occurrences, The Contractor Shall Meet With The Tpoc And Revise The Schedule As Necessary. The Tpoc May Request Changes To The Monthly Work Schedule So Spacing Of Services Is Distributed To Meet The Needs Of The Government. The Contractor Shall Not Deviate From This Schedule Without Prior Approval From The Tpoc. quality Control Program the Contractor Shall Establish A Complete, Written, Quality Control Program (qcp) To Ensure That The Requirements Of The Contract Are Provided As Specified. The Written Qcp Shall Be Submitted To The Tpoc Within 5 Days Of The Start Date Of Work. the Qcp’s Purpose Is To Provide A Plan For Meeting All Requirements Of This Contract. The Qcp Should Include, But Not Be Limited To, The Following: an Inspection Of The Grounds Which Covers All Services Stated In “performance Standards And Guideline Requirements” Of This Contract. a System To Ensure That The Contractor’s Employees, Or Subcontractor’s Employees, Are Notified Of All Deficiencies In Their Area Of Responsibility. A System And Plan To Retrain Employees To Ensure That Deficiencies Do Not Reoccur. a Plan For Monitoring And Correcting Customer Complaints. A Record Of Customer Complaints And The Corrective Action Taken Must Be Kept On File At This Site And Available For Review By The Contracting Officer Or His/her Representative, At Any Time. a Plan For The Immediate Forwarding Of Customer Complaints That Are Not The Responsibility Of The Contractor, To The Tpoc Or Their Designated Representative. the Qcp Must Be Kept Current, Reflecting The Pertinent Contract Modifications And Requisite Changes Or Conditions. The Contractor Shall Review The Plan With His Onsite Personnel To Ensure Complete Understanding. A Copy Of The Most Current Qcp Must Be Kept On File At The Worksite Where The Tasks Are Being Accomplished. if The Contractor Is Not Meeting Performance Or Quality Measures, The Government Retains The Right To Review The Qcp And Related Documents. Upon Review Of The Plan And Related Documents, The Government Will Take Appropriate Action To Ensure That All Quality And Performance Measures Are Met As Specified In This Contract. performance Standards And Guideline Requirements note: All Services Provided Under This Contract Are Required To Meet The Quality And Performance Standards Described Herein. the Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision To Perform Grounds Maintenance And Landscape Services As Identified In The Statement Of Work. the Following Guidelines Describe What Is Considered To Be The Normal Industry Quality And Performance Standards For Intended Services Under This Type Of Contract. the Contractor, Through Innovation, Technology Or Other Means, Shall Perform The Required Services In Order To Meet The Quality And Performance Standards. the Following Guidelines Are For Reference Only And Final Results Will Be The Determining Factor For The Success Or Failure Of This Contract. Performance Will Be Based On The Contractor’s Effort In The Meeting The Performance And Quality Standards, Not The Frequency Or Method Of Performance. mowing And Trimming Operations: the Contractor Shall Be Responsible For Monitoring The Growth Of The Grass And Scheduling Cutting/mowing Operations, But In General Mowing And Trimming Operations Should Occur Weather Permitting On A Weekly Basis From March 1 Through October 31. the Contractor Shall Maintain A Grass Height Between 2” And 2 ½” In Order To Prevent Scalping. Uneven Mowing And Rutting By Equipment During Contractor Operations Must Be Avoided. the Government Is Not Responsible For Damage To Contractor’s Equipment Due To Trash, Debris, Or Uneven Terrain. contractor Shall Maintain All Open Drainage Systems; Open Culverts Under Driveways And Roads Free Of Debris, Trash, Limbs, Leaves And Grass Clippings. grass And Weeds Shall Be Trimmed Around Trees, Shrubs, Buildings, Fences, Poles, Posts, Fire Hydrants, Parking Lot Bumper Blocks And Other Fixed Obstacles Concurrent With Mowing Height To Give A Well-manicured Look At All Times. grass Clippings Shall Be Removed To Provide A Uniform Appearance After Mowing. the Contractor Must Exhibit Care Around/near Parked Vehicles During Mowing And Trimming Operations So To Not Cause Damage. It Is The Responsibility Of The Contractor To Repair Any Vehicle Damage That Occurred At A Result Of Negligence During Mowing And Trimming Operations. grounds Maintenance. all Turf Areas Will Be Fertilized Four Times Annually With A Balanced Lawn Food To Ensure A Thick Healthy Lawn. all Flowers, Plants, Shrubs, And Trees Will Be Fertilized As Needed To Maintain A Healthy Condition. fertilizers Shall Be Standard Commercial Grade Of Organic Or Inorganic Fertilizer Of The Kind And Quality Specified Per Results Of Soil Testing By The Contractor And Appropriate To Industry Standards. The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Fertilizer Application And Post Flags Indicating The Application. The Contractor Shall Apply Fertilizer In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. Material Safety Data Sheets (msds) Will Be Available At All Times. the Use Of Compatible Sod Or A Grass Seed Mixture Should Be Used To Fill In Damaged Grass Areas Or Areas Without Grass. edging. grass Shall Be Cut Back From All Edges 0.5” To 1.5” And Not Cut Deeper Than 1.5” To 2”. edging Shall Include Removal Of Vegetation From Sidewalks (including Cracks And Expansion Joints), Driveways, Concrete Curbs, Planting Beds And Mounds, And Rock Beds. Grass Shall Not Extend Over The Edge Of Any Of The Above Areas. weed And Insect Control. lawns Shall Be Maintained In A Manner To Minimize Annual And Perennial Weeds, Including All Clover And Coarse Grass Species. apply Herbicides And/or Pesticides To Lawns At Least Twice A Year And More Often Than That If Needed To Control Weeds, Clover And Course Grasses Consistent With Industry Standards. flower Beds Shall Be Kept Weed Free By Pulling Weeds Or Applying Herbicides And/or Pesticides. Weeding Is A Year-long Requirement. parking Lots, Walkways, Rock Beds, Fences, And All Building Perimeters Shall Be Kept Free Of Weeds, Grasses, And Leaves All Year Long. apply Herbicides And/or Pesticides To Turf, Shrubs, Trees And Ground Cover Twice A Year And More Often Than That If Needed To Control Insect Infestation. the Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Weed Or Insect Control Application And Post Flags Indicating The Application. The Contractor Shall Apply Pesticides And/or Herbicides In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure Pesticides And Herbicides Used Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Fertilizer Application And Post Flags Indicating The Application. mole Control. action Will Be Taken Through Whatever Means Necessary To Minimize The Moles And The Damage They Do To The Turf And Flowerbed Areas. the Contractor Shall Be In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. If Chemicals Are Utilized, Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure What Is Done To Control Moles Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. If Applicable, The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Application Of Chemicals And Post Flags Indicating The Application. ant Control. routine Action Will Be Taken Through Means Necessary To Minimize The Ant Mounds And The Damage They Do To The Turf And Flowerbed Areas. annual Applications Of Preferred Treatment (lasts 1 Year From Date Of Application) Will Be Applied At The End Of Winter For Optimum Control In The Most Active Months During Spring/summer. Cost Of The Product, Delivery, And Labor Will Be Included In The Contract. the Contractor Shall Be In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. If Chemicals Are Utilized, Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure What Is Done To Control Ants Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. If Applicable, The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Application Of Chemicals And Post Flags Indicating The Application. cleanup. all Grass Clippings, Weeds, And Pruning Shall Be Removed From The Project Site As Necessary. walks And Driveways Shall Be Kept Free Of Equipment And Debris. exterior Walls Of Building Shall Be Kept Free Of Soil. all Trash, Debris And Leaves Shall Be Removed From The Property, Including The Vehicle Parking Lots, Walkways, Flowerbeds, And Lawn Areas. mulch Replenishment. beds Will Be Edged And Cleaned Of All Debris And Weeds Before Adding Mulch pine Straw Mulch Will Be Replenished In All Planting Beds, And Around All Shrubs, Trees And Walkways Twice A Year. Quantities Supplied Must Be Sufficient To Maintain Planting Bed Areas With A Minimum Mulch Depth Of Four (4) Inches, And Tree Mounds With A Minimum Depth Of Six (6) Inches. A Sample Of Mulch Shall Be Submitted To The Tpoc Prior To Application. erosion Control. The Contractor Shall Repair And Fill All Rivulets, Soil Slides, And Washouts When Necessary. pruning. prune All Shrubs To Existing Form Twice During The Growing Season Or As Needed. Trees Shall Be Pruned From Ground Level To Up To 12’ To Improve Form And Remove Dead Wood And Spent Blossoms As Needed. tree And Shrub Suckers, Excess Shoot Growth, And Limbs Shall Be Removed As Needed. Plantings Such As Ground Cover, Perennials, And Bulbs, Shall Be Cut Back As Appropriate For The Species. flowers Replacement. Replace Flowers Twice Annually (march/april And October/november) So That When The Flowers Reach Maturity Each Of The 4 Beds In The Front Of The Building Are Well Covered. damage. If The Government Determines That The Damage To Sprinkler Heads Was Caused By The Contractor, The Contractor Shall Repair/replace Them At No Additional Cost To The Government. final Work. During The Last Two Weeks Of The Contract, The Contractor Shall Leave All Planting Beds, Tree Mounds, And Rock Beds In A Weed Free Condition. Grass Shall Be Mowed, Weather Conditions Permitting, Regardless Of Height. itemized Services Requriement Sheet the Following Are Services Included Under This Performance- Based Solicitation. The Following Are Major Service Items And Therefore, Some Minor Or Sub Item Services May Not Be Listed. edging erosion Control fertilizing insect/mole Control grass Mowing leaf Removal mulching pruning trimming weeding bed Preparation And Maintenance lawn Maintenance period Of Performance base Year: March 1, 2025 To February 28, 2026 option Year 1: March 1, 2026 To February 28, 2027 option Year 2: March 1, 2027 To February 28, 2028 option Year 3: March 1, 2028 To February 28, 2029 option Year 4: March 1, 2029 To February 28, 2030 technical Points Of Contact noaa/national Weather Service charleston, Sc Weather Forecast Office 5777 South Aviation Avenue charleston, Sc 29406-6162 primary: provided Upon Award backup: provided Upon Award
UNITED STATES GOVERNMENT PUBLISHING OFFICE USA Tender
Publishing and Printing
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
Tender Id: SurveyPamphlets500S(2025) | These Specifications Cover The Production Of Pamphlets Requiring Such Operations As Electronic Prepress, Printing, Binding, Packing, And Distribution.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents
Details: Contact Information|4|n792.13|t2x|n/a|brian.t.kent.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|inovice And Recieving Combo|source|tbd|n00383|tbd|tbd|see Schedule|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|365|45 Days Of The Last Delivery Under This Contract Then|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (jan 2025)|12|336413|1250|||||||||||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|dod,a1a|dod,a1a|
this Solicitation Will Be Using Competitive Procedures.
this Solicitation Is For Repair.
this Requirement Will Be Awarded To The Offeror Based On The Following Evaluation Criteria.
offers Submitted Will Be Evaluated Based On The Followingcriteria: Lead Time, Price, Past Performance And Capacity.
the Closing Date For This Solicitation Is Listed On Page 1.
the Quotes May Be E-mailed To The Below Address And Must Be Received On Or Before 2:00 Pm Est Of The Closing Date.
the Offeror Shall Submit One Unit Price Per Clin And The Unit Price Should Be Firm Fixed Price. Tiered Pricing Will Not Be Accepted Or Evaluated.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 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.
1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved
will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The
sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation:
(a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The
same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval.
(b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors.
(c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents.
(d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings,
forgings, Etc.
(e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics
should Be Discernible From All Other Characteristics.
the Above Requirements Are A Subset Of Requirements Specified In The Aso
source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With
mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval
brochure.
1.4 Articles To Be Furnished Hereunder Shall Be Repaired, Tested And Inspected In Accordance With The Terms And Conditions Specified In The Requirements Section Of This Document.
1.4.1 Any Item Contracted For Repair Shall Have A Statement Of Work To Ensure Compliance With All Repair Procedures And Requirements.
repair Of:
panel,control,elect ;5895-01-409-9407; Nsn , ;621060-21; Part Number, Shall Be Performed Iaw: Panel,control,elect ;repair/overhaul/inspect Iaw Applicable Repair Manuals, Technical Specifications, Engineering Orders And Drawings. Revision N; Publication (s).
1.4.2 There Will Be No Repair Deviation From The Approved Written Procedures Without Review And Acceptance By The Basic Design Engineer. All Requests For Waiver/deviation Shall Be Via Form 1694 Routed Throught The Local Dcma/aco Office For Review And
recommendations Via Form 1998.
1.5 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With
ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii.
1.6 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics,
attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected
one Hundred Percent.
1.7 Contractor Shall Develop A System For Identification Of Individual
piece Parts For Traceability Purposes. Markings Shall Not Be Permanent.
1.8 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And
geometric Feature Controls With A Tolerance Range Of .010 Or Less.
1.9 For Minor Characteristics, A Sampling Rate Determined By The Contractor
and Subject To Qar Approval Will Be Used.
1.10 The Material Covered In This Contract/purchase Order Will Be Used In A
crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been
designated As Critical Material And Special Control Procedures Are Invoked
to Ensure Receipt Of Correct Material.
1.11 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawcad Lakehurst Drawing Package; Drawing Number ( ;621060; ) ;(80020); , Revision ;revision N; And All Details And Specifications Referenced Therein.
1.12 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.
1.13 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=mpr 1221 |80020| T| |d| | | |
drawing Data=415191-7-y |80020|ah| |d| | | |
drawing Data=417441-1 |80020| L| |a| | | |
drawing Data=421989-1 |80020| K| |a| | | |
drawing Data=421990 |80020| B| |a| | | |
drawing Data=422451-1 |80020| E| |d| | | |
drawing Data=422452 |80020| C| |a| | | |
drawing Data=422453 |80020| D| |d| | | |
drawing Data=423525 |80020| B| |d| | | |
drawing Data=424396-1 |80020| -| |d| | | |
drawing Data=424399 |80020| A| |d| | | |
drawing Data=424652 |80020| B| |d| | | |
drawing Data=424681-1 |80020| B| |d| | | |
drawing Data=424945 |80020| C| |d| | | |
drawing Data=425208-2 |80020| B| |d| | | |
drawing Data=509927-15 |80020| C| |d| | | |
drawing Data=509928-15a |80020| C| |d| | | |
drawing Data=515225-11c |80020| G| |a| | | |
drawing Data=516864-1 |80020| N| |d| | | |
drawing Data=519394-1 |80020| B| |d| | | |
drawing Data=519395 |80020| K| |d| | | |
drawing Data=519396-3 |80020| E| |d| | | |
drawing Data=519780 |80020| C| |d| | | |
drawing Data=519860-1 |80020| C| |d| | | |
drawing Data=519861 |80020| C| |d| | | |
drawing Data=520204-7 |80020| C| |d| | | |
drawing Data=520229-1 |80020| C| |d| | | |
drawing Data=521277-1 |80020| -| |d| | | |
drawing Data=521278-1 |80020| -| |d| | | |
drawing Data=621060-21 |80020| N| |d| | | |
drawing Data=621157 |80020| F| |d| | | |
drawing Data=621167-5 |80020| L| |d| | | |
drawing Data=621181 |80020| H| |d| | | |
drawing Data=621822 |80020| J| |d| | | |
drawing Data=623442-1 |80020| B| |d| | | |
drawing Data=628175 |80020| A| |d| | | |
drawing Data=628343 |80020| -| |d| | | |
3. Requirements
3.1 1.0 General
3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.2 2.0 Definitions.
3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.3 3.0 Scope
3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
panel,control,elect ;621060-21; P/n, ;5895-01-409-9407; Nsn, ;repair/overhaul/inspect Iaw Applicable Repair Manuals, Technical Specifications, Engineering Orders And Drawings. Revision N; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
panel,control,elect ;tbd; Company Name , ;tdb; Address , ;tbd; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.7 5.0 Contractor Quality Requirements:
3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.8 6.0 Configuration Management (cm):
3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.9 7.0 Markings.
3.9.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.10 8.0 Storage;
3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
4. Quality Assurance
quality Assurance Requirements
1. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications:
a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%;
b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%;
c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4
d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4.
2. First Article Testing: N/a
3. Production Lot Special Tests: N/a
4. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing.
5. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear
the Symbols Of Accreditation And The Accreditation Body.
a. American Association For Laboratory Accreditation (a2la)
b. Ansi National Accreditation Board (anab)
c. International Accreditation Service, Inc (ias)
d. National Voluntary Laboratory Accreditation Program (nvlap)
e. Perry Johnson Laboratory Accreditation, Inc (pjla)
f. Canadian Association For Laboratory Accreditation Inc. (cala)
g. Standards Council Of Canada (scc)
unique Requirements
1. All Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years.
2. The Contractor/overhaul Activity Shall Provide The Repair Procedure They Will Follow To Nawcadlke Engineering For Review And Approval Prior To Commencing Repairs. The Repair Procedure Shall Be Forwarded Per The Overhaul / Repair Procedure Cdrl Provided In
this Document. Nawcadlke Engineering Poc Is John Lee, John.j.lee201.civ@us.navy.mil.
4.1 Review Documentation As Provided Under Dd 1423 Requirements.
4.2 Critical Manufacturing Processes
( ; ; ) Heat Treat
( ; ; ) Welding
( ; ; ) Cadmium Plating
( ; ; ) Engineering Chrome Plating
( ; ; ) Nickel Chrome Plating
( ; ; ) Casting(s)
( ; ; ) Forging(s)
( ;applies; ) Mpr (material Processing Requirements)
4.3 . Mandatory Inspection Requirements:
100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar).
during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications.
4.4 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying
office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of
witnessing The Final Inspection. The Contractor Shall Notify By Email Or
telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
this Is An Alre Critical Application Item. For Drawing Updates, See Attached Nawc Drawing Update Sheet
navsup Reference Only: Procurement Tdr (24-10113) Was Utilized To Build Tdp. Repair Tdr (24-10068) Was Utilized To Build Tdp.
the Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By The Naval Air Systemscommand. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved Will Be Eligible
for Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request Asoutlined Later In This Solicitation.
all Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. date Of First Submission=asreq
16. Remarks:
(block 3): Inspection Hold Points For Quality Assurance.
(block 12): Prior To Commencing Overhaul.
if The Extent Of The Repair Effort For This Assembly Is Beyond The Scope Of The Existing Nawcadlke/navair Approved Overhaul/repair Procedure For This Assembly, Then The Overhauling Contractor Or Activity Shall Provide A Step-by-step Overhaul Procedure For
disassembly And Reassembly. Nawcadlke Engineering Poc Is John Lee, John.j.lee201.civ@us.navy.mil.
the Overhaul Procedure Shall Be Subject To Navair Approval Prior To Commencing Overhaul. The Procedure Shall Include Suggested Quality Assurance "hold Points" As Required To Ensure That Any Csi/cai Components Or Processes That Cannot Be Adequately Inspected At
final Assembly Are Accessible For Proper Interim Inspection.
7451-7460 of 7494 archived Tenders