Transportation Tenders
Transportation Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Description: This Is A Solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number N61340-25-q-0004 Is Issued As A Request For Quote (rfq) And Incorporates Provisions And Clauses In Effect From Regulations Posted To Http://farsite.hill.af.mil Inclusive, But Not Limited To, Federal Acquisition Circular (fac) 2019-01.
this Procurement Is Being Solicited As A Women Owned Small Business Set-aside With An Associated North American Classification System (naics) Code Of 485510 (charter Bus Industry) With A Value Of $15m. The Product Service Code Is V222. The Award Will Be Made On A Competitive Basis And The Offeror Is To Procure And Deliver All Of The Spare Parts Listed In Attachment 1. It Is Anticipated That This Award Will Be Made On A Firm Fixed Price (ffp) Contract.
interested Sources Are Encouraged To Submit A Quote. All Information Shall Be Furnished At No Cost Or Obligation To The Government.
general Requirements
the Contractor Shall Provide Three Buses To Meet The Departure And Arrival Schedules Considering Possible Traffic Delays, Transporting Up To 56 People Per Trip.
3.1. The Contractor Shall:
3.1.1 Provide Buses With The Following Characteristics:
3.1.1.1 Air-conditioned;
3.1.1.2 56-passenger Capacity Or Greater;
3.1.1.3 Wheel Chair Accessibility On Buses Described In The Schedule Contained In This Document Marked As “ada”.
3.1.1.4 Radio Dispatch (within The Company) During The Hours Buses Are Being Used To Transport A Department Of Defense (dod) Employees And Approved Contractors.
3.1.2 Transport Government Employees Between Nsa Orlando, 12211 Science Drive, Orlando, Fl 32826 And Steinmetz Hall The Dr. Phillips Center For The Performing Arts At 445 S Magnolia Ave, Orlando, Florida 32801 According To The Schedule Contained In This Document.
3.1.3 Provide Drivers And Support Personnel Shall Be Able To Read, Write, Speak, And Understand English Fluently.
3.1.4 Provide Proof Of At Least $5,000,000 Insurance Certificates With Concurrence That The Government Will Be Added To Their Liability Policy At The Time Of Contract For The Length Of The Contract.
3.1.5 Maintain And Provide A Report, By 20:00 On 15 May 2025, Via Email To The Government’s Bus Coordinator, Which Lists The Statistics Of How Many Passengers Were On Each Bus, Broken Out According To The Schedule Per Each 1-way Trip Outlined At The End Of This Document.
3.1.6 Include All Tolls, Fuel Charges And Driver’s Gratuity In The Quoted Price.
3.1.7 Ensure The Company Providing Transportation Is An Approved Carrier By The Department Of Transportation And The Department Of Defense (dod) Which Means That Carriers Must Have Also Successfully Passed A Pre-qualification Inspection.
3.1.8 Provide A Single Poc For The Day Of The Event, With That Poc Name And Cell Phone Number To Government’s Bus Coordinator Or Designated Poc By 1700 On 14 May 2025, The Day Prior To Service. The Contractor’s Poc Will Be Available Via Cell Phone Daily During The Hours Of 0600 And 2000, And Will Be Responsible For Adjusting To Circumstances That Impact Bus Operation.
3.1.9 In The Event Of A Bus Delay Or If For Any Reason A Replacement Bus Is Required, The Contractor Shall Provide A Replacement Bus Within 45 Minutes, And Is Not To Impact The Subsequent Bus Departures. In The Event Of A Bus Breakdown Or Mechanical Failure, The Contractor Shall Have A Notification System (radio Dispatch) In Place To Ensure Replacement Or Repairs. Contractor Shall Have Back-up Bus(es) Available To Enable Continued And Timely Transportation Services In Order To Meet All Departures And Arrivals.
3.1.10 Ensure Departure And Arrival Of All Buses At Designated Times To And From Nsa Orlando And The Dr. Phillips Center For The Performing Arts. In Order To Meet The Schedule It Is Anticipated The Most Efficient Route Will Be Via Toll Road (e.g. Sr408).
3.1.11 Handle All Problems Or Issues Associated With Arrival/departure Of Buses And Ensuring Adequate Buses Are Available To Maintain Schedule.
3.1.12 Check Government Photo Identification, In Accordance With Enclosure (1).
3.1.13 Ensure Drivers Are Familiar With The Location Of Pick-up And Drop-off Points Before The Services Begin.
3.1.14 Immediately Report Personnel Attempting To Board The Bus Without Appropriate Identification To Government’s Bus Coordinator.
3.1.15 Provide Assistance To Passenger(s) Requiring Aid In Boarding And Disembarking The Bus.
3.1.16 Cooperate With And Submit To A Security Check Defined As Follows:
3.1.17 Security Checks Shall Be Enforced As Necessary. All Buses Are Subject To Inspection Outside Of Nsa Orlando. Buses Shall Be Staged In The Parking Lot Adjacent To The Nsa Orlando Main Gate, Across From The Pass And I.d. Building. Contractors (bus Drivers) Shall Be Required To Show A Form Of Identification In Addition To Their Company’s Identification. A List Of The Names Of All Bus Drivers Shall Be Emailed To The Government’s Bus Coordinator By 17:00 On Tuesday, 13 May 2025.
Closing Soon19 Mar 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Description: The Contractor Must Provide All Plant, Labor, Equipment, Transportation, And Tools Required To Perform The Entire Replacement Of The Roof Of Building 847. Perform All Work According To This Statement Of Work (sow), The Concept Design Drawings, And All Related Af Requirements And Other Codes And References. The New Roof Shall Eliminate Each And Every Weather Borne Water Leak Into B847. The Work Shall Include But Is Not Limited To: Replacement Of Standing Seam Components, Insulation, Gutter System, Roof Curbing, Fascia, And Soffit.
Closing Date28 Mar 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: Nsn2530-016053206, Arm, Control, Vehicular Suspension. This Item Is Being Procured From Nd Defense Llc Cage (338x5)
the Required Quantity Is 107 Ea With No Quantity Option, With 107 Ea To Be Shipped To Dodaac (w25g1u) New Cumberland, Pa With A Required Delivery Of 180 Days. Fob Origin (first Destination Transportation Applies) And Inspection And Acceptance At Destination Are Required. This Solicitation Is Not Set-aside For Small Business. This Material Is Commercial; Therefore, The Government Is Using The Policies Contained In Far Part 12 In Its Solicitation For This Item. The Government Will Not Be Using The Policies Contained In Far Part 15 In Its Solicitation For This Item. This Solicitation Will Be Available On The Internet At Https://www.dibbs.bsm.dla.mil// On Or About 3/14/2025. Due To System Constraints, It May Take As Long As 3 Business Days From The Stated Issue Date For The Solicitation To Post To Dibbs. Technical Drawings/bid Sets Are Not Available. Hard Copies Of This Solicitation Are Not Available.
while Price May Be A Significant Factor In The Evaluation Of Offers, Proposals Will Be Evaluated According To “best Value” Procedures On The Basis Of Price, Past Performance, Socioeconomic Participation, And Delivery. All Offers Shall Be In English And In Us Dollars.
one Or More Of The Items Under This Acquisition May Be Subject To An Agreement On Government Procurement Approved And Implemented In The Us By The Trade Agreements Act Of 1979.
upload Proposal Through Dibbs (preferred Method)
to Submit An Offer Through Dibbs, Search For The Solicitation And Then Click The Red "offer" Button On The Search Results Screen (note: Users Must Be Logged In To Dibbs In Order To Submit The Offer Through Dibbs). For Additional Guidance, Refer To Https://www.dibbs.bsm.dla.mil/refs/help/solicitations/dibbs-upload-offer-user-help.pdf
email Proposals To: Travis.grafton@dla.mil
a Single Email Cannot Exceed 15 Mb. Proposals Greater Than 15 Mb Must Be Divided Into Multiple Emails.
Closing Soon14 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Automobiles and Auto Parts
United States
Description: Minneapolis Vamc Wheelchair Transportation Services Sb Set-aside Solicitation
Closing Date3 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Deviations Feb 2025 Caac Letters 2025-01/02 (eff.02/18/2025).
this Solicitation Is Full And Open Competition.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 325412, Pharmaceutical Preparation Manufacturing. The Small Business Size Standard Of 1,300 Employees. The Fsc/psc Is 6505, Drugs And Biologicals.
the Department Of Veterans Affairs, Network Contracting Office 12 (nco 12), Veterans Integrated Services Network 12 (visn 12), William S. Middleton Memorial Veterans Hospital, 2500 Overlook Terrace, Madison, Wi 53705-2286 Has A Requirement For Radiopharmaceutical Isotopes. The Radiopharmaceutical Isotopes Will Be Used For Diagnostic Testing And Quality Assurance.
all Interested Companies Shall Provide Quotations For The Following:
schedule Of Supplies
base Year 04/01/2025 03/31/2026
line Item
description
qty
unit Of Measure
unit Price
0001
99mtc-tetrofosmin (myoview)
2200
ea
0002
99mtc-pertechnatate (natco4)
3000
un
0003
99mtc-methyldiphosphonate (mdp, Medronate)
20
ea
0004
ultratag Rbc Labelling Kit
5
un
0005
67ga-gallium Citrate
1
un
0006
131i-sodium Iodide
20
un
option Year One 04/01/2026 03/31/2027
line Item
description
qty
unit Of Measure
unit Price
1001
99mtc-tetrofosmin (myoview)
2200
ea
1002
99mtc-pertechnatate (natco4)
3000
un
1003
99mtc-methyldiphosphonate (mdp, Medronate)
20
ea
1004
ultratag Rbc Labelling Kit
5
un
1005
67ga-gallium Citrate
1
un
1006
131i-sodium Iodide
20
un
option Year Two 04/01/2027 03/31/2028
line Item
description
qty
unit Of Measure
unit Price
2001
99mtc-tetrofosmin (myoview)
2200
ea
2002
99mtc-pertechnatate (natco4)
3000
un
2003
99mtc-methyldiphosphonate (mdp, Medronate)
20
ea
2004
ultratag Rbc Labelling Kit
5
un
2005
67ga-gallium Citrate
1
un
2006
131i-sodium Iodide
20
un
option Year Three 04/01/2028 03/31/2029
line Item
description
qty
unit Of Measure
unit Price
3001
99mtc-tetrofosmin (myoview)
2200
ea
3002
99mtc-pertechnatate (natco4)
3000
un
3003
99mtc-methyldiphosphonate (mdp, Medronate)
20
ea
3004
ultratag Rbc Labelling Kit
5
un
3005
67ga-gallium Citrate
1
un
3006
131i-sodium Iodide
20
un
option Year Four 04/01/2029 03/31/2030
line Item
description
qty
unit Of Measure
unit Price
4001
99mtc-tetrofosmin (myoview)
2200
ea
4002
99mtc-pertechnatate (natco4)
3000
un
4003
99mtc-methyldiphosphonate (mdp, Medronate)
20
ea
4004
ultratag Rbc Labelling Kit
5
un
4005
67ga-gallium Citrate
1
un
4006
131i-sodium Iodide
20
un
pricing Overview Total Cost For Each Period Of Performance
base Period
$
option Year One
$
option Year Two
$
option Year Three
$
option Year Four
$
total
$
statement Of Work/description/specifications
1. Contract Title. Radiopharmaceuticals For Nuclear Cardiology Procedures
2. Background. The Nuclear Cardiology Lab At The William S. Middleton Memorial Vah, In Madison Wi Performs Nuclear Medicine Procedures On The Heart. We Do Not Have Appropriate Space Or Staffing To Mix And Dispense Radiopharmaceuticals In Our Lab And Require Outside Services To Provide Us With This.
3. Scope. The Contract Will Cover Mixing And Dispensing Required Radiopharmaceuticals Doses To The Nuclear Cardiology Department. Schedule Of Supplies Includes Doses For Diagnostic Testing Of Patients And Quality Assurance Of Equipment. Preference Will Be Given To Contractors Who Obtain Their Tc99m Generators From Sources Who Use Low Enriched Uranium To Make Their Generators.
4. Specific Tasks.
a. The Contractor Shall Provide Radionuclides To The Nuclear Cardiology Department At The Veterans Affairs Hospital (va) In Madison, Wisconsin.
b. The Vendor Is Preferred To Have A Secure Way Of Ordering For Next Day Orders And Provide Telephone Response For Same Day Ordering. All Services Rendered Will Be Itemized By Date Of Service, Radiopharmaceutical Provided, And Unit Cost.
c. Time Of Delivery Specified Or Mutually Agreed To At The Time Of Receipt Of Order Shall Become Mandatory Upon The Contractor. Failure To Perform In Accordance With The Delivery Commitment May Be Grounds For Termination Of Contract In Accordance With The Provisions For Default.
d. The Nuclear Cardiology Staff Will Provide The Vendor With Patient S First And Last Names When Ordering Doses. Contractor Will Be Responsible For Maintaining Patient Information In The Strictest Confidence In Accordance With The Privacy Act.
e. Provision Of The Products Listed In The Schedule Of Items Shall Include All Services, Equipment And Materials Necessary In The Generation Of Those Products In A Form Ready To Be Administered Directly To The Patient Or Used For Equipment Maintenance. This Includes:
1) Generation And Compounding Of The Radionuclides.
2) Quality Control And Purity Testing Of The Radionuclides.
3) Dispensing Of Individual Patient Doses Into Syringes Using A Minimum Volume Of 2cc.
4) Labeling Of Individual Doses With The Patient S Name, Radionuclide, Dose/time Requested, The Lot Number Of The Kit Used For Manufacturing The Radiopharmaceutical, Dose Activity At The Time Of Drawing Up And Calculated Activity At The Specified Time Of Administration, Product Purity, And The Name Of Pharmacist/ Tech Responsible For The Dose Preparation.
f. Deliveries Will Incorporate Sufficient Lead Or Other High-density Metal Shielding To Comply With All Applicable Federal And/or State Standards Relating To Shipment Of Radioactive Materials. Shipping Containers Must Comply With All Federal And State Regulations. This Will Include Dot, Doe, Unnrc, And Icc Regulations And Standards.
g. The Supplier Shall Hold A Current Unrevoked Usnrc And/or Fda License To Produce And Distribute Radiopharmaceuticals For Human Administration, And A License To Receive, And Dispose Of Radioactive Waste. Supplier Shall Provide A Copy Of Their Radioactive Material License To The Nuclear Medicine Service Upon Commencement Of This Contract. Supplier Shall Immediately Notify Nuclear Medicine Service, Upon Any Action Be The Usnrc Agreement State And/or Fda To Suspend Or Modify Suppliers. Suppliers Shall Provide Radiopharmaceuticals Which Have Been Prepared According To Manufacturer S Package Inserts.
h. Products Shall Be Provided Monday Through Friday, 7:00 Am To 2:00 Pm, Excluding Federal Holidays. Federal Holidays Observed By The Va Are As Follows:
new Year S Day
january 1st
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19th
independence Day
july 4th
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11th
thanksgiving Day
4th Thursday In November
christmas Day
december 25th
i. A Copy Of The Quality Control Testing Results Of Radiopharmaceuticals Will Be Provided To The Designated Nuclear Medicine Service Point Of Contact Upon Request.
j. The Contractor Will Provide A Monthly Listing Of Each Individual Product (including Date, Patient Name, And Specific Product), For Which The Va Will Be Billed, To The Designated Nuclear Medicine Service Point Of Contact.
k. The Va Nuclear Cardiology Technical Staff Will Provide The Contractor A Minimum Of 16 Hours Notice, If A Non-tc99m Radiopharmaceutical Will Be Required. The Nuclear Cardiology Technical Staff At The Va Will Notify The Contractor, Via Phone Call, If An Order For A Non-tc99m Radiopharmaceutical Will Be Cancelled.
l. The Va Nuclear Cardiology Technical Staff Will Provide At Least 60 Minutes Notice To The Contractor If Tc99m Products Need To Be Provided Or Recalibrated And Relabeled. The Va Nuclear Cardiology Technical Staff Will Notify The Contractor, Via Phone Call, At Least 30 Minutes In Advance If A Tc99m Product Will Not Be Required.
m. The Va Nuclear Cardiology Staff Will Notify The Contractor Via Telephone Of Additional Tc99m Products Will Be Required For Same Day Delivery. The Contractor Will Be Required To Deliver These Additional Doses With 60 Min Of The Notification. This Is Necessary So Medical Decisions Can Be Made Regarding Patient Treatment, Admission, Or Discharge Can Be Made In A Timely Matter Without Incurring Unnecessary Hospital Costs.
n. The Work Performed Under This Contract Will Be Done At The Contractor S Facilities And The Final Products Will Be Transported To The Vah, According To The Department Of Transportation Regulations.
5. Performance Monitoring. The Program Manager Will Certify That The Work That Is Being Billed For Is The Work That Was Performed, By Comparing The Invoices To The Delivery Packing Lists And Daily Worklists.
6. Government-furnished Equipment (gfe)/government-furnished Information (gfi). The Government Will Not Provide Any Equipment For The Execution Of This Contract.
7. Other Pertinent Information Or Special Considerations.
a. Packaging, Packing And Shipping Instructions. All Packaging Must Adhere To Dot Standards, Be Labelled According To Dot Regulations, And Contain An Itemized Packing List. All Individual Doses Should Be Safety Sealed To Ensure The Doses Have Not Been Tampered With.
b. Inspection And Acceptance Criteria. All Packages Received Will Undergo Inspection In Compliance With Dot. Regulations And For Order Accuracy Prior To Being Accepted.
c. Risk Control
1) The Contractor Must Have Measures In Place To Ensure Sterility Of Their Product.
2) The Contractor Must Conduction Industry Standard Quality Control Testing.
3) The Contractor Must Have Cybersecurity In Place To Prevent The Loss Of Patient Information.
4) Contractor Personnel Will Undergo A Vetting Process Prior To Gaining Access To The Hospital Facilities.
period Of Performance
base Year: 04/01/2025 To 03/31/2026
option Year 1: 4/1/2026 To 3/31/2027
option Year 2: 4/1/2027 To 3/31/2028
option Year 3: 4/1/2028 To 3/31/2029
option Year 4: 4/1/2029 To 3/31/2030
place Of Performance/place Of Delivery
address: William S. Middleton Memorial Veterans Hospital
2500 Overlook Terrace
madison, Wi
postal Code: 53705-2286
country: United States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
1. Far 52.201-1, Acquisition 360: Voluntary Survey (sept 2023)
2. Far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sep 2023)
refer To Attachment 2 Addendum To Far 52.212-1 Instructions To Offerors--commercial Products And Commercial Services
3. Far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
4. Far 52.204-7, System For Award Management (nov 2024)
5. Far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
6. Far 52.204-20, Predecessor Of Offeror (aug 2020)
7. Far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
8. Far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023)
9. Far 52.209-7, Information Regarding Responsibility Matters (oct 2018)
10. Far 52.214-21, Descriptive Literature (apr 2002), Alternate I (jan 2017)
11. Far 52.225-18, Place Of Manufacture (aug 2018)
12. Far 52.233-2, Service Of Protest (sept 2006)
13. Vaar 852.233-70, Protest Content/alternative Dispute Resolution (oct 2018)
14. Vaar 852.233-71, Alternate Protest Procedure (oct 2018)
15. Vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
end Of Addendum To 52.212-1
16. Far 52.212-2, Evaluation-commercial Items (nov 2021)
17. Far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024)(deviation Feb 2025)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations. Examples Include 52.222-25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services. Contracting Officers Will Not Consider These Representations When Making Award Decisions Or Enforce Requirements. Entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam.
the Following Contract Clauses Apply To This Acquisition:
1. Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023)
addendum To Far 52.212-4
2. Far 52.252-2, Clauses Incorporated By Reference (feb 1998)
3. Far 52.203-16, Preventing Personal Conflicts Of Interest (jun 2020)
4. Far 52.204-13, System For Award Management Maintenance (oct 2018)
5. Far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
6. Far 52.216-18, Ordering (aug 2020)
7. Far 52.216-22, Indefinite Quantity (oct 1995)
8. Far 52.217-7, Option For Increased Quantity-separately Priced Line Item (mar 1989)
9. Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000)
10. Far 52.224-1, Privacy Act Notification (apr 1984)
11. Far 52.224-2, Privacy Act (apr 1984)
12. Vaar 852.203-70, Commercial Advertising (may 2018)
13. Vaar 852.208-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors Orders Or Bpas (jan 2023) (deviation)
14. Vaar 852.208-71, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factor Commitments Orders And Bpas (jan 2023) (deviation)
15. Vaar 852.211-72, Technical Industry Standards (nov 2018)
16. Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (jan 2023) (deviation)
17. Vaar 852.215-71, Evaluation Factor Commitments (oct 2019)
18. Vaar 852.223-71, Safety And Health (sep 2019)
19. Vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
20. Vaar 852.242-71, Administrative Contracting Officer (oct 2020)
21. Vaar 852.246-71, Rejected Goods (oct 2018)
22. Vaar 852.247-71, Delivery Location (oct 2018)
23. Vaar 852.247-72, Marking Deliverables (oct 2018)
end Of Addendum To 52.212-4
24. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025)
invoicing
the Contractor Will Submit Each Invoice Online, Including All Back-up Data, To Va S Electronic Invoice Presentment And Payment System. The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungsten-network.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge. Additional Information Can Be Found At Http://www.fsc.va.gov/einvoice.asp.
all Quoters Shall Submit The Following: Refer To Attachment 1: Tailored Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services
all Quotes Shall Be Sent To The Contracting Officer At Stacy.massey@va.gov.
evaluation
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Price And Other Factors Resulting In A Contracting Officer S Decision For The Quote That Is Most Favorable To The Government. Refer To Attachment 2: Tailored 52.212-2 Evaluation Commercial Products And Commercial Services.
the Following Are The Decision Factors:
technical Features
price
the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than 5:00pm On March 20, 2025. Responses Should Be Sent To The Contracting Officer, Stacy Massey At Stacy.massey@va.gov. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
point Of Contact
stacy Massey
contracting Officer
network Contracting Office 12
stacy.massey@va.gov
Closing Soon20 Mar 2025
Tender AmountRefer Documents
Maharashtra State Electricity Distribution Company Limited - MSEDCL Tender
India
Description: Unloading Of Failed Dist. Transformer From Dp Structure By Removing Cable Jumper, T/f Belt On Site & Loading Of Repaired (new) Dtc On Dp Structure With To & Fro Transportation Of New & Failed T/f From Sites To Filter Unit, Repairing Agency, Division Store Etc Under Various Subdivision Under Shrirampur Division
Closing Date26 Mar 2025
Tender AmountINR 1 Million (USD 11.4 K)
DEPT OF THE ARMY USA Tender
Housekeeping Services
United States
Details: Solicitation Notice
w9128f25qa014
big Dry Arm, Fort Peck Lake Recreation Grounds And Facility Cleaning/janitorial Services
request For Quote (rfq) For Janitorial Services Located At Fort Peck Project, Montana
the Solicitation Will Close On15 April 2025. This Solicitation Is 100% Set-aside For Small Business.
project Description:
this Is A Non-personal Services Contract To Provide Recreation Facility Cleaning Services. The Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform Cleaning And Ground Maintenance Of Recreation Areas And Facilities As Defined In This Performance Work Statement. Contractor Will Complete Litter Pickup, Garbage Removal, Vault Toilet Cleanup And Disinfecting, Sidewalk Debris Removal, Insect Control, Fire Ring, Picnic Table, Shade Shelter Cleanup As Well As Mowing, Trimming And Minor Maintenance Of Recreation Grounds And Facilities. The Contractor Shall Perform Work Under The Pws To Ensure Grounds And Facilities Are Safe, Clean, And Well Maintained For The Recreating Public. This Is A Fixed Priced, Performance-based Service Contract Where The Government Defines And Measures Desired Outcomes, While Contractor Methods Are Generally Not Constrained Or Directed.
period Of Performance:
the Period Of Performance Shall Be For One (1) Base Year Of 12 Months And Four (4) 12-month Option Years. The Period Of Performance Reads As Follows:
base Year: 30 April 2025 Through 29 April 2026.
active Period Of Performance: 30 April 2025 Through 29 April 2026
option Year 1: 30 April 2026 Through 29 April 2027
active Period Of Performance: 30 April 2026 Through 29 April 2027
option Year 2: 30 April 2027 Through 29 April 2028
active Period Of Performance: 30 April 2027 Through 29 April 2028
option Year 3: 30 April 2028 Through 29 April 2029
30 April 2028 Through 29 April 2029
option Year 4: 30 April 2029 Through 29 April 2030
30 April 2029 Through 29 April 2030
naics Code:
the Primary North American Industry Classification System (naics) Code Anticipated For Solicitation Is 561720-janitorial Services, With A Size Standard For Small Business Of $22,000,000.
all Contractors Must Be Registered And Have An Active And Verified Account In The System For Award Management (sam) In Order To Receive A Contract Award From Any Dod Activity. Contractors May Access The Internet Site At: Https://www.sam.gov/ To Register And/or Obtain Information About The Sam Program. Contractors Must Ensure That The Applicable Naics Listed Above Is Included In Their Profile Prior To Submission Of Offer.
contracting Office Address:
usace Omaha District
1616 Capital Ave, Omaha, Ne 68102-4901
place Of Performance:
the Contractor Shall Provide Services For Recreation Area Grounds And Facility Cleaning At Nelson Creek, Mcguire Creek, Flat Lake, Lewis And Clark Overlook Recreation Areas As Well As The Rifle Range, All On Fort Peck Project.
submission Of Quotes
please Submit Electronic Copies Of Your Quotes To The Poc’s Listed In This Announcement. Quotes Must Be Submitted No Later Than 1400 Ct On 15 April 2025. Please Pay Particular Attention To Far Clause 52.212-2 - Evaluation-commercial Products And Commercial Services Listed In The Solicitation Attachment, This Clause Outlines The Requirements For An Adequate Proposal And How Offerors Will Be Evaluated.
point Of Contact:
all Questions Shall Be Submitted To The Poc's Listed On Sam.gov.
Closing Date15 Apr 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Description: Proposed Procurement For Nsn 4110013738045 Ice Making Machine,:
line 0001 Qty 6 Ui Ea Deliver To: 0007 Tc Bde Transportation By: 0030 Days Ado
line 0002 Qty 5 Ui Ea Deliver To: W6kf Ecs 43 By: 0030 Days Ado
line 0003 Qty 5 Ui Ea Deliver To: W6kf Ecs 43 By: 0030 Days Ado
line 0004 Qty 5 Ui Ea Deliver To: W6kf Ecs 43 By: 0030 Days Ado
approved Source Is 4bbj2 Iyt0450a/d570.
the Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Specifications, Plans, Or Drawings Are Not Available.
all Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered.
quotes May Be Submitted Electronically.
Closing Soon19 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: This Notice Is Not A Request For Competitive Quotes.
the Veterans Health Administration, Network Contracting Office 15 Intends To Solicit Competitive Quotes For A Five-year Idiq Contract For Durable Medical Equipment (dme) Services Supporting Visn 15 Va Medical Centers. This Requirement Is Set-aside For Service-disabled Veteran-owned Small Businesses (sdvosb) Only.
a Sources Sought Notice For This Acquisition, 36c25525mc0001, Was Published To Sam.gov 12/18/2024.
period Of Performance: Ordering Period Is Estimated To Be 10/01/2025 – 09/30/2030
basic Description Of The Requirement: Services Shall Include Delivery, Installation, Patient Training/instruction, Pickup, Service/repair, And Storage Of Government-owned Or Purchased Durable Medical Equipment. Contractor Is To Furnish All Storage, Labor, Transportation, And Installation Tools/equipment Necessary To Provide Dme To Eligible Veteran Patients Within The Visn 15 Assigned Area.
all Work Is To Be Closely Coordinated With The Va Contracting Officer’s Representative (cor).
the Department Of Veterans Affairs Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice Of Intent. Only Written Responses From Responsible Sources Will Be Considered. Any Prospective Contractor Must Be Registered In The System For Award Management (sam) To Be Eligible For Award.
set-aside Information: This Solicitation Will Be Issued Pursuant To The Authority Under Public Law 109-461 (38 U.s.c. 8127) And Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb). The Sdvosb Must Be A Small Business Under The Relevant North American Industrial Classification Standard (naics) Code And Must Be Registered And Verified At The Sba Veteran Small Business Certification Website: Https://veterans.certify.sba.gov To Be Eligible For Award. Offerors Must Ensure Registration In These Websites Are Accurate, Complete And Have Not Expired Prior To Proposal Due Date. The North American Industrial Classification Standard (naics) Code Assigned To This Acquisition Is 621610, Home Health Care Services, With A Size Standard Of $19 Million. In Accordance With Veterans Affairs Acquisition Regulation (vaar) 852.219-10(c) (1), The Sdvosb Contractor Or Sdvosb Sub-contractor Is Required To Perform A Minimum Of 50% Of The Contract Performance.
draft Solicitation Documents: Draft Solicitation Documents Are Being Provided With This Pre-solicitation Notice For Industry Review And Comment Prior To Release Of The Official Solicitation And To Minimize Q&a’s During The Official Solicitation Period. Provide Any Input Or Questions To The Poc Listed Below For Consideration.
solicitation Documents: The Solicitation Documents Will Be Posted At Www.sam.gov On Or About 04/01/2025, With Quotes Due Approximately 30 Days Later. Dissemination Of The Solicitation Is Limited To Electronic Medium. All Interested Offerors (primes & Subcontractors) Should Register At Www.sam.gov So That Others Will Know Of Your Interest In Participating In This Procurement And For Automatic Receipt Of Updates Or Amendments. An Offeror's Mailing List Will Not Be Prepared Nor Distributed By The Contracting Officer, As It Is The Offerors Responsibility To Register At The Www.sam.gov Website.
solicitation Amendments: Amendments To The Solicitation Will Be Posted To Www.sam.gov. Paper Copies Of The Amendment Will Not Be Individually Mailed. By Registering To "follow", You Will Be Notified By E-mail Of Any New Amendments That Have Been Issued And Posted. No Other Notification Of Amendment(s) Will Be Provided. Offerors Are Reminded That They Are Responsible For Obtaining And Acknowledging All Amendments To This Solicitation Prior To The Time For Receipt Of Offers Offerors Should Re-visit The Website Periodically To Look For Updates.
questions Shall Be Emailed To Matthew.curl@va.gov
in The Subject Line Of Any Email Sent, Identify: “36c25525r0054, Durable Medical Equipment – Visn 15.”
Closing Date28 Mar 2025
Tender AmountRefer Documents
21-30 of 4828 active Tenders