Survey Tenders
Survey Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents
Details: Contact Information|4|n792.13|t2x|n/a|brian.t.kent.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|inovice And Recieving Combo|source|tbd|n00383|tbd|tbd|see Schedule|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|365|45 Days Of The Last Delivery Under This Contract Then|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (jan 2025)|12|336413|1250|||||||||||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|dod,a1a|dod,a1a|
this Solicitation Will Be Using Competitive Procedures.
this Solicitation Is For Repair.
this Requirement Will Be Awarded To The Offeror Based On The Following Evaluation Criteria.
offers Submitted Will Be Evaluated Based On The Followingcriteria: Lead Time, Price, Past Performance And Capacity.
the Closing Date For This Solicitation Is Listed On Page 1.
the Quotes May Be E-mailed To The Below Address And Must Be Received On Or Before 2:00 Pm Est Of The Closing Date.
the Offeror Shall Submit One Unit Price Per Clin And The Unit Price Should Be Firm Fixed Price. Tiered Pricing Will Not Be Accepted Or Evaluated.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Pre-award / Post Award Requirements:
due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended.
1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved
will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The
sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation:
(a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The
same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval.
(b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors.
(c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents.
(d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings,
forgings, Etc.
(e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics
should Be Discernible From All Other Characteristics.
the Above Requirements Are A Subset Of Requirements Specified In The Aso
source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With
mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval
brochure.
1.4 Articles To Be Furnished Hereunder Shall Be Repaired, Tested And Inspected In Accordance With The Terms And Conditions Specified In The Requirements Section Of This Document.
1.4.1 Any Item Contracted For Repair Shall Have A Statement Of Work To Ensure Compliance With All Repair Procedures And Requirements.
repair Of:
panel,control,elect ;5895-01-409-9407; Nsn , ;621060-21; Part Number, Shall Be Performed Iaw: Panel,control,elect ;repair/overhaul/inspect Iaw Applicable Repair Manuals, Technical Specifications, Engineering Orders And Drawings. Revision N; Publication (s).
1.4.2 There Will Be No Repair Deviation From The Approved Written Procedures Without Review And Acceptance By The Basic Design Engineer. All Requests For Waiver/deviation Shall Be Via Form 1694 Routed Throught The Local Dcma/aco Office For Review And
recommendations Via Form 1998.
1.5 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With
ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii.
1.6 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics,
attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected
one Hundred Percent.
1.7 Contractor Shall Develop A System For Identification Of Individual
piece Parts For Traceability Purposes. Markings Shall Not Be Permanent.
1.8 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And
geometric Feature Controls With A Tolerance Range Of .010 Or Less.
1.9 For Minor Characteristics, A Sampling Rate Determined By The Contractor
and Subject To Qar Approval Will Be Used.
1.10 The Material Covered In This Contract/purchase Order Will Be Used In A
crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been
designated As Critical Material And Special Control Procedures Are Invoked
to Ensure Receipt Of Correct Material.
1.11 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawcad Lakehurst Drawing Package; Drawing Number ( ;621060; ) ;(80020); , Revision ;revision N; And All Details And Specifications Referenced Therein.
1.12 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not
be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced
specification.
1.13 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c.
2. Applicable Documents
drawing Data=mpr 1221 |80020| T| |d| | | |
drawing Data=415191-7-y |80020|ah| |d| | | |
drawing Data=417441-1 |80020| L| |a| | | |
drawing Data=421989-1 |80020| K| |a| | | |
drawing Data=421990 |80020| B| |a| | | |
drawing Data=422451-1 |80020| E| |d| | | |
drawing Data=422452 |80020| C| |a| | | |
drawing Data=422453 |80020| D| |d| | | |
drawing Data=423525 |80020| B| |d| | | |
drawing Data=424396-1 |80020| -| |d| | | |
drawing Data=424399 |80020| A| |d| | | |
drawing Data=424652 |80020| B| |d| | | |
drawing Data=424681-1 |80020| B| |d| | | |
drawing Data=424945 |80020| C| |d| | | |
drawing Data=425208-2 |80020| B| |d| | | |
drawing Data=509927-15 |80020| C| |d| | | |
drawing Data=509928-15a |80020| C| |d| | | |
drawing Data=515225-11c |80020| G| |a| | | |
drawing Data=516864-1 |80020| N| |d| | | |
drawing Data=519394-1 |80020| B| |d| | | |
drawing Data=519395 |80020| K| |d| | | |
drawing Data=519396-3 |80020| E| |d| | | |
drawing Data=519780 |80020| C| |d| | | |
drawing Data=519860-1 |80020| C| |d| | | |
drawing Data=519861 |80020| C| |d| | | |
drawing Data=520204-7 |80020| C| |d| | | |
drawing Data=520229-1 |80020| C| |d| | | |
drawing Data=521277-1 |80020| -| |d| | | |
drawing Data=521278-1 |80020| -| |d| | | |
drawing Data=621060-21 |80020| N| |d| | | |
drawing Data=621157 |80020| F| |d| | | |
drawing Data=621167-5 |80020| L| |d| | | |
drawing Data=621181 |80020| H| |d| | | |
drawing Data=621822 |80020| J| |d| | | |
drawing Data=623442-1 |80020| B| |d| | | |
drawing Data=628175 |80020| A| |d| | | |
drawing Data=628343 |80020| -| |d| | | |
3. Requirements
3.1 1.0 General
3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.2 2.0 Definitions.
3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.3 3.0 Scope
3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
panel,control,elect ;621060-21; P/n, ;5895-01-409-9407; Nsn, ;repair/overhaul/inspect Iaw Applicable Repair Manuals, Technical Specifications, Engineering Orders And Drawings. Revision N; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
panel,control,elect ;tbd; Company Name , ;tdb; Address , ;tbd; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.7 5.0 Contractor Quality Requirements:
3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.8 6.0 Configuration Management (cm):
3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.9 7.0 Markings.
3.9.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.10 8.0 Storage;
3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
4. Quality Assurance
quality Assurance Requirements
1. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications:
a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%;
b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%;
c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4
d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4.
2. First Article Testing: N/a
3. Production Lot Special Tests: N/a
4. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing.
5. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear
the Symbols Of Accreditation And The Accreditation Body.
a. American Association For Laboratory Accreditation (a2la)
b. Ansi National Accreditation Board (anab)
c. International Accreditation Service, Inc (ias)
d. National Voluntary Laboratory Accreditation Program (nvlap)
e. Perry Johnson Laboratory Accreditation, Inc (pjla)
f. Canadian Association For Laboratory Accreditation Inc. (cala)
g. Standards Council Of Canada (scc)
unique Requirements
1. All Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years.
2. The Contractor/overhaul Activity Shall Provide The Repair Procedure They Will Follow To Nawcadlke Engineering For Review And Approval Prior To Commencing Repairs. The Repair Procedure Shall Be Forwarded Per The Overhaul / Repair Procedure Cdrl Provided In
this Document. Nawcadlke Engineering Poc Is John Lee, John.j.lee201.civ@us.navy.mil.
4.1 Review Documentation As Provided Under Dd 1423 Requirements.
4.2 Critical Manufacturing Processes
( ; ; ) Heat Treat
( ; ; ) Welding
( ; ; ) Cadmium Plating
( ; ; ) Engineering Chrome Plating
( ; ; ) Nickel Chrome Plating
( ; ; ) Casting(s)
( ; ; ) Forging(s)
( ;applies; ) Mpr (material Processing Requirements)
4.3 . Mandatory Inspection Requirements:
100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar).
during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications.
4.4 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying
office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of
witnessing The Final Inspection. The Contractor Shall Notify By Email Or
telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
this Is An Alre Critical Application Item. For Drawing Updates, See Attached Nawc Drawing Update Sheet
navsup Reference Only: Procurement Tdr (24-10113) Was Utilized To Build Tdp. Repair Tdr (24-10068) Was Utilized To Build Tdp.
the Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By The Naval Air Systemscommand. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved Will Be Eligible
for Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request Asoutlined Later In This Solicitation.
all Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. date Of First Submission=asreq
16. Remarks:
(block 3): Inspection Hold Points For Quality Assurance.
(block 12): Prior To Commencing Overhaul.
if The Extent Of The Repair Effort For This Assembly Is Beyond The Scope Of The Existing Nawcadlke/navair Approved Overhaul/repair Procedure For This Assembly, Then The Overhauling Contractor Or Activity Shall Provide A Step-by-step Overhaul Procedure For
disassembly And Reassembly. Nawcadlke Engineering Poc Is John Lee, John.j.lee201.civ@us.navy.mil.
the Overhaul Procedure Shall Be Subject To Navair Approval Prior To Commencing Overhaul. The Procedure Shall Include Suggested Quality Assurance "hold Points" As Required To Ensure That Any Csi/cai Components Or Processes That Cannot Be Adequately Inspected At
final Assembly Are Accessible For Proper Interim Inspection.
Mestys Sp Lov Tender
Others
Czech Republic
Closing Date25 Feb 2025
Tender AmountCZK 65.3 Million (USD 2.7 Million)
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.
Stadtverwaltung Cottbus Tender
Others
Germany
Closing Date30 Jan 2025
Tender AmountRefer Documents
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.
Department Of Agriculture Tender
Software and IT Solutions
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 16.4 Million (USD 280.1 K)
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
City of Pride Tender
Electrical and Electronics...+1Electrical Works
Czech Republic
Closing Date12 Feb 2025
Tender AmountCZK 7.5 Million (USD 310.1 K)
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.
STATE, DEPARTMENT OF USA Tender
Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: U.s. Department Of State
bureau Of International Narcotics And Law Enforcement Affairs (inl) you Have Received This "personal Services Contractor” (psc) Solicitation Through The Department Of State (dos) Internet Site. If You Have Any Questions Regarding This Psc, You May Contact The Dos Official Named In This Solicitation. The Department Is Not Responsible For Any Data And/or Text Not Received When Retrieving This Document Electronically. Amendments To Solicitation Documents Generally Contain Information Critical To The Submission Of An Application. position Title: Design, Monitoring And Evaluation (dme) Project Advisor
location: Mexico City, Mexico
salary Level: Fs-02 - $101,395 - $148,902 (equivalent Gs-14)
period Of Performance: The Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions.
issuance Date: January 13, 2025
closing Date: January 24, 2025
closing Time: 3:00 Pm Et
solicitation Number: Psc-25-014-inl
job Description: See Below dear Prospective Offerors: the Department Of State Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services For The Subject Position Under A Personal Services Contract, As Described In This Solicitation. Submittals Must Be In Accordance With The Attached Information At The Place And Time Specified. Applicants Interested In Applying For This Position Must Submit The Following Materials: 1. Form Sf 171 (completed And Signed)
2. Complete Resume. In Order To Fully Evaluate Your Offer Your Resume Must Include:
a. Paid A Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For Any Overseas Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements.
b. Specific Duties Performed That Fully Detail The Level And Complexity Of The Work.
c. Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s).
d. Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments.
e. U.s. Citizenship
note: Resume Must Contain Explicit Information To Make A Valid Determination That The Candidate Meets The Experience Requirements As Stated In This Solicitation. This Information Needs To Be Clearly Identified In The Resume. Failure To Provide Explicit Information To Determine Qualifications For The Position Will Result In Loss Of Full Consideration.
3. Evaluation Factor Document Specifically Addressing: Each Of The Evaluation Factors Shown In The Solicitation Below. Responses Must Be Limited To 500 Words Per Evaluation Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored.
note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Receive That Are Relevant To Each Factor. 4. Professional References: Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Complete Applications Must Be Emailed To: dominique Chittum, U.s. Department Of State, Inl/ex/gapp, Chittumda@state.gov sincerely,
margaret Renee Gaudreau
contracting Officer, U.s. Department Of State
subject
a Solicitation For A Personal Services Contractor (psc), Department Of State (dos), Bureau For International Narcotics And Law Enforcement Affairs (inl). the United States Government (usg), Represented By The Dos, Seeks Applications From Us Citizens Interested In Providing Psc Services As Described In This Solicitation. pre-award Ethical Responsibilities Of Psc (jun 2011)
this Solicitation May Result In The Award Of One Or More Personal Services Contracts As Defined In Far 2.101. Prior To Contract Award, All Offerors Or Quotes Must Advise The Cognizant Contracting Officer If They Have A Personal Conflict Of Interest, Such As A Financial Conflict, That Would Prevent Them From Either Meeting The Requirements Of The Clause Entitled, “post-award Ethical Responsibilities Of Personal Services Contractors,” Or Otherwise Objectively Performing Their Contractual Duties Upon Contract Award. how To Apply
offerors Proposal Shall Be In Accordance With The Requirements Stated In This Solicitation At The Place And Time Specified. A Proposal Will Be Determined Non-responsive And Ineligible For Consideration Unless All Required Documents And Information Are Included In The Submission. Offerors Shall Ensure Their Resume Demonstrates Their Possession Of The Minimum Qualifications Outlined In This Solicitation, As Well As Their Ability To Fulfill All Required Duties. The Government Is Not Responsible For Any Costs Incurred By The Offeror During The Solicitation Process. note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates The Department Of State To Award A Psc Contract, Nor Does It Commit The Department Of State To Pay Any Cost Incurred In The Preparation And Submission Of The Application. proposals Must Include The Following And Not Exceed Twenty (20) Pages (additional Pages Will Not Be Accepted Or Reviewed):
1. Form Sf 171 (completed And Signed)
2. Resume 3. Evaluation Factor Responses
4. Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. Additional Documents Submitted Beyond The Requirements Will Not Be Accepted Or Reviewed. *** One Pdf Attachment Is Highly Recommended veteran’s Preference
veteran’s Preference Is Not Applicable To This Position Therefore Do Not Submit Dd-214. all Qualified Applicants Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Nondisqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. equal Employment Opportunity Policy - The United States Government Does Not Discriminate In Employment On The Basis Of Race, Color, Religion, Sex (including Pregnancy And Gender Identity), National Origin, Political Affiliation, Sexual Orientation, Marital Status, Disability, Genetic Information, Age, Membership In An Employee Organization, Retaliation, Parental Status, Military Service Or Other Non-merit Factor. submit Proposal Via E-mail To The Attention Of:
inl/dominique Chittum
e-mail: Chittumda@state.gov direct Questions Regarding This Solicitation To:
inl/dominique Chittum
e-mail: Chittumda@state.gov inl Will Not Accept Proposals Beyond The Closing Time/date; Unless It Can Be Determined Dos Mishandled The Proposal. general Statement Of The Purpose Of This Contract
mission Of The U.s. Department Of State: The U.s. Department Of State Is The Lead Institution For The Conduct Of American Diplomacy And The Secretary Of State Is The President’s Principal Foreign Policy Advisor. The Department Of State’s Mission Is To Advance U.s. National Security Interests, Fight Terrorism, Protect U.s. Interests Abroad, And Implement Foreign Policy Initiatives That Build A Freer, Prosperous, And Secure World. mission Of The Bureau Of International Narcotics And Law Enforcement Affairs Inl): Inl Is Under The Under Secretary For Democracy And Human Rights (j) And Works To Keep Americans Safe At Home By Countering International Crime, Illegal Drugs, And Instability Abroad. Inl Helps Countries Deliver Justice And Fairness By Strengthening Their Police, Courts, And Corrections Systems. These Efforts Reduce The Amount Of Crime And Illegal Drugs Reaching U.s. Shores. this Position Is Located In The Inl Section Of The U.s. Embassy In Mexico City. The Purpose Of This Personal Services Contract (psc) Is To Provide Strategic Guidance, Management, And Technical Support To Ensure The Successful Planning, Implementation, Monitoring, And Evaluation Of Inl Mexico Projects And Measure Them Against Overarching Inl Goals. This Role Will Integrate Design And Evaluation Expertise With Project Management Skills To Enhance Project Effectiveness, Efficiency, And Impact. The Position Will Report To The Us Direct Hire Foreign Service Officer Policy Unit Chief And Work Closely With Project Teams, Stakeholders, And Partners To Ensure The Successful Delivery Of Project Objectives. The Psc Will Oversee And Mentor The Design, Monitoring, And Evaluation Specialists, And Lead The Design And Implementation Of Policies, Processes, And Guidance On Project And Program Dme Such That Inl-mexico Foreign Assistance Projects And Programs Are Maximally Effective And Meet Inl Dme Requirements. duties & Responsibilities
under The Direct Supervision Of The Policy Unit Chief Or His/her Designee, The Dme Project Advisor Will Perform The Following Duties: 1. Provide Direction, Oversight, And Supervision Of Dme Staff (consisting Of Up To 5 Locally Employed Staff (le Staff), And 2 Third Party Contractors (tpcs) That Work On The Team As Monitoring And Evaluation Specialists), And Serve As The Direct Superior Of The One Le Staff M&e Supervisor.
2. Lead The Development Of Evaluations, Indicators, Surveys, And Learning Practices For Inl-mexico Projects And Programs And Goals.
3. Ensure Robust Project Management Practices Throughout The Project Lifecycle.
4. Design And Update Policies, Processes, And Systems For Effective Project And Program Review.
5. Collaborate With Inl-mexico Staff And Leadership To Gain Support For Dme Processes.
6. Design And Maintain Systems For Accurate And Efficient Reporting To Meet Standard And Ad-hoc Requirements.
7. Support Project Proposal Development, Including Needs Assessments, Theory Of Change, And Logical Frameworks.
8. Ensure Alignment Of Project Goals With Organizational And Department Priorities.
9. Assist Implementing Partners In Reporting Valid And Useful Information In Inl’s Systems Of Record.
10. Analyze And Report On Project Data To Recommend Performance Improvements.
11. Develop Relationships With Government Of Mexico Officials And Provide Technical Assistance To Improve Data Capacity.
12. Prepare And Present Reports On Indicator Performance And Findings To Stakeholders.
13. Review And Assess Monitoring Approaches, Indicators, And Evaluation Methods In Project Applications.
14. Serve As A Liaison To Dme Teams In Other Inl Overseas Sections And In Washington.
15. Conduct And Document Program And Project Level Reviews And Identify Needs For Course Correction.
16. Serve As Contracting Officer’s Representative (cor) On Dme Related Contracts (i.e. Field Research, Project Level Studies).
17. Coordinate Site Visits For Data Quality Assessments Of Implementing Partners/organizations.
18. Serve As A Key Interlocutor Between The Dme Team And Inl Program Teams, Ensuring Adherence To Dme Requirements.
19. When Required, Perform The Role Of Duty Officer.
20. Perform Other Duties As Requested And Assigned That Are Directly Related To This Statement Of Work. trainings & Distance Learning Courses
1. Completes All On-line Training Mandated By The Department Of State (e.g., Ct401 (counter Threat Awareness Training), Ethics) Within 120 Days Of Contract Start Date.
2. Completes The Mandatory Foreign Affairs Counter-threat (fact) Course (ct650) Prior To Deployment To Post. 3. Completes The Introduction To Working In An Embassy (pn113) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within The First Six (6) Months Of Arriving At Post.
4. Completes The Inl Pre-deployment Program (prep) Course Prior To Deployment To Post (unless Waived By The Inl Director Due To The Incumbent’s Past Experience Or Timing). place Of Performance & Travel Requirements
the Place Of Performance For This Position Is Us Embassy Mexico City, Mexico. Travel Up To 25 Percent Of The Time To Regional Security Office (rso) Authorized Locations In Mexico, The United States, And Occasionally The Region Will Be Required. relationships
the Dme Project Advisor Will Serve Under The Day-to-day Direction Of The Policy Unit Chief In Inl-mexico. This Position Supervises The Dme Team, Which Is Currently Five Le Staff. the Contract Administrator Shall Be The Inl Contracting Officer In Washington. In No Instance Shall The Policy Unit Chief Or Any Other Individual Be Authorized To Alter Or Modify The Terms And Conditions Of The Contract Or Waive The Government's Requirements, Price, Delivery, Or Other Terms And Conditions. The Contracting Officer Must Authorize Such Changes In Writing. the Policy Unit Chief Will Provide Yearly Performance Reviews To The Inl/ex/gapp Contracting Officer In Washington, D.c. To Contribute To The Incumbent’s Official Yearly Review. complexity
this Position Involves Managing And Providing Dme Technical Expertise For A Wide Portfolio Of Programs And Projects In Inl-mexico Simultaneously. The Ability To Perform Complex Analysis, Explain Dme Concepts Clearly And Concisely, Meet Short Deadlines, Coordinate Between Many Stakeholders, And Multi-task Successfully Is Essential. duties Are Significantly Varied And Require Many Different Unrelated Processes And Methods That Are Applied To A Broad Range Of Problems/situations That Require A Substantial Depth Of Analysis. Decisions That Must Be Made Involve Major Areas Of Uncertainty In Approach, Methodology, Interpretation And Evaluating Processes. There Are Continuing Changes In Programming, Dme Requirements, Partner Capacity For Dme, And Political Circumstances Enabling Or Restricting Programming And Dme Efforts. The Work Requires Developing New Techniques And Establishing Criteria. Incumbents Typically Identify And Develop Ways To Resolve Problems Or Cope With Issues Which Directly Affect The Ongoing Relationships With Partners And The Ability To Gather And Use Meaningful Results Data. scope & Effectiveness
the Psc Performs Broad Range Of Tasks And Assignment Related To The Dme Of Inl’s Programs And Projects. Assignments For These Tasks May Often Be Self-generated And In Response To Broader Dme Needs, Requirements, And Efforts In Inl-mexico. Knowledge And Professional Experience Supporting Dme In International Development Contexts, Coupled With Subject Matter Familiarity With Inl’s Key Focus Areas, Is Necessary To Support The Results-based Management Of Inl-mexico’s Programming. An Effective Psc Will Also Contribute To Inl-mexico's And Inl’s Bureau-wide Culture Changes And Adoption Of Measures To Use Evidence And Data To Inform Policy And Programming. period Of Performance
the Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. minimum Qualifications
1. U.s. Citizenship With The Ability To Obtain And Maintain Department Of State Secret Level Security Clearance, Medical Clearance, And Ethics Clearance (if Applicable). (security Clearance Upgrade To Top Secret Level May Be Required.)
2. Bachelor’s Degree From An Accredited Institution And A Minimum Of Five (5) Years Of Experience In Relevant Fields: Performing Design, Monitoring And Evaluation Duties Related To Foreign Assistance Programs; Project Management And Identifying Business Needs And Determining Solutions To Problems Related To Improving Implementation Of Dme; Or,
a. A Master’s Degree From An Accredited Institution And A Minimum Of Three (3) Years Of Experience In Relevant Fields: Performing Design, Monitoring And Evaluation Duties Related To Foreign Assistance Programs; Project Management And Identifying Business Needs And Determining Solutions To Problems Related To Improving Implementation Of Dme.
3. Active Project Management Professional (pmp) Certification Issued By The Project Management Institute (pmi).
4. A Minimum Of Two (2) Years Of Experience In A Supervisory Or Managerial Role, Leading And Managing A Team Of At Least Three Direct Reports.
5. Demonstrated Ability To Organize, Manage, And Present Complex Information In A Clear And Understandable Way.
6. Demonstrated Knowledge Of Monitoring And Evaluation Methodologies, Frameworks, And Best Practices. evaluation Criteria
(used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors.) Offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. factor 1: Expertise In Design, Monitoring And Evaluation (20 Points)
demonstrated Expertise In Designing, Monitoring, And Evaluating Complex International Programs To Achieve Policy Goals. Demonstrated Familiarity With Results-based Project And Program Management Approaches, Including Knowledge Of Two Or More Monitoring, Evaluation, And Learning Approaches And Terminology. Demonstrated Ability To Articulate Root-causes Of Target Problems, Logical Theories Of Change, Intended Short- And Long-term Results Of Projects, And Valid Signals Of Change (indicators). Demonstrated Experience Supporting The Utilization Of Evidence, Findings, And Recommendations From Monitoring And Evaluation Effort To Change A Project Course. Experience With Foreign Assistance Projects Is Preferred But Not Required. factor 2: Expertise In Project Management (20 Points)
demonstrated Experience With Diverse Project Types And Different Phases Of The Project Lifecycle. Proven Ability To Develop Comprehensive Project Proposals, Including Logical Frameworks And Theories Of Change. Demonstrated Experience In Financial Management, Including Budget Planning, Monitoring, And Reporting. Proficiency In Identifying Potential Project Risks And Developing Mitigation Strategies. factor 3: Expertise In Business Analytics, Data Analytics, And Information
management Systems (15 Points)
demonstrated Expertise In Analyzing And Interpreting Data To Make Informed Decisions, Optimizing And Improving Dme Processes And Performance. Proven Expertise In Utilizing Data To Make Informed Decisions On A Project Or Program Success And Recommending Corrective Actions. Demonstrated Ability To Work With Current Technologies, To Research, Investigate, And Communicate Complex Issues In A Timely And Concise Manner, Orally And In Writing, And To Integrate Evidence Into Advice. factor 4: Collaboration And Leadership (15 Points)
demonstrated Ability To Work Collaboratively With And Resolve Challenging Situations Among Different Offices, Agencies And Stakeholders. Demonstrated Successful Supervisory Experience In The Project Management Field, Of Personnel At Different Levels Of Knowledge And Specialization, Preferably In A Multicultural Environment. Demonstrated Experience In Effectively Coordinating And Managing Teams As They Work Across Multiple Projects With Competing Priorities Under Deadlines. The Ability To Speak And Write Spanish At A Professional Level Is Preferred. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements Will Be Further Evaluated Based On Scoring Of The Evaluation Factor Responses. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. Failure To Specifically Address The Evaluation Factors May Result In Your Not Receiving Credit For All Of Your Pertinent Experience, Education, Training And/or Awards. the Offeror Rating System Is As Follows: evaluation Factors Have Been Assigned The Following Points: factor #1 – 20
factor #2 – 20
factor #3 – 15
factor #4 – 15 total Possible – 70 Points interview Performance – 30 Points satisfactory Professional Reference Checks – Pass/fail (no Points Assigned)
past Performance Evaluation Of Applicant’s Ability To Perform Under The Contract. In Conducting The Evaluation, The U.s. Government Reserves The Right To Utilize All Evaluation Information Available At The Time Of Evaluation, Whether Provided By The Applicant Or Obtained From Other Sources. total Possible Points: 100 the Most Qualified Candidates May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Inl Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Applications (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Applicant's Writing, Presentation, And Communication Skills. In The Event That An Applicant Has Fully Demonstrated His/her Qualifications And There Are No Other Competitive Applicants, Inl Reserves The Right To Forego The Interview Process. Professional References Will Be Evaluated For Applicants Being Considered For Selection. compensation (base Pay)
this Position Has Been Designated At The Fs-02 Equivalent Level ($101,395 - $148,902 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries, Including Any Recruitment Supplemental Pay That Exceeds The Listed Pay Range, Will Not Be Entertained Or Negotiated. for Award, Inl Will Negotiate For This Contract Based On The Market Value As Outlined Above And Overall Experience Relevant To The Solicitation Requirements. benefits & Allowances
as A Matter Of Policy, Inl Normally Authorizes The Following Benefits And Allowances benefits - If Applicable
• Employee's Fica/medicare Contribution
• Contribution Toward Health And Life Insurance
• Pay Comparability Adjustment
• Annual Increase
• Eligibility For Worker's Compensation
• Annual, Sick And Home Leave
• 401k Plan
• Medvac (provided By Dos Med) allowances In Accordance With Department Of State Standardized Regulations (dssr) - If Applicable
• Temporary Quarters Subsistence Allowance (tqsa) Or Per Diem Upon Arrival At Post
• Housing Allowance
• Post Allowance
• Supplemental Post Allowance
• Maintenance Allowance (sma)
• Education Allowance
• Educational Travel (full-time United States Based Secondary)
• Post Hardship Differential
• Danger Pay
• Shipment Of Hhe, Uab, Pov And Consumables
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: The Purpose Of This Amd Is To Deliver Contractor Questions Received And Government Answers this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. general Information veterans Health Administration (vha) Regional Procurement Office West (rpow) Network Contracting Office 20 (nco20) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services To Perform Investigative Surveys To Verify As-built Conditions Required In Order To Fully Develop Construction Documents For The Site Preparation, Demolition, New Construction, And Renovation To Clinical Unit 5 West Of Building 100 Which Reflect Removal Of The Old Water Treatment Systems And Designing, Upgrading, And Adapting The Existing Layout And Utilities Within The Current Water Treatment And Acid Distribution Rooms In Order To Bring Them Into Line With The Specifications Required To House A New Reverse-osmosis Unit Filtration Unit For Project # 663-24-102. Location: Clinical Unit 5 West Of Bldg. 100 At Va Puget Sound Health Care System Seattle. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) And Veteran-owned Small Business (vosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract In Approximately Late Mar 2025. the Anticipated Period Of Performance For Completion Of Design Is 273 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $1,000,000.00 And $2,000,000.00. Please Note That The 273 Calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Nco20aesf330@va.gov, Please Also Copy Contract Specialist Brandon Carroll At Brandon.carroll@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Http://www.cfm.va.gov/contract/ae.asp). the Sf 330 Submission Is Due By 12:00 Pm (pst) On Jan 16, 2024. the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 20 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission 36c26024r0074 Project 663-24-102 Replace Reverse Osmosis Unit For Renal Dialysis Seattle 5 West. the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: sam Unique Entity Identifier tax Id Number cage Code primary Point Of Contact S Email Address And Phone Number all Questions Must Be Submitted To Brandon.carroll@va.gov With The Subject Line Sf 330 Questions - 36c26024r0074 Project 663-24-102 Replace Reverse Osmosis Unit For Renal Dialysis Seattle 5 West. The Cutoff For Question Submission Is 12:00 Pm (pst) On Jan 7, 2024. Questions Will Be Answered Through Amendment To The Notice Posted To Contract Opportunities At Sam.gov. this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330. a-e Selection Process firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. Firms That Were Not Selected For Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With Top Three Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Contract Specialist Or Contracting Officer By Email With Detailed Instructions That Will Include Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair, Balanced, And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made Or This Announcement Is Cancelled. primary Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. selection Criteria 1, Professional Qualifications (sections C Through E): The Evaluation Will Consider The Professional Qualification Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. a Resume For Each Of These Key Positions Must Be Provided Via Section E Of The Sf330. Key Positions And Disciplines Required For This Project May Include Among Others: fire Protection Engineer life Safety Engineer plumbing Engineer/sterile Line Specialist offer Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company Or Joint Venture] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. selection Criteria 2, Specialized Experience And Technical Competence (sections F, G, And H):
the Evaluation Will Consider Specialized Experience And Technical Competence In Design And Construction Period Services To Include Investigative Services, Planning Consultations And Visits, Comprehensive Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Cost Estimates, Construction Period Services, Site Visits, Reports, Commissioning, As-built Drawings, And Other Design Services Necessary For A Complete Project. Provide Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. Submissions Shall Include Information Regarding Experience And Competence In Design And Construction Period Services For Renovation Of Utility Rooms And Spaces Within In An Active Dialysis Clinic: medical Center Additions And Renovations, design Of Sterile Water Distribution Loop Systems provide New Mechanical, Telecommunications, Electrical, Lighting, Plumbing, Fire Protection, Access Control And Security Systems For The New And Renovated Spaces. phasing Of The Renovation To Minimize Disruption To Hospital Operations: Clinic Must Remain Operational Throughout Construction. other Specialized Experience Includes Experience In Critical Path Scheduling, Fire Protection, Seismic Design, Construction Infection Control Protocols, Energy Conservation, Transition, Pollution Prevention, Waste Reduction, Use Of Recovered Materials, And Sustainable Design Practices. submissions Shall Include No More Than Five (5) And No Less Than Three (3) Recent And Relevant, Government And Private Experience, Example Projects, Similar In Size, Scope, Construction Features And Complexity, Which Clearly Illustrate Experience And Competencies Listed Above And In Other Portions Of This Solicitation. Recent Is Defined As Services Provided In The Five (5) Years Prior To The Closing Date Of This Solicitation. Relevant Is Defined As Projects, Within The United States, Its Territories, Or Possessions, Requiring Tasks Identified In This Solicitation. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. Three (3) Of The Five (5) Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete. submissions Shall Include The Following Information For Example Projects: project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract Or Task Order period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project contract Number Associated With The Project. submit Example Project Information In Section F Of The Sf 330. section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Example Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics For The Offeror, And Key Consultants, In Section H Of The Sf 330. The Narrative Should Clearly Illustrate How Each Of The Following Topics Was Addressed. Re-stating This List In Section H Will Not Be Sufficient. the Management S Approach the Coordination Of Disciplines And Subcontractors quality Control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. narratives Submitted In Section H Of The 330, Shall Not Exceed One (1) Page In Length For The Offeror And Each Key Consultant. The Narrative Submissions Shall Not Exceed Ten (10) Pages Total For This Criterion. selection Criteria 3, Capacity (section H) the Evaluation Will Consider The Team S Plan And The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. selection Criteria 4, Past Performance (section H) the Evaluation Will Consider The Firm S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Shall Not Exceed Two (2) Pages In Length And Will Be Counted Toward The Total Submission Page Limit. selection Criteria 5, Knowledge Of The Locality (section H), the Evaluation Will Consider The Knowledge Of The Locality, Including Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations Of The Area Of Seattle, Wa. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Project Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. selection Criteria 6, Experience In Construction Period Services, (section H) the Evaluation Will Consider Experience In Construction Period Services (cps) Necessary For Performance Of This Contract. Submissions Shall Provide Information Which Clearly Illustrates Cps Experience In The Following: solicitation Support Services professional Field Inspections During The Construction Period, Both Scheduled And Emergent coordination With Commissioning Requirements/commissioning Services review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance support In Answering Requests For Information (rfi) During The Construction Period support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. providing Timely And Complete Responses To Requests For Information providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications providing Record Drawing Documentation process For Correcting Design Errors/omissions Identified During Construction attendance At Pre-bid, Post-award, And Commissioning Kick Off Construction Project Conferences providing Minutes Of Weekly Construction Meetings Throughout The Duration Of Construction site Visits During Construction Both Scheduled And Emergent ensuring Compliance With The Design Drawings And Specifications preparation Of Site Visit Reports generation Of Punch-list Reports review Of Construction Project Modifications For Cost And Technical Acceptability attendance And Participation During The Final Acceptance Inspection preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contactor S As-built Drawings maintenance Of Rfi Logs attendance At Weekly Conference Calls providing Minutes Of Meetings Between The Ae, Va, And Contractors pre-final Inspection Site Visits production Of As-built Documentation the Information For This Factor Shall Be Provided In Section H Of The Sf 330. secondary Selection Criterion*: Geographic Location. location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Bldg. 100 At Va Puget Sound Health Care System (vapshcs), Seattle. Determination Of The Mileage Will Be Based On Google Maps. (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: Purpose And Objectives the Intent Of This Sources Sought Notice Is To Identify Capable And Responsible Small Businesses, Including Service Disabled And Veteran Owned Small Business Authorized Distributors, Or Any Business Size, Capable Of Providing The Items As Listed In The Attached Performance Work Statement (pws). naics Code: 492110 Couriers And Express Delivery Services lab Routine And Unscheduled Courier Services these Items Are For The Department Of Veteran Affairs, At James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd, Tampa, Florida 33612. james A. Haley Is Requesting Contractors Provide Service That Meets Or Exceed The Physical, Functional, And Performance Of The Listed Salient Characteristics. responses To This Sources Sought Notice Should Demonstrate The Firm's Ability, Capability, And Responsibility To Provide The Principal Components Of Services. Responses Should Include A Capability Statement And Authorized Distributor Letter With The Business Name, Address, Point Of Contact, And Socio-economic Status. are You Able To Provide The Items Listed? If So, Please Provide The Following Information: 1. Business Type. Are You A Vosb Or Sdvosb?
2. Will You Be Submitting An Exact Item Match Or An Equal Product?
3. What Type Of Quote Will You Be Able To Submit, Open Market Or Federal Supply Schedule (fss)?
4. You May Add Any Additional Information That You Would Like, Such As Price Or Delivery Capabilities On A Voluntary Basis. This Is Not A Request For Quotes. this Is A Request For Information (rfi) For Market Research Purposes Only To Find Potential Sources. nothing Stated In This Communication By Any Government Official Shall Be Treated As Direction Or A Request To The Vendor For Delivery Or Performance. Only The Contracting Officer Has The Legal Authority To Bind The U.s. Government. You Must Be An Authorized Distributor Of The Products For The Items Of Your Submittal. Please Provide Proof Of Designation Or Official Letter From The Manufacturer.
no Awards Will Be Made Solely From The Responses Of This Rfi. a Description Of The Needed Items Is Below: laboratory Courier Service
courier And Express Delivery Services Of Clinical / Medical Supplies, Specimens, Or Materials
transport Of Containers, Boxes, Or Totes Less Than 50 Pounds all Information Is To Be Submitted Via E-mail At Walida.mooresaintil@va.gov. Information Provided Will Not Be Returned. All Responses Shall Be In The English Language. Responses Are Due By 15:00pm Est On Monday, February 17, 2025. No Submissions Will Be Accepted After This Date And Time. Questions Can Be Submitted Electronically To Walida.mooresaintil@va.gov.
this Is A Sources Sought Notice And Submissions Will Be Used For Informational And Planning Purposes Only. This Notice Does Not Constitute A Formal Request For Quote (rfq), Nor Is The Government Obligated To Issue An Rfq. In Addition, The Government Does Not Intend To Pay For Any Information Provided Under This Notice. The Government Is Not Obligated To Notify Respondents Of The Results Of This Survey.
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. performance Work Statement title: Laboratory Courier Service scope Of Work: pathology And Laboratory Medicine Service Requires A Courier Service For A Routine Schedule Of Pickups/drop-offs As Well As Unscheduled Emergency Pickups/drop-off Of Items To Meet The Needs Of Patient Care For The James A. Haley Veterans Hospital Network (jahvhn). routine, Scheduled Courier Services (further Referred Herein As Routine ) Shall Be Available Monday Saturday, Excluding The Following Federal And Observed Federal Holidays: New Year S Day, Martin Luther King S Birthday, President S Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, And Christmas, In Addition To Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday. The Saturday Route For All Saturdays In Conjunction With A Federal Holiday (before Or After The Weekend) Will Be Confirmed With The Courier Service Annually. see Attachment A Courier Route Schedule For A List Of All Scheduled Pickup/delivery Days, Times, And Locations. note: Failure To Maintain The Required Schedule May Be Consideration For Termination Of The Contract. unscheduled, Emergent (stat) Courier Services (further Referred Herein As Stat ) Shall Be Available 24 Hours A Day, 7 Days A Week, 365 Days A Year, Including All Federal Holidays.
items To Be Transported ( Cargo ) Will Include, But Are Not Limited To (packaging Not Required):
laboratory Specimen Containers. The Lockable Containers Specifically Designed For Blood Transportation Will Be Provided By Pathology & Laboratory Medicine Services (p&lms). These Containers Will Be Marked Bio-hazard And Tagged For Identification In Accordance With Regulatory Requirements. The Contracted Courier Will Not Be Provided A Key. Laboratory Specimens, I.e. Body Fluids (blood, Urine, Stool, And Tissue) Will Be Properly Packaged In Accordance With Local, State, And Federal Regulations By Va Facility Personnel. The Government Personnel Who Package The Specimens For Shipment Will Be Appropriately Trained For Packing And Shipping .
lab Reagents And/or Supplies Weighing Less Than 50 Pounds Per Package.
boxes Of Less Than 25 Pounds
blood And Blood Components For Transfusion
medical Supplies, Examples Include But Not Limited To, Equipment, Pharmacy, Etc.
office Supplies
inter-office Mail
sensitive/confidential Documents
electronic And Portable Media Devices contractor Responsibilities:
the Contractor Shall Be Required To Sign A Business Associate Agreement (baa) With The Va. A Signed Copy Of Baa Shall Be Returned To The Contractor For Their Files.
the Contractor Is Completely Responsible For All Actions Of Their Employees. All Contractor Personnel, To Include Subcontractors Employed In The Performance Of This Contract Must Comply With All Veterans Administration (va) Building Regulations, Policies, And Guidelines While On The Premises.
any Contractor Who Includes The Use Of A Subcontractor Must Provide A Teaming Agreement And Subcontracting Plan. Acceptance Of The Agreement / Plan Is Determined By The Contracting Officer. After Award, The Contractor Must Negotiate Any Changes In Subcontractor With The Contracting Officer Prior To Use Of The Subcontractor. contractor Must:
currently Be An Established Courier Service Within The State Of Florida
have A Minimum Of Five Years Of Experience In Blood/bodily Fluid Transportation, Be Financially Responsible, And Possess All The Necessary Equipment, Licenses, And Manpower Necessary To Perform The Work Specified In This Statement Of Work. Submit Two References With Rfq.
based On Attachment A Courier Route Schedule, Submit A Courier Route Plan With The Rfq.
contractor Shall Meet All Federal, State And Local Codes Regarding Operation Of This Type Of Business And Furnishes The Required Insurance Certificates. The Contractor Shall Carry A Minimum Of $1,000,000 Liability Insurance. Evidence Of Proof Should Be Submitted With Rfq.
the Contractor Shall Ensure The Confidentiality Of All Patient Information And Records Being Transported And Will Be Held Liable In The Event Of A Breach Of Confidentiality.
the Contractors And Any Subcontractors Shall Comply With The Provisions Of The Federal Privacy Act Of 1974 (public Law 93-579) And Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996.
contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards And Va Directives And Handbooks As Va And Va Personnel Regarding Information. contractor Must Submit A Copy Of Required Privacy, Information Security And Hippa Training On Each Employee To The Cor Within 30 Days Of Award And Annually Thereafter. Training Is Currently Located In The Va Tms Education Program. Access To The Training Will Be Given To The Contractor By The Cor Within 10 Days Of Award. The Two Courses Are: privacy And Hipaa Training
va Privacy And Information Security Awareness And Rules Of Behavior vehicle Requirements:
all Vehicles Used In Performance Of This Contract Shall Be Registered, Licensed And Meet The Minimum Vehicle Requirements As Mandated By The Department Of Transportation. The Government Reserves The Right To Inspect The Vehicles And Investigate The Responsibility Of Contractor To Perform The Work Outlined In The Contract. The Contractor Shall Provide All Vehicles Needed To Perform This Effort.
the Successful Offeror Shall Provide All Vehicles, Gasoline, Insurance, Personnel, And Directional Materials Necessary To Accomplish Pick-up And Delivery Services. all Items Must Be Transported In Accordance With All Local, State, And Federal Regulations. All Items Will Be Package In An Appropriate Container By The Shipping Location. All Efforts Shall Be Made By The Contractor To Ensure The Integrity Of All Items Delivered Will Not Be Compromised Without Spoilage/damage Due To Improper Temperature Conditions, Rough Handling And/or Negligence.
while On Va Grounds, Contractor Shall Secure Vehicles When Left Unattended. No Vehicle Shall Be Left Unattended With Motor Running. each Vehicle Used In The Performance Of This Contract Shall Be Adequately Stocked With At Least One Up-to-date Complete Spill Kit For A Biohazard Cleanup In Case Of Leakage Or Accidental Discharge From Controlled Containers. A Certificate Of Blood Spill And Biohazard Training Must Be Provided With Rqf.
the Contractor Shall Maintain Proper Temperature In Vehicles To Preserve Laboratory Specimens And Medical Supplies. There Shall Be Climate Control In The Vehicles, So That The Internal Vehicle Temperature Can Be Maintained At A Temperature Between 65â°f And 85â°f. The Vehicle Shall Meet The Requirement That All Efforts Shall Be Made To Assure That All Items Are Delivered Upright, Without Spoilage/damage From Temperature Conditions, Rough Handling And/or Negligence.
the Courier Who Is To Transport Must Place The Secured, Locked Container In A Secured, Confined Area In The Vehicle, For Instance, The Trunk. Avoid Situations/conditions Where The Container Can Be A Projectile Object In Case Of Sudden Breaking Of The Vehicle.
under No Circumstances Shall Any Items Transported Under This Contract Be Left In The Vehicle Overnight.
it Is Recommended That Vehicles Are Equipped With Helpful Carrying Devices Such As Hand Trucks Or Other Suitable Apparatus To Assist With Transporting Items Under This Contract. These Items Will Not Be Provided By The Government. driver Requirements:
all Drivers Shall Have Attained Legal Age (the Age Of 18 Years) And Shall Maintain Neat, Clean, And Professional Appearance. Drivers Shall Be Licensed In Accordance With The State Of Florida, To Include Any Special Licensure Required For The Transporting Required Items For The Tampa Va Healthcare Network. All Drivers Must Have On Them At All Times, Identification To Indicate They Are A Driver For The Primary Contractor, Including Name, Title And Job Performed.
under No Circumstances Shall Any Person Other Than The Driver Assigned Ride In A Vehicle Or Handle Items Being Transported. Driver Shall Not Make Non-emergent Stops, For Any Reason, During The Transport Of Items Under This Contract. no Pets And No Smoking Are Allowed In Vehicle When Transporting Items Under This Contract. inclement Weather And Emergency Provision:
the Contractor Shall Contact The Cor Or Designee If Conditions Exist Which May Affect Their Ability To Perform Contract Requirements. The Contractor Must Have An Established Contingency Plan For Problems Which May Be Experienced In The Transport Time Frame (i.e. Breakdown, Accident, Inclement Weather)
if There Is A Delay Which Will Create A >15-minute Delay Of The Established Delivery Time, The Cor Or Designee Must Be Notified Immediately. The Contractor Must Arrange Alternative Transportation For Delivery Of The Items In The Event The Driver Is Unable To Complete Deliveries. the Contractor Shall Provide A List Of Driver S Names And Names Of Alternate Drivers For Each Route, In Case Of Emergency. Included In The List Shall Be Contact Phone Numbers Or Pagers Names Of Each Driver. Updated Lists Shall Be Provided To The Cor Annually And When Changes Have Occurred.
emergency Is Defined As Vehicle Breakdown, Traffic Delays, And/or Accidents.
inclement Weather Incidents Are Defined As Severe Weather Conditions Resulting In Road Closures By The City, County And/or State (i.e. Hurricanes) In Which There Are No Alternate Routes Or The Alternate Route Results In Significant Delays. delivery / Performance Requirements: routine Courier Route Locations / Contact Information:
includes The Following, But Not Limited To, List Of Locations:
james A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, Florida 33612
main Lab, Room 1d-177, Telephone Number 813-972-2000 Extension 7526
brooksville Cboc, 14540 Cortez Blvd, Suite 108, Brooksville, Fl 34613
lab, Room 110, Telephone Number (352) 597-8287 Extension 4118
lakeland Cboc, 2080 Meadowland Park Blvd, Lakeland, Fl 33803
lab, Telephone Contact (863) 701-2470 Extension 4191
lecanto Cboc, 2804 W. Marc Knighton Court, Lecanto, Fl 34461
lab, Telephone Contact: (352) 746-8064
new Port Richey Va Outpatient Clinic, 7900 Little Road, New Port Richey, Fl 34654
lab, 727-869-4113, -4114, Or -4115
south Hillsborough (sohi) Cboc, 2920 Summerfield Crossing Blvd, Riverview, Fl 33579
telephone Contact: 813-998-8785, -8787, Or -8858
temple Terrace Mental Health Clinic, 8451 Temple Terrace Highway Tampa, Fl 33637
lab, Telephone Contact: 813-631-7100 Extension 164131
va Primary Care Annex, 13515 Lakeland Terrace Lane, Tampa, Fl 33637
lab, Room 1b606, Telephone Contact: 813-972-2000 Extension 8124
zephyrhills Cboc, 6937 Medical View Lane, Zephyrhills, Fl 33542
lab, Room 105, Telephone Contact: 813-780-2550 Extension 3104
sabal Park Va Clinic, 9208 King Palm Drive, Tampa, Fl 33612
phlebotomy Room, 813-816-7160 Extension 191516 Or Specimen Processing, 813-816-7160 Extension 191517 accountability Of Pickup And Delivery:
a Clipboard Will Be Located On Each Of The Clinic Carts Located In The Warehouse. va Staff Will Document What Items Are Being Left For The Next Courier Pickup For Delivery To Another Facility, I.e. Pharmacy Container, 6 Supply Tubs, 1 Wheelchair Etc. the Courier Will Account For All Items He/she Is Taking (all Items Listed On The Sign-in Sheet) And Sign And Date/time The Time Of Pick Up. va Staff Will Document Receipt Of Items From The Courier.
va Staff Will Report Problems To The Contracting Officer S Representative (cor), Or Designee, And The Cor/designee Will Report To The Contractor As Soon As Possible. the Courier Shall Notify The Cor At 813-426-6006, Any Issues Or Delays With The Courier Pickups Or Deliveries. unscheduled / Stat Transport Requests:
requests Within 100 Miles, Items Must Be Picked Up From The Identified Pickup Location Within 1 Hour From The Time Of Initial Call And Delivered To The Drop Off Location Within 2 Hours From The Time Of Pickup (total 3 Hours From Time Of Request).
transport Requests 100 Miles Or Greater, Items Must Be Picked Up From The Pickup Location Within 2 Hours From The Time Of Initial Call And Delivered To The Drop Off Location Within 5 Hours From The Time Of Pickup (total 7 Hours From Time Of Request).
contractor Must Have A 24/7 Direct Contact Dispatch Line To Request Unscheduled Transport Services.
unscheduled Transport Services Shall Be Billed At A Cost Per Trip Rate. It Is Estimated That The Tampa Va Network Laboratories Will Require 24 Trips Per Year.
contractor Must Have Previous Experience In Transporting Stat Cargo For A Hospital Or Blood Bank. Three References Must Be Provided With Rqf To Include At Least One For The Transport Of Blood Products.
list Of Projected Locations, But Not Limited To:
bay Pines Va Healthcare System Facilities, Including, Cw Bill Young Va Medical Center And All Cbocs
orlando Va Healthcare System Facilities
north Florida / South Georgia Va Healthcare System Facilities And All Cbocs
west Palm Beach Va Medical Center And All Cbocs
miami Va Medical Center And All Cbocs
oneblood, Inc, 10100 Dr. Martin Luther King Jr St. N, St. Petersburg, Florida 33716
department Of Health, 6800 N. Dale Mabry Hwy Ste 220, Tampa, Fl
department Of Health, 13601 N. 22nd St. Ste 2, Tampa, Fl
department Of Health, 13101 Bruce B Downs Blvd, Tampa, Fl
department Of Health, 1105 E. Kennedy Blvd, Tampa, Fl
tampa General Hospital, 1 Tampa General Circle, Tampa, Fl 33606
st. Petersburg General Hospital, 6500 38th Ave N, St. Petersburg, Fl
st. Anthony S Hospital, 1200 7th Ave N, St. Petersburg, Fl
bayfront Medical Center, 701 6th St S, St. Petersburg, Fl
palms Of Pasadena Hospital, 1501 Pasadena Shores, St. Petersburg, Fl
st. Joseph S Hospital, 3001 W. Dr. Martin Luther King Jr. Blvd, Tampa, Fl 33607
meese Countryside Hospital, Safety Harbor, Fl
morton Plant Hospital, 300 Pinellas St, Clearwater, Fl 33756 va Information And Information System Security / Privacy Language: va Information Custodial Language
contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security.
if Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures.
security Incident Investigation
the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access.
to The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. with Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident.
liquidated Damages For Data Breach
consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. However, It Is The Policy Of Va To Forgo Collection Of Liquidated Damages In The Event The Contractor Provides Payment Of Actual Damages In An Amount Determined To Be Adequate By The Agency.
the Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.
security Controls Compliance Testing
on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-days Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time.
training
all Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete Va Privacy And Information Security Awareness And Rules Of Behavior Training Before Being Granted Access To Va Information And Its Systems.
sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Rules Of Behavior Before Being Granted Access To Va Information And Its Systems.
the Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
the Certification And Accreditation (c&a) Requirements Do Not Apply, And A Security Accreditation Package Is Not Required For This Sow. all Contractor, Pharmaceutical Company Representative (pcr), And Healthcare Industry Representatives (hir) Will Coordinate With Contracting Officer Representative For Instructions, So They Are In Compliance With James A. Haley Veterans Hospital Policies Listed On The Jahmc Document Management Center Share Point Site:
hpm No. 90-25; Healthcare Vendor Access And Competency
hpm No. 132-04; Security Management Program
hpm No. 132 05; Hospital Identification Program
hpm No. 11-91; Pharmaceutical Company Representatives sign-in: Pcrs May Visit Va Medical Care Facilities No Earlier Than 8:00 A.m. And Stay No Later Than 3:30 P.m., Monday Through Friday, Unless They Receive Prior Approval From Both The Chief Of The Service That They Will Be Visiting And The Chief Of Pharmacy. Representatives Visiting The Jahvh Must Sign In At The Pharmacy Administrative Office (located In Trailer 78) And Wear A Visitor S Badge As Well As Their Company S Personal Name Badge While In The Hospital.
vendors: Reference Hospital Memorandum Policy Number 90-25 Healthcare Vendor Access And Competency.
contractors And/or Project Managers: Will Be Issued A Piv/id Badge In Accordance With The Facility Piv Policy. Contactors Will Contact Their Assigned Va Contracting Officer Representative (cor) For Coordination. contract Personnel/sub-contractors: Contractors Are Responsible For The Daily Accountability And Identification Of All Personnel Assigned To Their Respective Contract Including Sub-contractors. Contractors Will Identify Personnel Using The Following Procedures As Appropriate.
construction Project Contract Personnel Will Report To The Contractor For Issuance Of A Temporary Self-adhesive Identification Badge. This Badge Will Be Issued Daily And Must Include The Following Information: Company Name, Project Number, Date, And Name Of Individual. Contractor Will Maintain A Daily Log Of All Personnel.
contract Personnel Not Involved In An Actual Construction Project Will Report To Police Dispatch For Issuance Of A Numbered Badge. A Driver S License Or Photo Id Will Be Required Each Day Upon Entering The Facility, In Exchange For The Badge, And Will Be Given Back Once The Badge Is Returned To Police Dispatch. The Contractor Will Provide Police Service With A List Of Names For All Sub-contract Personnel Requiring Access To The Facility. It Is The Responsibility Of The Contractor To Update The List As Necessary. npr Opc; Cbocs And Off-site Lease Facilities With Va Police Staffing: As Above With Check-in With Va Police. off-site Lease Facilities W/o Va Police Staffing: Coordinate With Cor, Administrative Officer, Or Service Point Of Contact. records Management Obligations:
applicability: This Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. definitions: Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. the Term Federal Record:
includes James A. Haley Veterans Hospital Network Records. does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their James A. Haley Network Contract.
may Include Deliverables And Documentation Associated With Deliverables. requirements:
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. james A. Haley Veterans Hospital Network And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of James A. Haley Veterans Hospital Network Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To James A. Haley Veterans Hospital Network. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The Contract. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To James A. Haley Veterans Hospital Network Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The Contract. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And James A. Haley Veterans Hospital Network Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With James A. Haley Veterans Hospital Network Policy. the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public James A. Haley Veterans Hospital Network Information That Are Not Specifically Tied To Or Authorized By The Contract.
the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. the James A. Haley Veterans Hospital Network Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which James A. Haley Veterans Hospital Network Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take [agency]-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
[note: To The Extent An Agency Requires Contractors To Complete Records Management Training, The Agency Must Provide The Training To The Contractor.]
flowdown Of Requirements To Subcontractors:
the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same. violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor. quality Controls/assurance transport Of Biohazardous Materials Training Is Required. The Contractor S Personnel Shall Be Trained In Appropriate Safety Packaging Procedures Suitable To Specimen Type And Distance Transported. This Required Training Shall Include Issues Such As Adherence To Regulations For Transport Of Biohazards, Use Of Rigid Containers Where Appropriate, Temperature Control, Notification Procedures In Case Of Accident Or Spills, Etc. The Contractor Shall Ensure That All Employees Complete The Mandatory Training Required To Provide This Courier Service. This Training Shall Be Documented And Sent To The Contracting Officer Before Contract Is Awarded. Once Awarded Contract, Documentation Of Such Training Must Be Submitted Annually Thereafter. Contracting Officer Shall Submit Copy To Contracting Officer Representative (cor) For Laboratory Compliance Documentation.
the Contractor Shall Develop And Maintain A Quality Control Program That Ensures Courier Services Are Performed In Accordance With These Specifications. The Contractor Shall Develop And Implement Procedures To Track, Identify, Prevent, Remedy, And Ensure Non-recurrence Of Defective Services. The Contractor Shall Provide A Method To Accept And Resolve Customer Complaints And Notify The Customer Of The Resolution. The Contractor Shall Immediately Notify The Contracting Officer Upon Receipt Of A Customer Complaint So Joint Validation Can Be Accomplished. The Contractor Is Responsible For Quality Control And Specification Compliance. the Government Will Periodically Evaluate The Contractor S Performance In Accordance With The Following Quality Assurance And Surveillance Plan (qasp). Performance Objective
performance Threshold
basic Courier Services Timeliness
2 Or Less Customer Complaints Per Month.
basic Courier Services
conditions Of Transported Items
2 Or Less Customer Complaints Per Month.
basic Courier Services
customer Service Of The Courier Driver
2 Or Less Customer Complaints Per Month.
annual Training For Courier
privacy And Hipaa Training
va Privacy And Information Security Awareness And Rules Of Behavior
100% - Contractor To Submit Copies Of Certificates To Cor Annually. Reviewed By Cor Annually.
list Of Drivers And Route
100% - Contractor Must Submit To Cor Annually Or Upon Change. Reviewed By Cor Annually.
training In Transporting
bio-hazardous Materials
100% - Contractor To Submit Documentation Of Staff Training To Cor Annually Or Upon Request. Reviewed By Cor Annually. surveillance: Any Complaints Received From Va Personnel Will Be Received By The Cor And Will Be Forwarded Immediately To The Contracting Officer Who Will Notify The Company For Corrective Action.
standard: The Standard Overall Is Two Or Less Customer Complaints Per Month In Each Area. The Cor Shall Notify The Contracting Officer For Appropriate Action In Accordance With Far 52.212.4, Contract Terms And Conditions-commercial Items Or The Appropriate Inspection Of Services Clause, If Any Of The Above Service Areas Exceed Two Customer Complaints Per Month.
Monastery Nad Ohri Tender
Civil And Construction...+1Civil Works Others
Czech Republic
Closing Date20 Jan 2025
Tender AmountCZK 4.1 Million (USD 169.9 K)
Details: The subject of the contract is the construction of a multi-purpose playground in the Petlérská Primary School complex in Klášterec Nad Ohří. The construction is located on plot no. 1704/169 in the area of the original playground, which will be demolished, and in its place a new multi-purpose sports field measuring 38 x 21 meters will be created, designed for sports such as volleyball, football, streetball, five-a-side football and tennis, according to the planning application prepared by Linhart, Ltd. The playground will be fenced with a fence with a total height of 4 m. Up to a height of 1 m, the fencing will be made partly of wooden planks. Welded 2D fence panels with a wire diameter of 6.8 mm and 5.6 mm will be placed above them. The fencing will be anchored to concrete footings and a concrete belt made of cast formwork. The posts are square in cross-section, measuring 80x80 mm. The playground is bordered on two sides by an access path made of interlocking paving stones. The terrain will be leveled using a 1:2 slope. The slope will be formed mainly from the existing base, which will be created during the preparatory work, and approximately 16 m3 of soil will be brought in for grassing. The existing basketball hoops will be carefully dismantled and handed over to the investor for further use. The construction is designed so as not to negatively affect the surrounding buildings and land. The drainage system ensures the drainage of rainwater in the form of a seepage, which ensures the protection of the surroundings from excessive moisture. The new fencing is complemented by two gates with a width of 2,530 mm. One entrance is connected to the existing interlocking paving area, while the other is connected to a new paved interlocking paving area. The solution also includes a paved area for the installation of four benches and one waste bin with a protective canopy, all at the investor's choice. The pitch has a new permeable polyurethane surface with a thickness of 11 mm, which is laid on a two-layer asphalt base Ako 8 and Ako 16, both layers 40 mm thick. Concrete foundations measuring 700 x 700 x 800 mm are designed for the installation of volleyball and tennis posts with a diameter of 89 mm. These foundations will ensure sufficient stability and strength of the posts during their use. A steel casing with a diameter of 102 mm and a wall thickness of 4 mm will be concreted into the concrete foundations, into which the columns will be inserted. This construction allows for easy assembly and disassembly of the columns, which contributes to the flexibility of using the multi-purpose sports center for various types of sports. Access and arrival to the construction site is via the existing road. For details, see the Pd and the Bill of Quantities. The Contractor's delivery includes, in addition to the work specified in the Bill of Quantities, the provision of the following activities: * Execution of the work according to the Bill of Quantities, in accordance with valid permits, according to valid standards and regulations, including the expected work related to the subject of the work (e.g. washing and cleaning of roads, transportation of materials and mechanization, etc.). * Engineering Activities of the Contractor for the Entire Duration of the Contract Until the Time of Handing Over the Communication to Its User Back into Use, I.e. Including Cooperation in the Acceptance Procedure and the Handover of All Necessary Documents of the Completed Construction. * Appointment of the Authorized Person Responsible for the Implementation of the Construction - Civil Engineering Department. * Provision of the Necessary Technical and Documentary Documentation of the Construction, Waste Disposal in Accordance with Applicable Legal Regulations. All Documents Will Be Marked with the Name of the Construction and Will Be Handed Over After the Completion of the Construction. * Treatment of the Areas of All Construction Sites Affected by the Contractor's Activities, Unless Their Treatment is the Subject of the Contract, Including the Removal of Damage Caused by the Construction. * Before Commencing Construction Work, the Contractor Will Ensure the Marking and Protection of Engineering Networks and Underground Facilities on the Construction Site. * Before the start of the work, a photo documentation of the current state of adjacent buildings (e.g. buildings, fences and fence foundations), as well as land, will be taken. * Ensuring compliance with safety regulations. * Energy consumption and costs for the equipment of the construction site throughout the entire construction period, including the provision of secondary energy measurement. * Demarcation of the construction by a responsible surveyor, including a demarcation protocol, documentation of the actual implementation, geodetic survey of the completed construction. We require the processing of geodetic documentation also in the Jvf Dtm. "the preparation of the geodetic part of the documentation of the actual implementation of the construction or the geodetic basis for maintaining a digital technical map of the Ústí nad Labem region, containing the geometric, positional and height determination of the completed construction or technological equipment, will be prepared in accordance with § 5 A in the structure according to Annexes No. 3 and 4 of Decree No. 393/2020 Coll. On the Digital Technical Map (DTM Decree), as amended, in the currently valid version of the exchange format according to § 6 of the DTM Decree. The geodetic basis is prepared using the existing data of the digital technical map. The geodetic basis includes an assessment of the continuity of the result of the survey of the new state with the existing state.” * The completed construction will be handed over to the use of the city of Klášterec nad Ohří. For some of these activities, separate items are not listed in the Vv. The costs of ensuring the above will be included and allocated to individual items of construction work and thus to the total costs of the construction.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: Amendment I (corrected Typos) description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Design Contract With Services To Be Performed At The Charles George Va Medical Center At 1100 Tunnel Road, Asheville, Nc 28805. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb). This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf330s. The Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top. Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, “architect-engineer Qualifications.” Interested Firms Should Submit Their Current Sf330, Parts I And Ii, To Keith.hunter@va.gov. The Sf330s Are Due No Later Than 8:00 Am Est January 24, 2025. scope Of Work: This Project Will Engage An Architectural Engineering Firm For Professional Architect/engineer (ae) Services Necessary To Design For The Replacement Of The Existing Air Handling Unit #11 Serving The Imaging Department In Buildings 47 At The Charles George Vamc, Asheville, Nc. Air Handling Unit, Supply And Return Fan, Heating/cooling Coils And Piping Shall Be Sized To Meet The Temperature And Air Exchange Needs Of Approximately 10,000 Square Feet Of Space. Work Includes Investigating The Site, Taking Calculation And Designing For The Replacement Of The Air Handling Unit, Structural Support, Fans, Coils Piping, And Control System. Project Also Involves Investigating And Sizing The Supply And Return Ductwork And Associates Variable Volume Supply Box And/or Constant Volume Supply Box. Ceilings And Walls May Need To Be Modified To Accommodate Removal Of Old Ductwork And Installation Of New Ductwork. The New System Will Replace The Existing System In The Exact Location. Design Includes Mechanical Engineering, Electrical Engineering, Structural Engineering And Architectural Disciplines. requirements:
the Ae Selected Is Expected To: part Ia – Preparation Of Existing Conditions And Conceptual Design – Investigative Services: Preparation Of Existing Conditions Plan And Conceptual Design Which Includes Site Investigation For Architectural, Mechanical, Electrical, And Environmental Hazards Such As Suspect Asbestos Containing Material (acm). Work Will Consist Of Ae Personnel Removing Ceiling Tile(s) And Tracing Ductwork, Electrical, And Plumbing Above Ceilings. Perform Project Site Investigation In Accordance With The ‘site Investigations’ Section Of This Scope Of Work. physically Survey As Well As Review Record Drawings Of The Existing Building. Inform Co/cor Of Supplemental Information Gathering That May Be Required. conduct On-site Work Session With User Group And Other Members Of The Integrated Project Team To Discuss Conceptual Options. describe All Measures Available To Achieve The Project Objectives, Including The Benefits And Drawbacks Of Each Measure, To Guide Decisions By The Facility During Schematic Design. The Decision Of Which Alternatives To Select For The Construction Project Rests With The Va. develop And Describe A Construction Strategy That Allows Existing Functions To Continue During Construction. Develop This Strategy In Development Of Construction Documents. participate In A Conference Call After Va Has Completed Schematic Design Review ae Shall Review Needs Identified By The Ipt For The Area Under Consideration For Design And Provide Recommendations. In Addition, The Project Shall Be Phased To Minimize The Impact To The Medical Center Operations And Patient Care. Prior To Submission Of Schematic Design Material, The Ae Shall Meet With The Vamc’s Cor To Discuss Proposed Phasing Requirements For The Project. These Phasing Requirements Shall Describe The General Sequence Of The Project Work, Estimated Project Duration, And What Va Constraints Will Exist That Will Influence The Contractor's Approach To The Construction Project. The Ae Shall Be Responsible For Documenting The Phasing Requirements. the Ae Shall Make Site Visits As Required To Determine Existing As-built Conditions Affecting This Project. Information, Including Drawings And Other Documentation, Provided To The Ae Shall Be Used As Reference Only. The Ae Is Responsible For Verifying All Existing Site Conditions To Include But Not Be Limited To Crawling In Crawlspaces, Looking Above Ceilings And The Building Penthouse. coordinate Visits With The Cor As Assigned At The Ntp. The Ae Shall Arrange For And Oversee The Performance Of Such Investigations Necessary For The Proper Design Of The Project. Autocad Background Drawings Shall Be Provided By The Va Upon Request If Available And Shall Be Used As Reference Only. The Ae Shall Field Verify Every Aspect That Relates To The Project. perform Photographic Documentation During Investigative Services; Files Are To Be Maintained For Future Reference Of Existing Conditions For Construction Documents And Unforeseen Unit Costing Basis. the Contractor Shall Prepare Digital Photo Documentation Of Construction Work, Including Sites, Buildings, And Field Activities. Digital Photos Shall Be Submitted In Jpeg Format To The Project Website, And To A Resolution Sufficient And Appropriate For The Type Of Work Photographed. The Contractor Shall Provide An Index For Each Set Of Photographs Submitted Identifying The Contractor, Base, Facility, Project Number, Date, And A Brief Description. The Contractor Shall Coordinate Photography Of Any Kind Through The Cor. the Ae Shall Complete All Necessary Site Investigations Prior To The 15% Schematic Design Submission. part Ib – Preparation Of Contract Drawings And Specifications – Design Development: Preparation And Submission Of Construction Bid Documents, Interim Design Document Submittals, And The Final Construction Bid Documents At The Completion Of The Design Development Process In Accordance With The ‘design Package Submission Schedule’ Section. Design Document Packages Shall Contain A Complete Set Of Documents As Specified In The ‘design Requirements/submissions’ Section Of This Statement Of Work (sow). The Ae Shall Develop A Design Necessary To Meet The Requirements In The ‘project Scope’ Section Of This Sow. Design Shall Include Engineering Services Rendered Necessary By Va (veterans Affairs) At The End Of Part Ia Investigative Services Within The Construction Cost Parameters. design And Produce Construction Documents For Implementation Of The Selected Alternatives. submittals Must Include The Components Listed On The A/e Submission Instructions For Minor And Nrm Construction Program Https://www.cfm.va.gov/til/ae/aesubmin.doc. submittal Register - Provide A List To The Va Of Technical Submittals That Will Be Required. intended For Long-term Use, The Project Design Specifications Must Provide, To The Maximum Extent Practicable, A Final Product Of Enduring Quality; Energy And Water Efficient; Environmentally Conscious; Functional And Requiring Low Maintenance; Durable; Flexible For Changing Uses; Universally Accessible; Sustainable; Operationally Cost Effective; Compliant With Appropriate Codes, Statutes, And Vha Requirements. construction Documents Must Be Complete, Clear, Specific, Accurate, Coordinated Between Disciplines, Quantifiable, And Explicit In Quality Expectations For Suitable Materials, Systems, And Workmanship. throughout The Design Phases Of The Project, The A/e Shall Work Closely With The Cor And Integrated Project Team To Ascertain And Confirm All Project Requirements. the Contractor Shall Attend Meetings And Teleconferences To Discuss Technical Requirements, Issues, And Project Progress And Status As Required. The Contractor Shall Prepare, And Submit For Review, Presentation Materials For Meetings And An Agenda. The Contractor Shall Be Responsible For Taking Meeting Minutes, Prepare And Submit Minutes For All Meetings Attended No Later Than 3 Business Days, With The Exception Of The Ipt Meetings As Discussed In Previous Paragraph, After The Meeting Has Occurred. The Minutes Shall Be Sent To The Contracting Officer And Cor For Coordination And Approval Prior To Distribution. the Ae Shall Provide An Evaluation, Cost Estimate And Conceptual Plans To Determine The Feasibility Of Completing The Project Within Project Budget. Disadvantages And Advantages Shall Be Provided Including Impacts To Patient Care/medical Center Operations And Order Of Magnitude Cost Estimates (with Cost Of Patient Care Factored Into The Economy/feasibility) part Ii – Construction Period Services: Review And Provide Concise Recommendations On All Submittals, Shop Drawings, Product Data, Samples, Rfis, Change Order Proposals, Etc. In Accordance With ‘construction Period Services’ Section Of This Sow. Services Shall Include Providing Record Drawings Based On Finalized Contractor Red-line As-builts. assist In Answering Questions And Provide Clarifications As Deemed Necessary By The Contracting Officer Or Cor During Solicitation And Issuing Any Addendums, Revise Drawings/specifications, Etc. Necessary To Fully And Completely Address Questions Any And All Questions Submitted By The Cor, Contracting Officer And Awarded Construction Contractor. serve As An Advisor And Provide Assistance To The Va To Determine Whether The Contractor Or Subcontractor Meets Technical Qualification Requirements, Assist In The Review Of Contractor Proposals For Technical Acceptability, Support By Written Recommendations Of Any Problems Or Litigation Encountered In Past Performance Based On First-hand Knowledge. review All Submissions And Provide Concise Direction To The Va. Provide Direction Within 5 Business Days Upon Request For Shop Drawings, Product Data, Installation Instructions, Samples, Etc. Provide Direction Within 5 Business Days For Rfi’s And Change Order Proposals. Changes To Contract Documents Based On Errors And Omissions In Design Will Be At No Cost To The Va To Include Cost Estimates For The Change. The Co Shall Make The Final Determination On What Is Or Is Not An Error Or Omission. provide Commissioning For All Affected Systems. prepare Record Drawings Based On Contractor Red-line As-built Drawings With Correspondence Performed During Construction. The Ae Shall Provide A Set Of Updated Drawings And Specifications On Cd Within 20 Business Days Of Construction Contract Completion To The Cor. the Ae Shall Function As The Commissioning Agent For All Necessary Commissioning Actions. The Ae Shall Provide Testing, Inspection And Reporting Services During Construction. The Ae Must Conduct A Site Visit, At Least Once A Month, During Each Phase Of The Project, And Must Be Present For Every Test Or Inspection And To Document The Outcome. part Iii – Construction Period Site Visits: Visit The Site At The Request Of The Va In Accordance With Section ‘site Visits’ In This Sow. The Ae Shall Respond On Site Within An 8-hour Period When Requested. The Total Number Of Site Visits During The Construction Period Is Estimated To Be Five (5) For This Project, Which May Be Finalized After Selection Of The Ae And During Negotiation Of The Proposal. Each Site Visit Shall Be Documented Through A Field Report Denoting The Purpose And Results Of The Site Visit. make Site Visits On Requests Of The Va And Prepare Documented Field Reports Denoting The Purpose And Results Of The Site Visit, To Include Agreed Upon Changes In Design As Determined Necessary During The Construction. Visits Made Based On Errors And Omissions In Design Will Be At No Cost To The Va. participate In Partial/final Acceptance Inspections (in-wall, Above Ceiling, And Final) As Scheduled And Generate Punch List Items For Completion. Inspections Shall Cover Quality Of Installations And Locations/placement Of Items In Accordance With The Contract Documents. The Punch List Shall Reference The Contract Documents For Specific Deficiencies (i.e. Specification Section, Drawing Detail, Etc.). attend The Pre-bid And Pre-construction Conference To Review And Confirm Project Scope. during Construction, Allow For A Minimum Of Site Visits As Negotiated For The Contract, As Directed And Scheduled By The Cor. offerors Will Be Evaluated On The Following Criteria: the Submitted Sf330’s Shall Be A Maximum Of 30 Total Pages. All Necessary Information To Meet The 5 Criterions Shall Be Contained Within Those 30 Pages As The Evaluation Will Stop At The End Of Page 30. the Submitted Sf330s Will Be Evaluated On The Following Criteria:
this Acquisition Will Be In Accordance With Far Part 36.602-1 And Vaar Part 836.601-1. The Following Evaluation Criteria Will Be Used To Evaluate Sf330 Technical Proposals: the Architect/engineer (ae) Must Demonstrate Its Qualifications With Respect To The Published Evaluation Criteria For All Services. Evaluation Criteria (1) Through (4) Are Considered The Most Important And Listed In Descending Order Of Importance; Criteria (5) Is Significantly Less Importance Than (1) Through (4) But The Associated Value Of 1 Through 4 Are In A Declining Value And Order Of Importance. Criterion (1) Is The Highest With Criterion (5) Being The Lowest. (1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services; (2) Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design; (3) Capacity To Accomplish The Work In The Required Time; (4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules; (5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; If Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. criterion 1 - Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines – Architectural, Electrical, Mechanical, And Structural Design. submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf330 Part 1 Section G. criterion 2 - Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design. Offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Like Those Anticipated Under This Contract About: special Knowledge Of Mechanical, Electrical And Structural Engineering. experience Working In And Around An Operational Hospital specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Example Projects Shall Note Project’s Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf330 Part 1, Section F Item 25 “firms From Section C Involved In This Project,” Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. Additionally, Firms Are Required To Return And Submit The Attachment B Titled Criterion 2 Format, Which Will Clearly Demonstrate Specific Experiences And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. Specifically List Similar Scoped Projects Covering The Previous 10 Years And Clearly Show Participation. (see Sf330 Part I Section G, But Not Excluding Other Information Provided On The Sf330 And Supporting Documentation.) note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. all Information For Criterion 2 Should Be Submitted In Part 1, Section F Of The Sf330. The Government Will Not Consider Information Submitted In Addition To Part 2, Section F In Evaluating Criterion 2. criterion 3 - Capacity To Accomplish The Work In The Required Time. Firms/teams Will Be Evaluated In Terms Of Their Ability To Plan For And Manage Work Under The Contract And Capacity To Accomplish The Work In The Required Time. submission Requirements: Describe The Firm’s Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm’s Capacity To Accomplish Multiple Projects Simultaneously. Additionally, Prospective Contractors Are Required To Provide A List Of Current Projects With A Design Fee Of Greater Than $25,000 Currently Being Designed In The Firm’s Office. Indicate The Availability Of The Proposed Project Team (including Sub-consultants) For The Specified Contract Performance Period In Terms Of: (1.) Both The Average And Maximum Number Of Projects Being Worked Simultaneously For The Previous Twelve (12) Month Period, For Each Key Personnel Member, (2.) The Number Of Projects Currently Being Worked By Each Key Personnel Member Identified In The Sf330, And (3.) The Number Of Projects That Could Be Added To Workload, Given Size And Complexity. criterion 4 - Past Performance – Offerors Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 1 Projects And May Include Other Information Provided By The Firm, Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. note: Past Performance Information For Projects Listed Under Criterion 1. project Recency: A Project Will Be Considered Recent Only If Performance Was Completed Within Five (5) Years Of The Date Of Issuance Of This Public Announcement. Ongoing Projects Will Not Be Considered As No Accurate Performance Record Can Exist For Work Not Yet Completed. submission Requirements: Submit A Completed The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Submit No Less Than Three (3) And No More Than Five (5) Past Performance References For Recent And Relevant Projects Identified On Sf330 Part I Section F. Completed Ppqs Should Be Submitted With Your Sf330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment A), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) If It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 6, Attn: Samantha Cahill Via Email At Keith Hunter Via Email At Keith.hunter@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other Ae Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. criterion 5 - Location In The General Geographical Area (asheville, Nc) And Knowledge Of The (asheville, Nc); Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. Provided That The Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Contract, Firms/teams Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract. submission Requirements: Indicate Firm’s/team’s Location, Including Main Offices, Branch Offices, And Any Sub Consultant’s Offices, As Well As Demonstrate How This Will Be Advantageous To The Government. selection Interview:
discussions/interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews Will Be Asked A Series Of Established Questions. Elaborate Presentations Are Not Desired, But Selected Firms Should Be Prepared To Present A Summary Of Their Qualifications And Similar Projects To The Evaluation Team. Firms Selected To Move To This Stage Of The Evaluation Will Be Limited To A 30 Minute Time Block. general Information:
all Design And Work Will Conform To The Current Edition Of The Va Master Specifications And Va Design Standards As Published At The Following Site: Www.cfm.va.gov; Asme, Osha, Ibc 2009, Nfpa And Nec Building Codes And Standards. Coordinate All Work Through The Contracting Officer’s Representative (cor) Of Facilities Management Service. Contractor Is Responsible For All Cleanups And Refuse Disposal Throughout The Construction Period. The Ae Firm Will Prepare Drawings And Specifications In Enough Detail Such That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Construction Work. Microsoft Project Scheduling And Management Software Will Be Used By Both The Ae And Contractors To Allow For Regular Tracking Of Schedules And Work By The Va Medical Center. Schedules With Ms Project Will Be Regularly Sent To The Cor Upon Project Initiation And Whenever Significant Changes Occur In The Schedule. The Estimated Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The Ae Will Provide An Initial Estimate Of Cost To Perform The Above Work And Will Design Only Those Items That Can Be Provided Within The Cost Limitation. The Estimated Cost Of Construction (ecc) Shall Only Be Provided To The Contractor In Which A Formal Proposal Is Sought For The Purposes Of Providing A Proposal. The Medical Center Must Remain Operational Throughout The Construction Period And A Detailed Sequence Of Work Will Be Provided By The Ae To Minimize Impact Of The Construction. The Ae Will Provide Documents At Each Submission As Indicated In The Statement Of Work. The Naics Code For This Procurement Will Be 541330, Engineering Services. The Current Small Business Size Standard For 541330 Is $25.5 Million. design Costs: All Offerors Are Advised That In Accordance With Vaar 836.606-71(a) The Total Cost Of The Architect Or Engineer Services Contracted For Must Not Exceed Six Percent (6%) Of The Estimated Cost Of The Construction Project Plus Any Fees For Related Services And Activities. Additionally, Far 52.236-22 Design Within Funding Limitations, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Rated A-e Firm(s) Selected In Accordance With The Outlined Process. limitations On Subcontracting: In Accordance With Vaar 852.219-73, Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Business And 13 Cfr 125.6, A Service-disabled Veteran-owned Small Business Concern (sdvosb) Agrees That, In The Performance Of The Contract, It Will Not Pay More Than 50% Of The Amount Paid By The Government To Firms That Are Not Similarly Situated. Firms That Are “similarly Situated” Are Those That Are Also Cve-registered Sdvosbs. requirement For Electronic Submission unless Paper Offers Are Specifically Authorized, All Responses To This Pre-solicitation Notice Must Be Submitted Electronically As Described Below. The Only Acceptable Paper Form For This Requirement Is The Receipt Of Past Performance Questionnaires. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award For The Contract Due To Non-compliance With The Terms Of The Solicitation. You Must Submit Your Electronic Offer, And Any Supplemental Information (such As Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic Formats And Media Described Below. in Addition, Contractors Are Notified Of The Award Via An Electronic Notice Of Award E-mail. The Award Document Will Be Attached To The Notice Of Award E-mail. acceptable Electronic Formats(software) For Submission Of Offers files Readable Using The Current Microsoft* Office Version Products: Word, Excel, Powerpoint, Or Access. Spreadsheet Documents Must Be Sent In A Format That Includes All Formulas, Macro, And Format Information. Print Or Scan Images Of Spreadsheets Are Not Acceptable. Please See Security Note Below For Caution Regarding Use Of Macros. When Submitting Construction Drawings Contractors Are Required To Submit One Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can Open The Pdf Version And Engineering Can Open Autocad Files) files In Adobe* Pdf (portable Document Format) Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater. another Electronic Format. If You Wish To Submit An Offer Using Another Format Than Those Described In These Instructions, E-mail The Contracting Officer/specialist Who Issued The Solicitation. Please Submit Your Request At Least Five (5) Calendar Days Before The Scheduled Closing Date Of The Solicitation. Request A Decision As To The Format Acceptability And Make Sure You Receive Approval Of The Alternate Format Before Using It To Send Your Offer. please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns. e-mail Submission Procedures: For Simplicity In This Guidance, All Submissions In Response To A Solicitation Will Be Referred To As Offers. subject Line:include The Solicitation Number, Name Of Company, And Closing Date Of Solicitation. size:maximum Size Of The E-mail Message Shall Not Exceed Ten (10) Megabytes.the Sf330, In Its Entirety, Shall Not Exceed One Email Of 5mb. The Sf330 (not Including Past Performance Questionnaires) Are Limited To 30 Pages. If The Page Limits Are Exceeded, The Pages In Excess Of The Limit Will Not Be Read Nor Considered. Only One Email Is Permitted Unless Otherwise Stated In This Paragraph Or In Writing By The Contract Officer Submitting The Solicitation. Due To Va It Security Protocols, Email Submissions Are Limited To 10mb Per Email. Furthermore, It Is The Sole Responsibility Of The Prospective Firms To Confirm Receipt Of Their Submission In Its Entirety Prior To The Closing Date And Time Of Their Submission In Response To This Synopsis. security Issues, Late Bids, Unreadable Offers
late Submission Of Offers Is Outlined At Far Parts 52.212-1(f), 52.214-7, And 52.215-1(c)(3). Attention Is Warranted To The Portion Of The Provision That Relates To The Timing Of Submission. please See Far 15.207(c) For A Description Of The Steps The Government Shall Take With Regard To Unreadable Offers. to Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.submissions Or Portions Thereof Submitted And Which The Automatic System Detects The Presence Of A Virus, Or Which Are Otherwise Unreadable Will Be Treated As “unreadable” Pursuant To Far Parts 14.406 And Far 15.207(c). the Virus Scanning Software Used By Our E-mail Systems Cannot Always Distinguish A Macro From A Virus. Therefore, Sending A Macro Embedded In An E-mail Message Or An E-mail Attachment May Cause The E-mail Offer To Be Quarantined. You May Send Both The Spreadsheet And The Spreadsheet Saved In Pdf Format To Ensure That Your Proposal Is Readable. password Protecting Your Submission Is Not Permitted. The Contracting Officer Will File The Offer Electronically Which Will Allow Access Only By Designated Individuals. important Notice: Apparent Successful Offerors Must Apply For And Receive Verification From The Small Business Administration (sba) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Enough To Establish Appropriate Status, Offerors Must Be Both Visible And Verified By The Small Business Administration (sba) At The Time Of Submission Of Offers And At The Time Of Award. Failure To Be Both Verified By Sba And Visible On Vetcert At The Time Of Submission Of Offers And At The Time Of Award Will Result In The Offeror’s Proposal Being Deemed Non-compliant. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Sba Verification Of Their Sdvosb Status If They Have Not Already Done So. important Addendum To 852.219-73 Va Notice Of Service-disabled Veteran-owned Small Business Set Aside: Va’s Vendor Information Pages (vip) Database Is No Longer Active. Small Business Administration Will Now Verify Sdvosb Status. Offerors Must Be Listed On Sba’s Veteran Small Business Certification (vetcert) Database At Https://veterans.certify.sba.gov/. 852.219-73 Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses. as Prescribed In 819.7011, Insert The Following Clause: va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, “service-disabled Veteran-owned Small Business Concern Or Sdvosb”: (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran. (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document. (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term “service-disabled Veteran” Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term “small Business Concern” Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term “small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities” Has The Meaning Given The Term “small Business Concern Owned And Controlled By Service-disabled Veterans” Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or “similarly Situated” (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: x By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). (end Clause)
8381-8390 of 8416 archived Tenders