Survey Tenders
Survey Tenders
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
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).
Closing Date7 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
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
Closing Date28 Jan 2025
Tender AmountRefer Documents
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
Corrigendum : Closing Date Modified
United States
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
Closing Date19 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Housekeeping Services
Corrigendum : Closing Date Modified
United States
Details: Description: Combined Synopsis/solicitation-w912ep25r0011
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Award Without Discussions. In Accordance With Far 5.207(c)(16)(i), All Responsible Sources May Submit A Bid, Proposal, Or Quotation Which Shall Be Considered By The Agency.
the Combined Synopsis/solicitation Number: W912ep25r0011
this Is A Request For Proposal (rfp) And Incorporates Far Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2024-06 30 Jul 2024).
the U.s. Army Corps Of Engineers (usace), Jacksonville District, Procurement Section Is Seeking The Acquisition Of A 5 Year Pest Control Services Contract To Control Undesirable Pests, Insects, And Rodents At Government Facilities And Two Tugboat Vessels Located Within The South Florida Operations Office Geographical Area Of Responsibility. Pesticide Applications Will Be Required At Office Buildings, Recreation Area Restrooms, Maintenance Compound Buildings, And Structure Control Buildings, To Include Treatment For Fire Ants And Mounds On Lawns And Public Access Areas. Contractor Will Also Be Responsible For Pesticide Treatment And Rodent Control For Two Tugboat Vessels.
usace Jacksonville District Anticipates Awarding One (1) Non-personal Services Contract To Perform The Services Listed Above.
the Requirement Is A 100% Small Business Set-aside.
this Requirement Will Be For A Firm-fixed Price (ffp) Contract.
the North American Industry Classification System (naics) Code Assigned To This Procurement Is 561710 - Exterminating And Pest Control Services And Size Standards Is $17.5 Million.
the Contractor Shall Provide Pesticide Application Services To Control Undesirable Pests And Insects At A Variety Of Government Facilities Located Interior And Exterior Within The South Florida Operations Office Geographical Area Of Responsibility. Contractor Will Also Be Responsible For Pesticide Treatment And Rodent Control For Two Tugboat Vessels. Treatment For Tugboat Vessels Will Vary On Month-to-month Basis Depending On Location Of Vessels, Which Will Be Scheduled By The Cor. The Contractor Shall Be Responsible For Existing Rodent Bait Stations And Furnish More If Needed. Pesticide Applications Will Be Required At Office Buildings, Recreation Area Restrooms, Maintenance Compound Buildings And Structure Control Buildings, And Grounds, Or As Directed By The Cor. Within Thirty (30) Days Of Award The Contractor Shall Provide A Pest Control Plan To The Cor For Approval, To Include: Chemicals To Be Used, Application Rates, Disposal Procedures For Unused Chemical Containers, Record Keeping Procedure, Material Safety Data Sheets, Applicator Licensing Procedures, And User/public Safety Precautions. Apply Appropriate Pesticides At All South Florida Operations Office Locations, Including All Locks And Recreation Areas, And Structures Monthly, To Control Ants, Roaches, Spiders, Wasps, Ticks, Bees, Rodents, Termites, Or Any Other Pest Identified As Causing A Problem Or Nuisance. Pest Control Applications Applied More Than Once Per Month Will Be At No Cost To The Government If Effective Control Was Not Achieved On First Application. See “appendix A” In Attached Performance Work Statement (pws) For Building And Square Footages.
period Of Performance: One Year, With Four (4) One-year Options.
place Of Performance: The South Florida Operations Office Geographical Area Of Responsibility, Which Includes, Central And Southern Florida, From Cape Canaveral In The North To The Florida Everglades In The South, And From The Atlantic Coast In The East To The Gulf Of Mexico In The West. Locations Of Facilities See “appendix B” In Attached Pws.
see Below And Attached Performance Work Statement)
clin
description
base Year
0001
pest Control Services
the Contractor Shall Provide Pesticide Application Services To Control Undesirable Pests And Insects At A Variety Of Government Facilities Located Interior And Exterior Within The South Florida Operations Office Geographical Area Of Responsibility. Contractor Will Also Be Responsible For Pesticide Treatment And Rodent Control For Two Tugboat Vessels As Defined In The Performance Work Statement (pws). Unit Pricing Shall Be Submitted On The Attached Price Sheet
0002
pest Control Services
0003
pest Control Services
0004
pest Control Services
0005
pest Control Services
0006
pest Control Services
option Year 1
1001
pest Control Services
1002
pest Control Services
1003
pest Control Services
1004
pest Control Services
1005
pest Control Services
1006
pest Control Services
option Year 2
2001
pest Control Services
2002
pest Control Services
2003
pest Control Services
2004
pest Control Services
2005
pest Control Services
2006
pest Control Services
option Year 3
3001
pest Control Services
3002
pest Control Services
3003
pest Control Services
3004
pest Control Services
3005
pest Control Services
3006
pest Control Services
option Year 4
4001
pest Control Services
4002
pest Control Services
4003
pest Control Services
4004
pest Control Services
4005
pest Control Services
4006
pest Control Services
the Provision At 52.212-1 Instructions To Offerors -- Commercial, Applies To This Acquisition.
addendum To 52.212-1
questions: Any Questions Regarding This Solicitation Should Be Submitted Via Email To Glenn.i.jenkinson@usace.army.mil And Gerald.l.garvey@usace.army.mil Not Later Than 1200 Pm Est On 13 February 2025.
proposal Content – The Proposal Shall Have A Title Page Identifying The Offeror, The Full Address, Phone And Facsimile Numbers, Points Of Contact (pocs) And Commercial And Government Entity (cage) Code Of The Offeror, The Solicitation Number And Its Contents. All Proposal Documents When Printed Shall Fit On 8 X 11-inch Paper To Include Spreadsheets (with Appropriate Page Breaks). The Proposal Shall Be, At A Minimum, 12-point Font (8 Point Is Acceptable For Tables/graphics). Ensure The Proposal Is Submitted In Pdf Format. Spreadsheets Shall Be Submitted In Excel Document Format.
proposals Shall Be Responsive To And Comply With The Terms Of This Combined Synopsis/solicitation In Order To Be Eligible To Receive An Award. All Combined Synopsis/solicitation Requirements Shall Be Addressed In Sufficient Written Detail For The Government To Determine If The Offeror Understands Each Aspect Of The Government’s Requirement. The Offeror Shall Address Each Task Separately And Shall Provide Sufficient Narrative And Supporting Data For Each Task. Lack Of Sufficient Detail Shall Be Considered Sufficient Cause For The Proposal To Be Determined Unacceptable. Statements That The Offeror Understands, Can, Or Will Comply With All Specifications, Or Statements Paraphrasing The Specifications Or Parts Thereof, Or Phrases Such As “standard Procedures Will Be Used” Or “well-known Techniques Will Be Used” Will Be Considered Unacceptable. The Government Will Reject The Proposal If Determined To Be Materially Nonresponsive Or That Does Not Conform To The Terms Of The Combined Synopsis/solicitation.
to Be Eligible To Receive An Award, The Proposal Submitted In Response To This Combined Synopsis/solicitation Shall Consist Of The Contents Required In The Sub-paragraphs Described Below:
offerors Shall Submit Signed And Dated Proposals To The Recipients Listed Below And/or To The Office Indicated In Block 9 Of The Standard Form (sf) 1449, Solicitation/contract/order For Commercial Items, To Arrive No Later Than The Date And Time Specified In Block 8, Sf 1449. The Proposal Shall Have A Title Page Identifying The Offeror, The Full Address, Phone Numbers, Points Of Contact (pocs) Of The Offeror, The Solicitation Number, And Its Contents.
the Proposal Shall Be Prepared In Four (4) Separate Volumes As Follows:
volume I-administrative
volume Ii-technical (factor1)
volume Iii-past Performance (factor 2)
volume Iv-pricing (factor 3)
administrative -offeror Shall Include A Copy Of The Completed Sf1449, With Original Signature Of A Corporate Officer Authorized To Negotiate On Behalf Of The Company. Include Proposed Discount Terms In Block 12 And The Name Of The Company, Address, Phone, And Email Address In Block 17a.
acknowledge Any Amendments To The Solicitation By Signing And Returning Page 1 Of The Sf30, If Any Are Issued.
the Offeror Shall Submit A Completed Copy Of Far 52.212-3 (alternate I), Representations And Certifications – Commercial Items. If The Offeror Has Completed The Online Representations And Certifications Application At Http://www.sam.gov/, The Offeror Shall Indicate Such On The Far Clause.
offerors Submitting An Offer As A Joint Venture Must Provide A Written Copy Of The Joint Venture Agreement With The Initial Proposal. The Joint Venture Agreement Must Be Signed By Both Parties And Will Be Subject To Review By Office Of Counsel. The Joint Venture Must Be Registered In The Sam System As A Joint Venture In Order For An Award To Be Made. For 8(a) Joint Ventures, The Offeror Shall Also Submit Evidence That It Has Notified And Discussed The Proposed Joint Venture With Its Sba Services Office. In Addition, The Standard Form 1449 As Well As All Future Documents (task Orders, Etc.) Must Be Signed By Both Parties.
the Offeror Shall Provide, With Its Proposal, Points Of Contact (pocs) For Administration Of Any Resulting Contract, Should The Offeror Be Selected. These Pocs Shall Be Available During Normal Business Hours And Other Than Normal Business Hours. The Poc For Other Than Normal Business Hours Will Be Contacted Only In The Event Of Emergencies. Accordingly, The Named Individual(s) Should Possess Sufficient Corporate Authority To Effectively Deal With Emergency Situations. The Telephone Number(s) Provided Should Be Functional At All Times Other Than Normal Business Hours. If There Are Different Pocs For Different Conditions, Such As Weekdays, Weekends, Holidays, Etc.; Please Furnish All And Explain As Follows:
offeror’s Normal Business Hours/days.
pocs During Normal Business Hours.
pocs For Other Than Normal Business Hour
completed Determination Of Responsibility Form, Including The Firm’s Latest Financial Statements And Signed Reference On Letterhead From Financial Institution(s) Supporting Banking Reference(s). If The Offeror Is A Joint Venture, Financial Statements Must Be Provided From All Members Of The Joint Venture To Verify That The Aggregate Total Of Receipts For All Members Of The Joint Venture Does Not Exceed The Small Business Standard. In Addition, A Copy Of The Joint Venture Agreement Shall Be Provided. The Determination Of Responsibility Form Is Not Considered For Evaluation But Is Required As Part Of The Offeror’s Proposal. In Addition To Other Proposal Information, The Contracting Officer Shall Use The Information Provided In The Determination Of Responsibility Form In Making An Affirmative Responsibility Determination For Award To The Successful Offeror, In Accordance With Far Part 9.
technical ( Factor1) Each Offeror’s Technical Proposal Shall Be Evaluated Based On The Elements Below, To Determine If The Offeror Provides A Sound, Compliant Approach That Meets The Overall Requirements Of The Performance Work Statement (pws), Provided Herein, And Demonstrates A Thorough Knowledge And Understanding Of Those Requirements And Their Associated Risks. The Technical Proposal Addresses Each Of The Following Sub- Paragraphs In Sufficient Detail.
subfactor I-management, Overview, Capabilities And Approach
subfactor Ii-organization And Personnel
if The Offeror Is A Joint Venture, Each Firm Shall Provide Information, Demonstrating Experience Relevant To Their Role On This Project. The Offeror Shall Describe What Measures And Controls Will Be Taken To Ensure That Quality Control Inspections Are Met. The Offeror Shall Include Discussion Of Any Current Or Proposed Quality Control Documents And/or Reports That Will Be Used To Support Their Quality Control Program And Inspection System.
the Offeror Shall Describe In Detail The Procedures They Would Use For Deficiency Identification, Correction, And Control Of All Services Provided For This Requirement. The Offeror Shall Describe What Measures They Would Take To Resolve Any Deficiencies. The Offeror Shall Discuss Their Plan To Prevent Recurrence Of Identified Performance Deficiencies. The Offeror Shall Outline Their Plan To Respond To Re-work In Accordance With The Performance Work Statement. The Offeror Shall Describe What Measures Will Be Taken To Avoid Re-work.
past Performance (factor2)- The Offeror Shall Submit Evidence Of Past Performance For Three (3) Contracts That The Offeror Currently Has Or Has Completed Within The Past Five (5) Years Under Which The Offeror Performed Services As Described In The Performance Work Statement, In The Public And/or Private Sector. Offerors That Are Newly Formed Entities Without Prior Contract Experience Shall Provide A List Of References Where Their Key Personnel Worked On The Same Or Similar Contracts. For Each Contract, Include The Following: (1) Name, Address, Point Of Contact, And Phone Number Of The Facility; (2) Contract Number, Award Date, Number Of Options, Completion Date, And Contract Type (e.g., Indefinite- Delivery Indefinite Quantity (idiq), Firm-fixed-price), Type Of Competition Held, If Any (e.g., Sole Source, Full And Open); (3) Itemized Description Of Services, To Include The Size Of The Facility (square Footage And Bed Capacity); (4) Initial Contract Value (base And Option Periods) And Adjusted Contract Value (any Changes Made To Initial Contract); And (5) Narrative Description Of Each Contract Listed And The Reasons Why The Offeror Considers The Contract To Be Similar To The Effort Required By This Solicitation
a. To Expedite The Evaluation Process, Offerors Are Requested To Provide The Individuals Listed As References A Letter Authorizing The Reference To Provide Information To The Government. The Offeror Shall Also Provide A Copy Of The Attached Past Performance Evaluation Questionnaire (ppq) To Its References With Instructions To Return The Ppq To The Contract Specialist (cs) Glenn.i.jenkinson@usace.army.mil And Contracting Officer (ko) Gerald.l.garvey@usace.army.mil, By The Time Specified In Block 8, Sf 1449. The Government May Begin Surveying References Immediately After The Solicitation Closing Date; Therefore, It Is Crucial That Offerors Immediately Authorize Their References To Release Information To The Government. It Is The Offeror’s Responsibility To Ensure The Reference Submits The Ppq For Consideration.
b. The Government May Also Consider Any Additional Information From Its Own Files, Databases Such As The Past Performance Information Retrieval System (ppirs), Or From Any Other Source It Deems Appropriate. The Government May Survey References To Verify The Information Provided.
c. The Government Will Not Be Responsible For Tracking Incorrect References And Phone Numbers, Or Those Ppqs Not Submitted By The Due Date Of The Time Specified In Block 8, Sf 1449. Offerors Are Reminded That, While The Government May Elect To Consider Data Obtained From Other Sources, The Burden Of Providing Thorough And Complete Past And Present Performance Information Rests With The Offeror.
note: If An Offeror’s Provided Usace Past Performance Questionnaires Cannot Be Verifiable With The Poc, The Offeror May Not Be Evaluated Favorably Or Unfavorably On Past Performance (see Far 15.305 (a)(2)(iv)). Therefore, The Offeror Shall Be Determined To Have Unknown Past Performance. In The Context Of Acceptability/unacceptability, “unknown” Shall Be Considered “acceptable.”
pricing (factor 3)- Schedule Pricing For Requirements. The Offeror Shall Submit Proposed Pricing For All Contract Line-item Numbers (clins) And Or Exhibit Line-item Numbers (elins) Identified In The Request For Proposal, Pricing Schedule Unless Otherwise Noted. Note: Do Not Include Quantities In The Price List. All Quantities Will Be Included In Individual Task Orders.
a The Offeror Shall State If They Have An Indirect Rate Agreement With Any Government Agency And, If So, Provide That Agency’s Contact Information.
b Other Pricing Data. The Offeror Shall Submit Pricing Data To Support The Prices Proposed. All Hourly Rates Shall Be Fully Burdened To Include Overhead, G&a Expenses, Fringes And All Other Applicable Costs And Profit.
c Price Will Be Evaluated For Fairness And Reasonableness Through The Use Of Price Analysis. The Contracting Officer Will Conduct The Price Analysis In Accordance With Far 15.404-1(b). The Price Analysis Will Also Check For The Appearance Of Unbalanced Line-item Prices.
d Prices Will Be Reviewed For Minor Or Clerical Errors. If Necessary, Offerors Will Be Afforded An Opportunity To Resolve Any Such Errors. Any Exchange With Offerors Under This Subparagraph Shall Be For The Purpose Of Clarification (far 15.306(a)) And Shall Not Constitute Negotiations As Defined At Far 15.306(d). In The Event Of Discrepancy Between A Unit Price And The Extended Amount, The Unit Price Shall Be Controlling
e Prices Will Be Reviewed For Apparent Mistakes. Should This Review Reveal Any Prices That Seem Unreasonably Low, The Contracting Officer Will Contact The Offeror And Ask The Offeror To Confirm The Questioned Price. If The Offeror Confirms The Price, No Further Action Will Be Taken Under This Subparagraph. If, However, The Offeror Alleges A Mistake, The Offeror May Modify The Proposal In Accordance With Far 52.215-1(c) (6). Any Modification Submitted For The Purpose Of Correcting A Mistake Shall Include Documentation Explaining How The Mistake Was Made.
f After Resolution Of Minor Or Clerical Errors And/or Mistakes, Prices Will Be Reviewed For Reasonableness, Realism, Unbalanced Pricing Or Any Other Price Related Issue That Could Pose An Unacceptable Risk To The Government Or Indicate The Offeror Does Not Clearly Understand The Requirement At Hand.
supplement Paragraph 52.212-1(a) With The Following:
government’s Minimum Acceptance Period.
the Minimum Period For Acceptance Of Offers Is 180 Calendar Days After The Date Specified For Receipt Of Proposals, Or Date Of Final Proposal Revisions (if Requested), Whichever Is Later. Offerors Providing For Less Than 180 Calendar Days For Government Acceptance After The Date Specified Will Be Rejected Without Consideration.
addendum To 52.212-2 Evaluation--commercial Items (sep 2023) Supplement Paragraph 52.212-2(a) With The Following:
the Government Will Evaluate Each Proposal Strictly In Accordance With Its Contents. A Proposal That Is Unrealistic In Terms Of Technical Quality Of Price Will Be Deemed Reflective Of An Inherent Lack Of Technical Competence Or Indicative Of Failure To Comprehend The Contractual Requirements. Such Proposals May Be Determined Unacceptable.
after Review Of Initial Proposals By The Contracting Officer, The Source Selection Evaluation Board Will Conduct An
evaluation Of The Offeror’s Technical Proposal. Prior To Being Considered For Award, An Offeror Shall Demonstrate That
it Possesses The Capabilities Which The Government Has Determined Essential To The Reliable, Efficient And Timely
accomplishment Of The Required Services.
award Will Be Made Using The Lowest-price, Technically Acceptable Source Selection Process. Award Will Be Made To
the Offeror That Presents The Offer That Possesses All Of The Following Characteristics:
(1) Meets The Acceptability Standards For Non-price Factors,
(2) Conforms To The Solicitation,
(3) Is Determined Acceptable To The Government,
(4) Is From A Responsible (as Defined In Federal Acquisition Regulation Part 9) Offeror.
(5) Has The Lowest Price Of Those Offerors Receiving An Acceptable Technical Rating
the Government Anticipates The Issuance Of A Firm Fixed Price (ffp) Lowest Priced Technically Acceptable (lpta) Contract In Accordance With The Procedures Authorized In Far Part 13, Simplified Acquisition Procedures, And Considering The Following Factors: (1) Technical; (2) Past Performance; (3) Price. To Be Eligible To Receive An Award, Proposals Submitted In Response To This Combined Synopsis/solicitation Shall Consist Of The Contents Required In The Sub-paragraphs Described Below:
basis For Award
this Acquisition Will Utilize A Best Value Approach In Which The Government Seeks To Award To An Offeror Who Provides The Greatest Confidence That They Will Meet The Government’s Requirements Affordable. The Best Value Technique Chosen For This Particular Acquisition Will Be The Lowest Priced Technically Acceptable Offer. . Contract Award Will Be Made On The Basis Of The Lowest Evaluated Price Or Proposals Meeting Or Exceeding The Acceptability Standard For Non-cost Factors. Each Proposal Will Be Evaluated For All Factors Listed Below.
proposals That Are Unrealistic In Terms Of Technical Or Price May Be Rejected At Any Time During The
evaluation Process. Offerors Are Cautioned To Follow The Detailed Instructions Fully And Carefully, As The Government Reserves The Right To Make An Award Based On Initial Offers Received, Without Discussion Of Such Offers.
note: If The Offeror Receives An Unacceptable Rating In Any One Factor And/or Sub-factor, They Will Be Considered Overall “unacceptable” And Will Not Be Considered For Award.
the Following Factors Shall Be Used To Evaluate Offers:
factor 1: Technical Capability
factor 2: Past Performance
factor 3: Price
factor 1: Technical Capability Factor 2: Past Performance Factor 3: Price
factor 1-technical Capability (vol Ii):the Term “technical,” As Used Herein, Refers To The
non-price Subfactors Listed Below. Proposal Will Be Rated As “acceptable” Or “unacceptable” In Regard To The Ability To Meet Each Subfactor. Refer To Table 1 For A Description Of The Ratings. The Minimum Requirements Of Each Subfactor Must Be Met In Order For The Technical Factor To Be Considered Acceptable And For The Proposal To Be Considered For Award. The Offeror’s Proposal Shall Include Documentation Addressing The Qualification Requirements In Part 5 Of The Performance Work Statement (pws). Offerors Shall Demonstrate An Understanding Of The Solicitation Requirements By Describing In Detail Their Approach And Plan To Perform And Manage The Work In Accordance (iaw) Pws. Offerors Shall Demonstrate An Understanding For The Solicitation Requirements By Describing In Detail Their Approach And Plan To Perform And Manage The Work Specifically Required By The Performance Work Statement (pws). Technical Capability Will Be Determined Solely On The Content And Merit Of The Information Submitted In Response To The Request For Proposal (rfp). Therefore, It Is Incumbent On The Offeror To Provide Sufficient Technical Documents In Order For The Government To Make An Adequate Technical Assessment Of The Offeror’s Documentation. The Technical Capability Portion Of The Proposal Is Limited To A Length Of 20 Pages, And Must Be Written In A Practical, Clear And Concise Manner. The Technical Approach Must Identify The Methodology And Analytical Techniques The Offeror Will Use To Fulfill The Pws Requirements. The Government Will Evaluate Technical Proposals On The Basis Of Sub-factor 1) Management Plan, Overview, Capabilities, And Approach; Sub-factor 2) Organization And Personnel. For Evaluation Purposes, An “acceptable” Or “unacceptable” Rating Will Be Assigned To Each Sub-factor As Described In Table-1 Below.
subfactor I-management, Overview, Capabilities, And Approach.
subfactor Ii-organization And Personnel
table I: Technical Acceptable /unacceptable Ratings
acceptable
meet Evaluation Criteria And Minimum Requirements. Proposal Is Acceptable. Minor Clarifications/corrections Can Be Readily Made.
unacceptable
fails To Meet Minimum Requirements. Deficiencies Are Significant And Require Major Revisions To Proposal To Make It Acceptable. If Determined To Be Unacceptable, This Will Render The Entire Proposal As Technically Unacceptable And Eliminate The Offeror From Further Consideration.
factor Ii-past Performance (vol Iii): Offerors Shall Include Reference Information As
indicated In Their Offeror Performance Information Data Sheets. Offerors Shall Provide Information On Up To Three (3) Previous Government Contracts Whose Effort Was Relevant To The Effort Required By This Solicitation; The Contracts Provided Shall Have Been Performed Within The Last Three (3) Years. The Information Shall Include Contract Numbers, Point Of Contact With Telephone Numbers And Other Relevant Information. The Government May Evaluate An Offeror’s Past Performance On Less Than The Maximum Possible Number Of References.
if The Offeror Has Not Had At Least Three (3) Government Contracts Within The Last Three, (3) Years, Information On Relevant Subcontracts And/or Commercial Contracts May Be Submitted Instead (the Information Must Be Clear Whether The Work By The Offeror Was Done As A Prime Contractor Or A Subcontractor). Offerors Who Describe Similar Contracts And Subcontracts Shall Provide A Detailed Explanation Demonstrating The Similarity Of The Contracts To The Requirements Of The Rfp. For Each Of The Three (3) Contracts Provided As A Reference, The Offeror Shall Provide A Completed Offeror Performance Questionnaire Data Sheet.
the Government May Verify Past Performance Information. The Government May Contact Some Or All Of The References Provided, As Appropriate, And May Collect Information Through Questionnaires, Telephone Interviews And Existing Data Sources To Include But Not Limited To Contractor Performance Assessment Reporting System (cpars), Past Performance Information Retrieval System (ppirs). The Government Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources Including Sources Outside Of The Government. This Past Performance Information Will Be Used For The Evaluation Of Past Performance. The Government Does Not Assume The Duty To Search For Data To Cure The Problems It Finds In The Information Provided By The Offeror. The Burden Of Providing Thorough And Complete Past Performance Information Remains With The Offeror.
past Performance Will Be Rated On An “acceptable” Or “unacceptable” Basis Using The Ratings In The Table 2 Below.
table 2: Past Performance Acceptable /unacceptable Ratings
acceptable
based On Offeror’s Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort, Or The Offeror’s Performance Record Is Unknown. (see Note Below.)
unacceptable
based On Offeror’s Performance Record, The Government Has No Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort.
note: In The Case Of An Offeror Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Or So Sparse That No Meaningful Past Performance Rating Can Be Reasonably Assigned, The Offeror May Not Be Evaluated Favorable Or Unfavorable On Past Performance (see Far 15.305(a) (2)(iv)). Therefore, The Offeror Shall Be Determined To Have Unknown Past Performance. In The Context Of Acceptability/unacceptability, “unknown” Shall Be Considered “acceptable.
factor Iii-price (vol Iv): Each Offeror’s Price Will Be Evaluated For Completeness And, Unrealistically
low Proposed Costs/prices May Be Grounds For Eliminating A Reasonableness Proposal From Competition Either On The Basis That The Offeror Does Not Understand The Requirement, Or The Offeror Has Made An Unrealistic Proposal.
technical Acceptability And Past Performance, When Combined, Are Significantly More Important Than Cost Or Price.
the Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options, Including The Potential Six Months Option Period Available Under Far 52.217-8, To The Total Price For The Basic Requirement. The Pricing Used For The Option Under Far 52.217-8 Will Be Based On The Fourth Option Year Unit Price Multiplied By The Quantities Provided In The Attachment Pricing Schedule.
a Written Notice Of Award Or Acceptance Of An Offer, Emailed 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.the Government Reserves The Right To Require The Offeror To Submit Additional Information As Necessary To Support A Pre-award Determination Of Responsibility.
Note: Offeror Responsibility
to Be Eligible For Award Of A Contract Hereunder, An Offeror Must Be Determined By The Contracting Officer To Be A Responsible Prospective Offeror Iaw Far 9.104-1.
to Be Determined Responsible, An Offeror Must:
have Adequate Financial Resources To Perform The Contract, Or The Ability To Obtain Them; Please Provide Financial Information To Include The Name Of The Bank With Point Of Contact.
be Able To Comply With The Required Or Proposed Delivery Or Performance Schedule, Taking Into Consideration All Existing Commercial And Governmental Business Commitments;
have A Satisfactory Performance Record;
have A Satisfactory Record Of Integrity And Business Ethics;
have The Necessary Organization, Experience, Accounting And Operational Controls, And Technical Skills, Or The Ability To Obtain Them (including, As Appropriate, Such Elements As Production Control Procedures, Property Control Systems, Quality Assurance Measures And Safety Programs Applicable To Materials To Be Produced Or Services To Be Performed By The Prospective Contractor And Sub-contractors;
have The Necessary Production, Construction, And Technical Equipment And Facilities, Or The Ability To Obtain Them; And
be Otherwise Qualified And Eligible To Receive An Award Under Applicable Laws And Regulations.
(end Of Provision)
the Provision At 52.212-3 Offeror Representations And Certifications - Commercial Items, Applies To This Acquisition. Offeror Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer.
the Clause At 52.212-4 Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
the Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition.
additional Far Clauses Cited In 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, That Apply To This Acquisition:
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law For Breach Of Contract Claim
52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020), Alternate I
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards
52.204-14 Service Contract Reporting Requirements
52.204-27 Prohibition On A Bytedance Covered Application
52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment.
52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters
52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns
52.219-6 Notice Of Total Small Business Set-aside (nov 202) (15u.s.c. 644)
52.219-8 Utilization Of Small Business Concerns
52.219-9 Small Business Subcontracting Plan
52.219-16 Liquidated Damages—subcontracting Plan
52.219-28 Post-award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-19 Child Labor-cooperation With Authorities And Remedies (feb 2024) (e.o. 13126)
52.222-21 Prohibition Of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity For Veterans
52.222-36 Equal Opportunity For Workers With Disabilities
52.222-37 Employment Reports On Veterans
52.222-40 Notification Of Employee Rights Under The National Labor Relations Act
52.222-50 Combating Trafficking In Persons
52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671, Et Seq.).
52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671, Et Seq.).
52.222-54 Employment Eligibility Verification
52.223-20 Aerosols (may 2024) (42 U.s.c. 7671, Et Seq.).
52.223-21, Foams (may 2024) (42 U.s.c. 7671, Et Seq.).
52.223-23, Sustainable Products And Services (may 2024) (e.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l).
52.225-13 Restrictions On Certain Foreign Purchases
52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513).
52.229-12 Tax On Certain Foreign Procurements
52.232-33 Payment By Electronic Funds Transfer—system For Award Management (oct 2018)
52.242-5 Payments To Small Business Subcontractors
52.222-41 Service Contract Labor Standards
52.222-42 Statement Of Equivalent Rates For Federal Hires
52.222-43 Fair Labor Standards Act And Service Contract Labor Standards--price Adjustment (multiple Year And Option Contracts)
52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026
52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706)
52.203-13 Contractor Code Of Business Ethics And Conduct
52.203-17 Contractor Employee Whistleblower Rights
52.204-30 Federal Acquisition Supply Chain Security Act Orders—prohibition--alternate I
52.224-3 Privacy Training -- Alternate I
additional Provisions That Apply To This Acquisition:
52.203-3 Gratuities
52.203-5 Covenant Against Contingent Fees
52.203-7 Anti-kickback Procedures
52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements—representation
52
52.204-7 System For Award Management
52.204-9 Personal Identity Verification Of Contractor Personnel
52.204-13 System For Award Management Maintenance
52.204-14 Service Contract Reporting Requirements
52.204-16 Commercial And Government Entity Code Reporting
52.204-18 Commercial And Government Entity Code Maintenance
52.204-19 Incorporation By Reference Of Representations And Certifications
52.204-21 Basic Safeguarding Of Covered Contractor Information Systems
52.204-22 Alternative Line Item Proposal
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures
52.209-7 Information Regarding Responsibility Matters
52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law
52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I
52.217-5 Evaluation Of Options
52.222-56 Certification Regarding Trafficking In Persons Compliance Plan
52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications
52.232-18 Availability Of Funds
52.233-2 Service Of Protest
252.201-7000 Contracting Officer's Representative
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7004 Antiterrorism Awareness Training For Contractors
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation
252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation
252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.205-7000 Provision Of Information To Cooperative Agreement Holders,
252.215-7007 Notice Of Intent To Resolicit
252.215-7008 Only One Offer
252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors
252.225-7050 Disclosure Of Ownership Or Control By The Government Of A
country That Is A State Sponsor Of Terrorism
252.226-7001 Utilization Of Indian Organizations, Indian-owned Economic
enterprises, And Native Hawaiian Small Business Concerns
252.225-7055 Representation Regarding Business Operations With The Maduro Regime
252.243-7002 Requests For Equitable Adjustment
252.244-7000 Subcontracts For Commercial Products Or Commercial Services
252.247-7023 Transportation Of Supplies By Sea
full Text Provisions That Apply To This Acquisition:
52.252-1 Solicitation Provisions Incorporated By Reference
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/
(end Of Provision)
52.252-5 Authorized Deviations In Provisions
(a) The Use In This Solicitation Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Provision With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Date Of The Provision.
(b) The Use In This Solicitation Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Provision With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Of The Regulation.
(end Of Provision)
additional Clauses That Apply To This Acquisition:
52.202-1 Definitions
52.203-3 Gratuities
52.203-7 Anti-kickback Procedures
52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-7 System For Award Management
52.204-9 Personal Identity Verification Of Contractor Personnel
52.204-13 System For Award Management Maintenance
52.204-14 Service Contract Reporting Requirements
52.204-16 Commercial And Government Entity Code Reporting
52.204-18 Commercial And Government Entity Code Maintenance
52.204-19 Incorporation By Reference Of Representations And Certifications
52.204-21 Base Safeguarding Of Covered Contractor Information Systems
52.204-22 Alternative Line Item Proposal
52.204-26 Covered Telecommunications Equipment Or Services-- Representation
52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures
52.209-5 Certification Regarding Responsibility Matters
52.209-7 Information Regarding Responsibility Matters
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations
52.212-3 Offeror Representations And Certifications—commercial Products And Services
52.212-4 Contract Terms And Conditions--commercial Products And Commercial Services
52.217-5 Evaluation Of Options
52.219-6 Notice Of Small Business Set Aside
52.222-42 Statement Of Equivalent Rates For Federal Hires
52.222-43 Fair Labor Standards Act And Service Contract Labor
52.222-56 Certification Regarding Trafficking In Persons Compliance Plan
52.223-5 Pollution Prevention & Right-to-know Information
52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications
52.232-18 Availability Of Funds
52.232-33 Payment By Electronic Funds Transfer—system For Award Management
52.232-39 Unenforceability Of Unauthorized Obligations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-1 Disputes—alternate I
52.233-2 Service Of Protest
52.233-3 Protest After Award
52.233-4 Applicable Law For Breach Of Contract Claim
52.237-3 Continuity Of Services
52.242-13 Bankruptcy
52.253-1 Computer Generated Forms
252.201-7000 Contracting Officer’s Representative
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights
252.204-7003 Control Of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training For Contractors
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support
252.204-7016 Covered Defense Telecommunications
252.204-7017 Prohibition On The Acquisition Of Covered Defense
252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services
252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment
252.204-7020 Nist Sp 800-171 Dod Assessment Requirements
252.204-7023 Reporting Requirements For Contracted Services - Basic
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.205-7000 Provision Of Information To Cooperative Agreement Holders
252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism
252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime.
252.227-7037 Validation Of Restrictive Markings On Technical Data
252.232-7003 Electronic Submission Of Payment Request And Receiving Reports
252.232-7010 Levies On Contract Payments
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel
252.243-7001 Pricing Of Contract Modifications
252.243-7002 Requests For Equitable Adjustment
252.244-7000 Subcontracts For Commercial Products Or Commercial Services
252.246-7008 Sources Of Electronic Parts
fill-in Clauses That Apply To This Acquisition:
52.217-8 Option To Extend Services
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 Of Contract Expiration.
(end Of Clause)
52.217-9 Option To Extend The Term Of The Contract
(a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension.
(b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause.
(c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed Five (5) Years, Six (6) Months.
(end Of Clause)
52.219-28 Post Award Small Business Program Representative
(h) If The Contractor Does Not Have Representations And Certifications In Sam, Or Does Not Have A Representation In Sam For The Naics Code Applicable To This Contract, The Contractor Is Required To Complete The Following Rerepresentation And Submit It To The Contracting Office, Along With The Contract Number And The Date On Which The Rerepresentation Was Completed:
(1) The Contractor Represents That It [ ] Is, [ ] Is Not A Small Business Concern Under Naics Code Assigned To Contract Number _____.
52.252-2 Clause Incorporated By Reference
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/
(end Of Clause)
52.252-6 Authorized Deviations In Clauses
(a) The Use In This Solicitation Or Contract Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Date Of The Clause.
(b) The Use In This Solicitation Or Contract Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Of The Regulation.
(end Of Clause)
open Market Pricing Is Required.
anticipated Award Date Is Nlt 01 March 2025.
technical Inquiries And Questions Relating To This Combined Synopsis/solicitation Are Due By 12:00 Pm Est, 13 Feb 2025. Questions Shall Be Sent Via Email To Glenn.i.jenkinson@usace.army.mil, And Gerald.l.garvey@usace.army.mil. When Submitting Questions, Please Include The Solicitation Number, And Title.
the Government Reserves The Right To Limit And/or To Not Respond To Any Further Questions Pertaining To This Project Received After February 13, 2025. Offerors Should Base Their Offers On The Information Provided In The Solicitation And All Issued Amendments Thereto.
all Answers To Technical Inquiries And Questions Are Reviewed By The Contracting Officer Prior To Response. Answers To Technical Inquiries May Result In Amendments To The Solicitation. If An Amendment Is Issued, It Will Be Posted On The System For Award Management (sam) Website (https://sam.gov/content/home).
proposals Are Due By 12:00 Pm Est, Feb 21, 2024. Proposals Shall Be Sent Via Email To Glenn.i.jenkinson@usace.army.mil, And Gerald.l.garvey@usace.army.mil.
any Other Questions Regarding This Acquisition Should Be Directed To The Contract Specialist, Glenn Jenkinson At (904) 232-1002 And Gerald Garvey At (904) 232-3055 Or By E-mail.
attachments:
solicitation Sf 1449
past Performance Short Form
pricing Schedule (sheet)
qasp
Closing Date28 Feb 2025
Tender AmountRefer Documents
UNITED STATES GOVERNMENT PUBLISHING OFFICE USA Tender
Publishing and Printing
United States
Tender Id: SurveyPamphlets500S(2025) | These Specifications Cover The Production Of Pamphlets Requiring Such Operations As Electronic Prepress, Printing, Binding, Packing, And Distribution.
Closing Date19 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
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.
Closing Date24 Feb 2025
Tender AmountRefer Documents
Mestys Sp Lov Tender
Others
Corrigendum : Closing Date Modified
Czech Republic
Details: The Subject of the Public Contract is the Construction of the "Reconstruction of the Unused Building No. 61 in the Center of the Municipality of Spálova". The Subject of the Construction Works is the Reconstruction of the Unused Building No. 61, Which Will House a Central Kitchen for Elementary and Kindergarten Schools, Food Delivery in the Municipality and Adjacent Municipalities, a Municipal Office, a Maintenance Workshop and Facilities for Workers, Refreshments with Preparation, Hygienic Facilities for the Public and a Community Room. The Maximum Proposed Capacity of the Kitchen Is 500 Meals Daily. The Kitchen Operation Will Be Located on Two Floors, the 1st Pp and the 1st Np, Which Will Be Connected by an Operating Elevator. The 1st pp Will House Storage, Rough Preparation, Raw Material Reception and Food Export. The 1st floor will house the cooking room, preparation rooms and food dispatch. The facilities for workers will be located on both floors. The kitchen operation will form a closed unit. The 1st floor will also house the maintenance workshop and facilities for workers. This operation will also form a separate part. The 1st floor will also house a refreshment room with preparation, sanitary facilities for the public and a social room with the possibility of using it as a classroom or lecture room with a capacity of up to 30 people. The 2nd floor will house the administrative part (municipal office), a clubhouse for use by leisure organizations and a separate office space. The use of gable roofs without hipped roofs, which will be supplemented by dormers with a flat roof, will be newly proposed. The second floor (attic) will be partially set back. The facades will be made of plaster in light tones. The roof covering will be made of folded sheet metal in dark gray. As part of the reconstruction of the building, external modifications will also be carried out, consisting, among other things, of the construction of paved areas, water connections, rainwater drainage, high-voltage connections and a transformer station. The subject of the construction work is also the construction of a photovoltaic power plant (PVPP) on the roof of the building. The subject of the construction work is also the execution of all other works specified in detail in the project documentation. In addition to the execution of construction work, the subject of the public contract is also the preparation of documentation of the actual construction and geodetic survey of the construction. Further details on the subject of the public contract are provided in Article 1 of the Tender Documentation.
Closing Date25 Feb 2025
Tender AmountCZK 65.3 Million (USD 2.7 Million)
Stadtverwaltung Cottbus Tender
Others
Germany
Details: Preparation of a risk assessment (orientation study) in accordance with Section 9 Paragraph 1 of the Federal Soil Act. This results in the following key tasks: 1.) Demarcation studies by evaluating historical documents (survey map 1:25,000 and aerial photograph 1953) after georeferencing and comparison with the digital terrain model (DGM). 2.) Sinking of 4 - 6 core drillings (RKS) per Alvf and taking of depth-differentiated soil samples in the area of the suspected contaminated sites (except Reg. No. 0102520061) with analytical examination. Conversion of 2 RKS per Alvf into temporary groundwater measuring points. Groundwater sampling with analysis. Assessment of soil and water with regard to suspected contaminated sites or with regard to disposal in accordance with the Waste Catalogue Ordinance (avv) and Bbodschv with regard to the soil-human and soil-groundwater paths. 3.) Sinking of small ram boreholes in the wo-axis of the backfill body(s) with taking of solid samples (waste body/capillary area groundwater) and analysis in accordance with the Replacement Building Materials Ordinance Table 3 for soil material/soil material with foreign components or allocation information for the waste from a mirror entry (2024/ Avv) if there is a suspicion of the presence of hazardous waste. Eluate analyses of the backfill material. Assessment with regard to disposal and Bbodschv with regard to the soil-human and soil-groundwater paths. 4.) Sinking of profile rows in the small ram boreholes to determine the thickness of surface deposits (without sampling). A position and height measurement of the drilling starting points is absolutely necessary. The risk assessment to be carried out with evaluation of the results according to Bbodschv must be carried out with regard to the planned use of the surface as an urban area and with regard to the risk potential for the protected resource groundwater. Urban areas are used for housing and to accommodate commercial enterprises as well as social, cultural and other facilities that do not significantly disrupt residential use. The need for action should be derived from this. In addition, the depth-differentiated infiltration capacity should be derived from the soil samples - if necessary with the help of additional drilling - and the groundwater level and groundwater level should be documented. Areas that are not capable of infiltration should be shown separately on a map if necessary.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Software and IT Solutions
Philippines
Details: Description Invitation To Bid For The Supply, Delivery, Subscription, Installation, And Configuration Of Various Ict Equipment And Network Softwares 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Sixteen Million Four Hundred Thirty-two Thousand Pesos (php16,432,000.00) With Project Identification Number Da-rfo 1-2025-goods-032 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot, To Wit: Project Title Abc (php) Lot 1: Supply And Delivery Of Various Ict Equipment 7,912,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 2,900,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 4,620,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000,000.00 Total 16,432,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Lot No. Particulars/descriptions Quantity Unit Cost Total Cost 1 Supply And Delivery Of Ict Equipment For Office Productivity Of Da-rfo 1 Employees 1 Lot 7,912,000.00 7,912,000.00 1) Laptop (high End, Branded) Processor: 13th Gen, 10 Cores, 16 Threads, 24mb Smart Cache, Up To 4.90 Ghz Max Turbo Frequency, 45w Base Power, Maximum Turbopower 105w Display: 15.6inch Fhd (1920x1080), 144hz, Ips-level Memory: 16gb Ddr5-5200 Max 64gb 2 Slots Storage: 1tb M.2 Ssd Slot (nvme Pcie Gen4) Graphics: 4608 Cuda Cores With Boost Clock 1230 - 2175 Mhz, 8gb Gddr6 Webcam: Hd Type (30fps@720p) Communication: Gb Lan 802.11 Ax Wi-fi 6 + Bluetooth V5.2 1x Type-c (usb3.2 Gen1 / Dp) 2x Type-a Usb3.2 Gen1 1x Type-a Usb2.0 Battery: 3-cell 53.5 Battery (whr) Ac Adapter: 200w Adapter Operating System: Licensed Windows 11 4 Units 2) Desktop Computer (high End, Branded) Lga1700 14th Generation Processor Family 20 Mb L3 Cache, 10 Cores, 16 Threads 16gb Ddr4 3200 512gb Nvme Gen 4 Ssd + 1tb Hdd 7200rpm Dedicated 6gb Ddr6 Graphics Card With Wi-fi And Bluetooth With Wireless Keyboard And Mouse Combo With 23.8 Inches Monitor Native 1920 X 1080 With Licensed Windows 11 Os Installed 10 Units 3) Laptop (regular, Branded) 13th Generation Mobile Processor 16gb 4800mhz Ddr5 512 Gb Nvme Ssd 15.6" Full Hd Wireless Ieee 802.11 A/b/g/n+ac+ax Capable 2x Usb Gen 3.2 Ports 1x Usb 3.2 Type C Port Built-in Webcam And Microphone Rechargeable Built-in Li-ion Battery With Licensed Windows 11 Os Installed 19 Units 4) Desktop Computer (regular, Branded) Lga1700 14th Generation Processor Family 8 Gb Memory Ddr5 Memory 512 Gb Nvme Ssd Gen. 4 23.8 Inch Full Hd Native 1920 X 1080 With Mouse And Keyboard With Licensed Windows 11 Os Installed With Lan, Wifi And Bluetooth Vga/dvi-d, Hdmi Or Display Port 14 Units 5) Printer 3-in-1 W/ Adf, A3 Color Printer 800 Nozzles Black, 256 Nozzles Per Color (cmy) Can Print Up To A3+ Size Paper Wifi, Wifi Direct And Ethernet Connection 4800 X 2400 Dpi Hi-speed Usb 2.0 Connectivity Duplex Printing Capable, Up To A3 Scan And Copy Thru Adf Scan And Copy Thru Glass Bed Bi-directional Printing Up To 25 Ipm Printing Speed With Consumables 100-240v Voltage, 50-60hz Frequency 10 Units 6) Portable Printer Print Speed Up To 14ppm With Built-in Battery Colour Lcd Panel Wifi And Wifi Direct Connectivity Bi-directional/uni-directional Printing Hi-speed Usb 2.0 Connectivity 14 Units 7) Multi-function Printer (for Pvc Id Card) Friction Feed Pvc Id Card Printing Enabled Micropiezo Printhead Bi-directional Printing 1.5pl Minimum Ink Droplet Size Maximum Print Resolution Of 5760 X 1440 Dpi With Variable-sized Droplet Technology Usb 2.0 Connection Wireless Capable Esc/p-r, Esc/p Raster Language With Bundled Consumables With Additional 1 Set Extra Consumables 3 Units 8) Multi-function Printer Printer Type: Print, Scan, Copy And Fax Maximum Resolution: 4800 X 1200 Dpi Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour Auto-duplex Printing Adf Capability Ethernet & Wi-fi Direct Colour Touch Lcd Screen Usb 2.0 Connectivity 15 Units 9) 3-in-1 Network Printer/ Scanner/ Photocopier Printer Type: Print/copy/scan/fax Precisioncore Printhead Bi-directional Printing 4800 X 1200 Dpi Maximum Resolution 2-sided Printing Capable 600 X 600dpi Copy Resolution Friction Paper Feed Front And Rear Tray With Lcd Screen Network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Usb 2.0 Connection Ac 220-240v 50-60hz Up To A3 And A3+ Paper Size Cassette Capacity Of 250 Sheets For A4 (80gsm) Rear Capacity Of 20 Sheets For A3+ (80gsm) Up To 5.0 Ipm Scan Speed @200dpi With Bundled Consumables With Additional 1 Extra Set Of Consumables With 1 Piece Maintenance Box 10 Units 10) Dot Matrix Printer Impact Dot Matrix 9-pin Wide Carriage Up To 496cpi Prints Up To 6-part Forms 15,000 Power On Hours Mtbf Usb 2.0, Bi-directional Parallel Supported Bi-direction With Logic Seeking 200 Million Strokes/wire Printhead Life 2 Units 11) Flatbed Scanner Minimum Technical Specifications: Colour Scanner A4 Sheet-fed, 3-pass Duplex Scanner Led Light Source 1,200 X1,200 Dpi Output Resolution 215.9 X 3,048 Mm Maximum Document Size Supports 50 Gsm – 120 Gsm Paper Thickness 50 Sheets Adf Capacity Scan Speed Up To 25ppm/10ipm (300 Dpi) 24 Units 12) Portable Document Scanner A4 Sheet-fed, Simplex Colour Scanner Optical Resolution: 600 X 600 Dpi Output Resolution: 50 – 1,200 Dpi 216 X 1,828.8 Mm Maximum Document Size Contact Image Sensors (cis) Compact Size And Footprint Powered Via Usb, Ac Adapter Or Built-in Battery Scan Speed Up To 4.0sec Per Sheet (on Battery) Usb 2.0, Wi-fi And Wi-fi A/p Mode Connectivity 20 Units 13) Projector (indoor) Native Resolution Full Hd (1080p) Large Screen Projection Up To 391" 3000 Lumens Of Colour And White Brightness Comes With Android Tv™2 Dongle And Chromecast Built-in™ 5w Speaker (with Enclosure) Life (normal / Eco): 6,000 / 12,000 Hours (normal / Eco) F-number: 1.44 Focal Length: 16.4mm Zoom Ratio: 1.0 – 1.35 (digital Zoom) Throw Ratio: 1.19 – 1.61 Usb Type A: 1 (for 2a Power Supply, Firmware Update And Copy Osd Settings) Usb Type B: 1 (for Firmware Update And Copy Osd Settings) Hdmi: 1 (hdcp 1.4) 10 Units 14) Dslr Camera 24.2mp Aps-c Cmos Sensor Dual Pixel Cmos Af Ii 4k30 Video, 4k60 With Crop; Hdr-pq 23 Fps E. Shutter, 15 Fps Mech. Shutter 2.36m-dot Oled Evf 1.04m-dot Vari-angle Touchscreen Lcd Multi-function Shoe, Wi-fi And Bluetooth 18-45mm F/4.5-6.3 Is Stm Lens Lithium-ion Battery Pack Charger For Battery Pack 8 Units 15) Portable Audio System (branded) Digital Wireless Microphone Included Output Power: At Least 1100 Watts 30hz-20khz (-6db) Dynamic Frequency Range With 3.5mm Audio Cable Input Bluetooth Connection Usb Playback Guitar And Microphone Input True Wireless Stereo Using Bluetooth Connection With Rca Output Microphone Specifications: Frequency: 2404 - 2478mhz Encryption: Aes - 128 Working Range: 30m (100ft) Latency: < 12ms Frequency / Channel Selection: Adaptive Channel Selection Frequency Response: 50hz - 15khz Dynamic Range: 100db@ 1k Hz Signal -to -noise: 59dba Thd: < 1% @ 94db Spl, 200 - 10khz Microphone Rechargeable Battery: 600mah, 3.7v Li-ion Battery Dongle Battery: 700mah 3.7v Li-ion Battery Playtime Of Microphone: Up To 20 Hours Playtime Of Dongle: Up To 12 Hours Microphone Battery Charge Time: < 2.5h In Off Mode Dongle Battery Charge Time: < 2.5h In Off Mode Microphone Head: 16mm Ecm Transmitting Power: < 10dbm Receiver Maximum Output Level: < 1v Rms 6 Units 16) Handheld Gps Receiver 2.2" Transflective, 65k Color Tft Display Type 240 X 320 Pixels Display Resolution 25 Hrs Battery Life Ipx7 Water Rating High-sensitivity Receiver 2 Aa Nimh Or Lithium Rechargeable Batteries And Charger Included 30 Units 2 Supply, Delivery And Subscription To Various Ict Software 1 Lot 2,900,000.00 2,900,000.00 1) Graphic Design Platform 1tb Of Cloud Storage 1000 Brand Kits 100m+ Photos, Videos, Graphics, Audio Ai-generated Writing And Designs Unlimited Premium Templates Ai Admin Controls Edit, Comment, And Collaborate In Real-time With Online Customer Support 3-year Subscription *1 Account = 3 Users 5 Units 2) Cad Modeling Software Civil-infrastructure/engineering Design And Documentation Software Supports Computer-aided Design And Building Information Modeling Site And Survey Workflows Drainage Design And Analysis Plan Production And Documentation Intersection Design Corridor, Geotechnical And Terrain Modeling Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 3) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 3 Year Subscription 2 Units 4) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 5) Office Productivity Software On Premise - Open License Graphical User Interface/keyboard Driven Menu System Support In Inserting And Editing 3d Models Support To Scalable Vector Graphics (svg) With Filters Live Preview While Formatting With Built-in Language Translator Support For Touch-enabled Devices, Digital Pens And Mouse For Drawing Shapes, Writing Out Complex Math Problems And Highlighting Text. With Accessibility Checker With Support For International Standards 45 Units 3 Supply, Delivery, Installation And Configuration Of Ict Network Equipment Of Da-rfo 1 1 Lot 4,620,000.00 4,620,000.00 1) Network Firewall Subscription At Least 3yrs Throughput Ngfw, Ips & Threat Protection: 1.6, 2.6 & 1 Gbps Concurrent Ssl-vpn Users: 500 2.2 Gbps Application Control Throughput Capwap Throughput (http 64k): 15gbps Heat Dissipation: At Least 100.6 Btu/h 80plus Compliant Power Supply Efficiency Rating Ports: 2 Ge Rj45 Wan, 4 Ge Rj45 Or Sfp Shared Ports, 1 Console And Usb Port Concurrent Tcp Sessions: 1.5million 10,000 Firewall Policies Throughput Ipsec Vpn: 11.5 Gbps Compliance Fcc Part 15b, Class A, Ce, Rcm, Vcci,ul/cul, Cb, Bsmi Ac Power Supply 100–240v Ac, 50/60 Hz Form Factor (supports Eia/non-eia Standards) Rack Mount, 1 Ru With Complete Accessories & Compatible With Existing Network Setup. 1 Unit 2) Network Switch (access) 10/1g Uplink Ports Forwarding And Switching Rate: 261.9 Mbps & 176 Gbps Per Hour Mean Time Between Failures: At Least 503,400 Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Entries Of Flexible Netflow: 16,000 Flows On 24 Or 48 Port Gigabit Ethernet Models Bandwidth Stacking: At Least 80 Gbps Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Qos Scale & Acl Entries: 1000 With Complete Accessories & Compatible With Existing Devices. 1 Unit 3) Wireless Lan Controller (bundled With 6-ap & Licenses) Fixed Service Port: Auto-negotiation 10/100/1000base-t, Auto Mdi/mdix Crossover Standard Rj45 & Usb Port Management Port 40w Max. Power Consumption 200,000 Hours Mean Time Between Failure (mtbf) At The Standard Temperature 2048 Maximum Number Of Configurable Access Points Default Number Of Manageable Access Point Of 32 448 Maximum Number Of Manageable Access Point Wlan Service: 2048 Maximum Wlan Id At Least 32,768 Mac Address Entries 4096 Of Virtual Lans Ipv4 Address Pools: 2,000 Ipv4 Addresses: 24,576 Ipv6 Address Pools: 256 Ipv6 Addresses: 2,048 Ieee 802.11 Protocols: 802.11, 802.11b, 802.11a, 802.11g, 802.11d, 802.11h, 802.11w, 802.11k, 802.11v, 802.11r, 802.11i, 802.11e, 802.11n, 802.11ac, And 802.11ax Ieee 802.11 Security And Encryption: Multi-ssid Mode,ssid Hiding Ieee 802.11i-compliant Psk Authentication, Wpa And Wpa2,wpa3: Wpa3-personal (sae), Wpa3-enterprise (ccmp, 128-bit), And Wpa3-enterprise (gcmp, 192-bit),wep (wep/wep128), Tkip, Ccmp, Anti-arp Spoofing User Access Management: Console Port Login, Telnet Login, Ssh Login, And Ftp Upload Maximum Number Of Stas Supported By The Built-in Portal Server:1,500 Number Of Acl Entries:65,536 Entries With Six (6) Compatible Wireless Access Point With Six (6) Licenses Included Bundled With Training And Certification With Complete Accessories. 1 Unit 4) Network Attached Storage (nas) 64 Bit Cpu Architecture Cpu Frequency: 2.6 / 3.1 Ghz System Memory 2gb Ddr4 Ecc Drive Bays: At Least 4 Compatible Drive Type: 3.5" Sata Hdd & 2.5 Sata Ssd External Ports: 2 Rj-45 1 Gbe Lan Ports, 1 Usb 3.2 Gen 1 Port Pcie Expansion: 1 X Gen3 X 2 Network Upgrade Slot System Fan: 40mm X 40mm X 3pcs 28.5 Db(a) Noise Level Power Supply Unit : 100 Watts Power Consumption: 37.93 Watts (access), 13.43 Watts (hdd Hibernation) Rohs Compliant Bundled With At Least 4 Hdd (16tb) With Complete Required Accessories 2 Units 5) Ups 10kva (rack-mounted) Capacity: 10kva Rackmounted With Battery Input: Voltage: 200-240v +/- 10% Voltage Range: 176-3000v +/- 10% (full Load) Frequency: 56hz - 64hz Battery: 16 X 12v/9ah Output Voltage: 220-240v +/- 10% Frequency: 50hz-60hz +/- 5% Transfer Time: 0 (ac To Battery), 0ms (inverse To Bypass) True Double Conversion Microprocessor Control Technology Ensures High Reliability Input Power Factor Correction Output Power Factor 0.8 Waveform (batt Mode): Pure Sine Wave With Complete Accessories And Warranty. 4 Units 6) Wireless Access Point Max Throughput Up To 400mbps At 2.4g, Up To 867 Mbps At 5g 1.267 Gbps Ofdm: Bpsk@6/9mbps, Qpsk@12/18mbps, 16-qam@24mbps, 64-qam@48/54mbps Protocol: Concurrent 802.11ac Wave2, Wave1, 802.11a/b/g/n Spatial Streams: 2.4g 2x2mimo 5g 2x2mimo Antenna: Internal Antennas(2.4g: 2dbi,5g: 2dbi) Operating Bands: 802.11b/g/n: 2.4g ~ 2.4835ghz, 802.11a/n/ac: 5g:5.150~5.250ghz,5.725~5.850ghz 11b: -91dbm (1mbps), -88dbm (5mbps), -85dbm (11mbps) 11a/g: -89dbm (6mbps), -80dbm (24mbps), -76dbm (36mbps), -71dbm (54mbps) 11n: -83dbm@mcs0, -65dbm@mcs7, -83dbm@mcs8, -65dbm@mcs15 11ac Ht20: -83dbm (mcs0), -57dbm (mcs9) 11ac Ht40: -79dbm (mcs0), -57dbm (mcs9) 20 Units 7) Unmanaged Switch Ports:16 X 10/100base-x Poe+ Ports, 2 X 10/100/1000base-t Ports With 2-port Gigabit Rackmount Poe Switch Layer Type: Unmanaged Switching Capacity:7.2 Gbps Forwarding Rate:5.36 Mpps Mac Address Table:8000 Fan: Fanless Port Surge:6kv 4 Units 8) Ups 1kva Available Capacity : 1kva / 600w Line Interactive Switching Ups 2 X 12v7ah Battery Input Power : 190~240va (50~60hz) Output Power : 220~230va (50~60hz) 24 Units 9) Drone (quadcopter) Gimbal:3-axis Flight Control System: Gnss Support Gps, Beidou, Galileo Maximum Operating Distance:9.3 Miles / 15 Km Battery Capacity:5000 Mah / 77 Wh Charging Temperature 41 To 104°f / 5 To 40°c Maximum Ascent Speed 17.9 Mph / 8 M/s Maximum Descent Speed 13.4 Mph / 6 M/s Maximum Wind Resistance 26.8 Mph / 12 M/s Flight Ceiling 3.7 Miles / 6000 M Image Sensor:4/3″-type Cmos Sensor Resolution Effective: 20 Megapixel (5280 X 3956) Focal Length: 24mm (35mm Equivalent) Field Of View: 84° Maximum Aperture: F/2.8 Minimum Aperture: F/11 Minimum Focus Distance:3.3′/1 M Rotor Configuration: 4 Operating Temperature:14 To 104°f/-10 To 40°c With Complete Accessories, Controller Device, Bag And Extra Batteries And Propeller. Bundled With Formal Drone Pilot And Safety Training, Drone Pilot License & Rpas Certifications Acquisition. 1 Unit 4 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1 Lot 1,000,000.00 1,000,000.00 Managed Switch Bandwidth Stacking: At Least 80 Gbps Entries Of Flexible Netflow: 32,000 On 24 Or 48 Port Multigigabit Models Stacking Switch Capacity & Forwarding Rate: 256 Gbps & 190 Mbps Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Forwarding And Switching: At Least 130.95 Mbps And 176 Gbps Per Hour Mean Time Between Failures: At Least 346,270 Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Sfp Transceiver Module Hot Pluggable Sfp Msa Compliant To Maximize Uptime And Simplify Maintenance Modal Bandwidth Min :400 At Least 1804 Ft. Operating Distance Stackwise Cables Support 16 Gbps Speeds In Both Directions, Yielding A Traffic Total Of 32 Gbps Bandwidth Bidirectionally Cable Length:1.6 Ft Conductor: Copper Network Server Rack Cabinet Minimum Technical Specifications: Capacity: 22u With Exhaust Fans And Power Distribution Cables, I/o Ports And Accessories 1 Lot Roughing-in Materials For Horizontal And Backbone Distribution 1 Lot Roughing-in Materials For Fiber Backbone Distribution 1 Lot Mobilization / Demobilization 1 Lot Testing And Commissioning 1 Lot Preparation, Documentation Of As-built Plan Drawings And Turn-over Of Network Design And Diagram 1 Lot Cables, I/o Ports And Accessories 1 Lot Grand Total 16,432,000.00 All Equipment With 1 Year Warranty On Parts & Services. Drop Off Point: Da Rfo I, City Of San Fernando, La Union Delivery Schedule: 90 Calendar Days From Receipt Of Notice To Proceed (ntp). Delivery Of The Goods Is Required Within 90 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Project Title Bid Docs Fee Lot 1: Supply And Delivery Of Various Ict Equipment 10,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 5,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 5,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 27 January 2025, 1:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 27 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-032
Closing Date27 Jan 2025
Tender AmountPHP 16.4 Million (USD 280.1 K)
City of Pride Tender
Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
Czech Republic
Details: General Definition of the Subject of the Public Contract The subject of the public contract is construction work on the improvement of the public space in the vicinity of building No. 118 in Příbor. The design of the new public space connects Freudovu and Nádražní streets, which involves the connection of the sidewalk and stairs to the connected streets, especially on Nádražní street. The space is designed as paved and is defined by the original position of the access gate between building No. 118 and the retaining stone wall, which serves as a fence between plots No. 111 and 112 in KU Příbor. It is further defined by the northeastern facade of building No. 118 and the retaining stone wall, which is parallel to Nádražní street. At the northeastern facade of building No. P. 118 A Bicycle Roof Is Designed. The Stone Retaining Wall, Which Lines Nádražní Street and Is In Unsatisfactory Condition, Will Be Replaced With A Monolithic Reinforced Concrete Core, The Stones From The Original Wall Will Be Used For The Exterior Walling. The Shape Of The Retaining Wall Will Be Preserved From The Street View. At The Connection Point On Nádražní Street (At Object No. 415), The Retaining Wall Will Be Demolished. Construction Objects of the Construction: - So 01 - Paved Areas - So 02 - Reconstruction of the “Station” Retaining Wall - So 03 - Roofing of the Cyclopoint - So 04 - Retention Tank - So 05 - Rainwater Sewerage - So 06 - Water Supply Connection - So 07 - Furniture, Greenery - So 08 - Finishing of Part of the Stone Wall Between Plots No. 111 and 112 Part of the Subject of the Public Contract Fulfillment Is the Delivery and Installation of a Design Drinking Fountain (see Budget So 07 - Items No. 39 and 40). The Specific Type of Drinking Fountain Was Approved by the State Monument Preservation Authority. The Delivery of the Drinking Fountain Will Be Provided by the Contracting Authority During the Construction. Suppliers in the Item Budget So 07 Will Value Item No. 40 at the Value of CZK 0. (This Value Is Already Prescribed In The Budget.) The Installation Of The Drinking Fountain, Including All Related Works, Will Be Provided By The Contractor (so 07 Item No. 39). The Documentation Of The Actual Construction Will Include, Among Other Things, The Survey And All Documents (In Appropriate Formats) Necessary For Insertion Into The Digital Technical Map Of The Moravian-Silesian Region (dtm Msk). More Details In The Project Documentation And The List Of Construction Works, Supplies And Services With A Statement Of Dimensions, Which Are An Integral Part Of The Tender Documentation.
Closing Date12 Feb 2025
Tender AmountCZK 7.5 Million (USD 310.1 K)
8061-8070 of 8100 archived Tenders