Transportation Tenders
Transportation Tenders
Transportation Company Frankfurt Am Main Tender
Civil And Construction...+4Civil Works Others, Building Construction, Other Consultancy Services, Consultancy Services
Germany
Purchaser Name: Transportation Company Frankfurt Am Main | To the tender 'Swiss Square - Fire protection retrofitting - Fire protection renovation sanitary / fire extinguishing separation station / ventilation'
Closing Date27 Feb 2025
Tender AmountRefer Documents
Member of the Board of Directors of the Board of Directors of the Board of Directors Tender
Others...+2Civil And Construction, Civil Works Others
Turkey
Description: 2024/2025 Academic Year 2nd Term - 2025/2026 Academic Year 1st Term Hakkari Province and Çukurca District Primary School / Secondary School Students Within the Scope of Transportation 316760 Meals for 160 Days Including Materials, Mountain Service Scholar Job
Closing Soon14 Feb 2025
Tender AmountRefer Documents
SMITHSONIAN INSTITUTION USA Tender
Others...+1Civil And Construction
United States
Details: Amendment 0001 To The Rfp Is Hereby Issued And Attached For Download. The Purpose Of The Amendment Is To Make The Following Changes To The Solicitation:
response To Rfi Questions One
------------------------------------------------------------------------------------------------------------------
this Request For Proposals (rfp) Is For Smithsonian Institution's National Museum American History (nmah) To Move Collections Within The American History Building (ahb), Provide New Smithsonian Approved Collections Housing For All Identified Artifacts, Perform Basic Collections Photography, Documentation, Condition Reporting, Rehouse Artifacts, Track All Collection Location Changes, And Move The Collections To The Smithsonian Suitland Collections Center (scc), And Unpack At Either The Museum Support Center (msc) Pod 6 Or A Paul E. Garber Facility (garber) Designated Building. The Contractor Receiving The Award Shall Provide All Supervision, Labor, Materials, Equipment And Transportation Required To Complete The Work As Described In This Rfp And The Contract Documents.
the Smithsonian Currently Estimates That The Fixed Price For The Entire Project Will Be More Than $10,000,000.
the Period Of Performance For The Contract Is 1095 Calendar Days From The Notice To Proceed.
statement Of Work
the Successful Offeror Shall Provide All Materials, Equipment, Labor And Supervision Necessary To Complete The Following Work At The Smithsonian Institution, National Museum Of American History (nmah), 1300 Constitution Avenue Nw, Washington Dc, 20560 And Smithsonian Institution's Suitland Collections Center (ssc), 4210 Silver Hill Road, Suitland, Maryland 20746.
the Work Includes, But Is Not Limited To, All Work Specified In The Scope Of Work And Consists Of Drawings, Specifications And A Preliminary Object List.
the Objective Of The Nmah Psrp Iv Collections Move Project Is To Relocate Nmah Collections From Nmah To Off-site Storage At The Scc And Includes The Following:
a. Project Management Services: Supply A Dedicated Project Manager (pm) With Art Handling Services Background To Lead A Multi-disciplinary Team. Work Will Include:
creating And Maintaining A Detailed Schedule For All Move Activities;
coordinating With The Designated Nmah Move Coordinator And Project Cotr On Schedules, Coordination, Cost, And Hold Weekly Progress Report Meetings;
handling The Resolution Of Any Problems That Interfere With The Progress Of The Project;
identifying And Investigating Problems And Making Recommendations For Resolution To Cotr;
providing Collections And Storage Space Access For Move Team;
advising On Collections Housing, Packing, Documentation, And Shipping Methods;
providing Technical Interface Between The Museum Artifact Inventory System (cis Xg) And Barcoding Systems (managing The Collections Information), And The Contractor's Housing And Packing Logs And Shipping Manifests (contract Management Tools);
coordinating With The Nmah Move Coordinator On Delivery Of Supplies (boxes, Trays, Acid Free Tissue, Etc. Containers/crates Either In Parts Or Constructed At Another Site And Delivered For Packing; Housing Supplies; Tools And Equipment For Housing/packing/photography); And Staging For Them Until Use And Shipment To The Scc;
coordinating Disposal Of Old Cabinetry And Containers As They Are Emptied And The Collections Are Housed And Packed, And Shipped To Scc For Storage On Or In New Rack And Cabinets;
ensuring Condition Documentation, Photography, Location Tracking, And Object Number Reconciliation Are Built Into The Workflow;
overseeing Contractors/objects Transit Between Facilities (e.g. Travel From Nmah To Off-site Storage At The Scc Required);
overseeing Contractors To Remove Boxed Collections From Shipping Containers And Store Them On Pallet Racking And In Cabinets At The Scc, And Updating Final Location Data;
b.packing And Storage Arrangements For Museum Collections. Preparing Collections For A Move From One Location To Another Following All Safety And Preservation Requirements. Work Will Include:
establishing, And Moving Artifacts Within Nmah To Processing Area(s) For Organizing, Documenting, Photographing, Condition Reporting, And Housing Artifacts For Storage In New Cabinets At The Scc – Using Housing Methods That Demonstrate Economies Of Scale For Like Collections, And With Housing Dimensions Fit To Cabinet/racking Configurations At The Scc – Then Packing The Housed Artifacts For Shipment;
after Artifact Processing Is Complete And The Artifacts Are Containerized For Relocation, Moving Them To Staging While Awaiting Relocation To Pod 6 At The Scc, And Then Staging, Unpacking, Tracking, And Storing The Artifacts On Stationary Racking Systems, And On Manually Operated Mobile Pallet Rack Systems, And On Manually Operated Mobile Cabinetry Systems Located On (3) Separate Floors Accessible By Elevator. The Mobile Pallet Rack System Sections Are 11' H X 12'w X 4' D, With 3-4 Racks To A Carriage. These Racks Must Be Balanced As Loaded.
tracking Collections In Storage, Staging, And Transit Using Barcode System That Is Separate But Interfaced With Contractor's Manifest System, Including Final Storage Updates;
coordinating Shipping And Access With Move Coordinator And Other Tenants Moving Into Pod 6 Concurrently;
c. Physical Transit Of Art And Museum Objects From Nmah To Scc. Work Includes:
providing The Secure And Climate-controlled Air-ride Vehicles With Working Lift-gate, Constant Surveillance, And The Drivers And Any Necessary Permits Or Additional Escort Vehicles;
loading And Off-loading Collections Objects From Vehicles; Moving Crates And Objects To Or From The Gallery Or Venue (floor And Shelf As Identified By Nmah Staff);
documenting And Alerting The Museum To Collections Found In Poor Condition And Requiring Special Stabilization Or Conservation Treatment Prior To Housing, Packing, And Shipment;
designing And Fabricating Crate Interior Fittings And Outer Shells;
providing Specialized Equipment, Tools, And Supplies Needed To Move The Works;
condition Reporting And Data Entry Of Documentation Into Nmah’s Collection Management System (mimsy Xg).
types Of Transportation Vehicles Include: Vans, Box Trucks Or Other Vehicles Meeting The Nmah Loading Dock Size Limitations (13’3” High, 42’ Long). General Standards For Museum Collections Transportation Vehicles Are:
1. The Truck Shall Be Equipped With Air Ride Suspension, A Working Lift Gate, Pallet Jacks, Dual Drivers, Constant Surveillance Service, And Climate Control.
2. Climate Must Be Maintained At 70 Degrees, +/- 2 Degrees Over The Duration Of The Trip.
3. Smithsonian May Monitor Truck Temperature, Humidity Gps Location And Shock Readings.
4. Crates And Packages Shall Be Secured To Prevent Shifting Or Movement During Transport And Shall Not Be Stacked.
5. Pickup And Delivery Should Occur During Normal Business Hours And A Schedule Of The Transit Is To Be Submitted With The Estimate.
6. Stoppage Time Is Not Allowed.
d. Rigging. Provide All Engineering And Equipment Expertise To Install Or Deinstall Large Or Suspended Artifacts Ranging From Fine Art Works To Vehicles. Specific Objects Known To Require Rigging Are Identified In The Scope Of Work. Work Includes:
producing Engineering And Architecture Drawings;
developing A Safety Plan;
arranging Suitable Equipment Including Trucks, Gantry, Pallet Jacks, Personnel Lifts, Forklifts, And Other Handling Equipment, Hardware, And Tools;
fabricating Supports And Mounts In Suitable Size And Shape, In Compliance With Applicable Safety Regulations And Standards, And Providing Experienced And Licensed Or Certified Equipment Operators.
subcontracting Goals
the Subcontracting Goals For This Project Are: 40% With Small Business Concerns. At Least 7% Of Total Planned Subcontracting Dollars Shall Be Placed With Small Disadvantaged Businesses (sdb), Including Historically Black Colleges And Universities Or Minority Institutions; 7% With Women-owned Small Businesses (wosb); 4% Shall Be Placed With Hub-zone Small Businesses (hubsb), 4% With Veteran-owned Small Businesses (vosb); And 4% With Service-disabled Veteran-owned Small Businesses (sdv).
the Proposal Due Date Is Wednesday, March 19, 2025, At 3:00 Pm Eastern Standard Time.
Closing Date19 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Statement Of Work: Defibrillator
kansas City Va Medical Center
objective
the Kansas City Va Medical Center Intends To Procure Replacement Defibrillators For Units That Have Reached End Of Life. This Document Highlights The Technical Specifications And Services Being Requested By The Facility For Consideration Towards Purchase Of The Units. Vendors Under This Proposal Shall Provide All Equipment And Accessories, Installation Services, And Project Management Support.
scope
the Contractor Shall Furnish All Equipment Detailed In Table 1. All Products Must Meet All Salient Characteristics And Functions Defined In Section 3.
description
quantity
defibrillator
(includes Expansion Pack If Applicable)
46
the Contractor Shall Provide All Components Required To Implement All Listed Hardware And Software So The System (including All Items In Table 1) Is Fully Operational.
the Contractor Shall Provide Any Missing Parts, Features, Software, And/or Components Not Included To Fully Complete The Installation At No Additional Cost To The Government.
the Contractor Shall Provide All Labor, Supervision, And Any Other Resources Required To Deliver, Assemble/install, And Test All Listed Equipment.
all Hardware, Software, And Services Must Meet The Manufacturers And Veterans Affairs Specifications.
salient Characteristics
defibrillators
specification/salient Characteristics:
maximum Dimensions: Height 10 In; Width 12 In; Depth 13 In
maximum Weight: 15 Pounds
must Be Operational With Alternating And Direct Current (ac And Dc)
includes Alternating Current (ac) Power Cord For Use In The United States
guidelines 2020 Of American Heart Association- Compatible
automated External Defibrillator (aed) Mode With Manual Override
5-year Minimum Hospital Warranty
must Have The Following Accessories, Capabilities, And Ability To Operate In The Following Modes:
physical Features
nellcor Pulse Oximetry Compatibility
order Sensor Separately
non-invasive Blood Pressure
23-33cm Reusable Cuff With Minimum 3-meter Air Hose
for Use With Adult, Pediatric And Neonatal Patients
mainstream End Tidal Co2
adult And Pediatric Automated External Defibrillator (aed) And Electrocardiogram (ecg) Analysis With Appropriate Leads And Connections
cable Management System
color Liquid-crystal Or Light Emitting Diode Display Screen
batteries
rechargeable Lithium Lon Battery
run-time And/or Power Level Indicator
automatic Calibration Ready Stores History Of Use And Maintenance
operators’ Manual
1 Per Defibrillator
language: English
provided By Manufacturer And Includes Manufacturer’s Instructions
defibrillation
biphasic Defibrillation
provides Automatic Life Support Defibrillation When Powered On.
ability To Function As An Automated External Defibrillator (aed), And Starts In That Mode When Initially Turned On
manual Defibrillator To Support Pediatrics To Adults To Include Automatic Safety Feature To Eliminate The Risk Of Delivering An Adult Energy Level To A Pediatric Patient
less Than 7 Seconds Of Ready Charge Time For A New Fully Charged Battery
evaluates Electrocardiogram (ecg) Rhythm To Determine If Shock Delivery Is Required
configurations
configurable For Either Cardiopulmonary Resuscitation (cpr) Or Shock-first Driven Protocols
energy Sequences Can Be Configured For Single Or Multiple Shocks With Fixed Or Escalating Energy Levels
the Cardiopulmonary Resuscitation (cpr) Interval Length Is Configurable In 1-minute Increments For Up To 4 Minutes
wi-fi Connectivity
allows The Wireless Communication Of Clinical And Test Data (no Patient Health Data (phi))
synchronizes The Time To That Of The Network To Negate “clock Drift” And Ensures Time Accuracy Of Code Data.
federal Information Processing Standards (fips) Compliant
real Cardiopulmonary Resuscitation (cpr) Help
numeric Display Of Cardiopulmonary Resuscitation (cpr) Depth And Rate For Adult And Pediatric Patients
visual And Audio Prompts To Coach Cardiopulmonary Resuscitation (cpr) Depth For Adult Patients
release Bar To Ensure Adequate Release Off The Chest
metronome To Coach Rate For Adult And Pediatric Patients.
indicates Elapsed Time Since Last Detected Chest Compression
contractor Shall Deliver All Equipment To:
kansas City Va Medical Center
4801 E. Linwood Blvd
kansas City, Mo 64128
attn: Biomedical Engineering
ensure That Equipment Is Sent To The Attention Of Biomedical Engineering
include The Purchase Order (po) Number On The Shipping Label.
deliver Materials To The Facility In Manufacturer's Original Sealed Boxes Or Containers With Brand Name Marked Thereon. Refurbished Products Will Not Be Accepted.
package To Prevent Damage Or Deterioration During Shipment, Handling, And Storage.
maintain Protective Covering In Place And In Good Repair Until Delivery Is Necessary.
any Government Requested Delayed Delivery Up To 90 Days Shall Be At No Additional Cost To The Government.
contractor Shall Conduct A Pre-delivery Meeting At Least 3 Days Prior To Initial Award Delivery Date For Verification Of Delivery And Installation Dates.
delivery Of Oversized, Palletized Orders, Or Orders That Contain A Large Number Of Components Will Be Coordinated With The Contracting Officer’s Representative (cor) Who Will Communicate Internally With Warehouse Staff.
contractor Shall Adhere To All Equipment Delivery Deadlines Outlined In Table 2.
assembly, Installation, And Testing
contractor Responsible For Assembly And Installation Of Systems After Notification From Contracting Officer’s Representative (cor)(or Designee) That It Has Been Delivered To Station.
install Shall Include Unboxing And Transportation Of Equipment To Final Use Location.
installation Shall Include Implementation And Testing Of All Purchased Interfaces To Va Electronic Systems In Coordination With Clinical Staff, Biomedical Engineering Staff, Office Of Information And Technology (o&it) Staff, And Others Identified As Needed.
vendor Shall Provide All Necessary Accessories, Cables, Adaptors, Et Cetera To Deliver A Fully Functional Clinical Device/system.
1. Any Other Day Designated By Executive Order.
2. Any Other Day Designated By The President’s Proclamation; And
3. Any Other Day Designated By Federal Statute.
all Services Shall Be Performed During Normal Hours Unless Otherwise Scheduled With The Contracting Officer’s Representative (cor).
hardware/software Update/upgrade Installations, Where Applicable, May Be Scheduled And Performed Outside Normal Hours At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Contracting Officer’s Representative (cor) Or Designee).
all Agreed-upon Work Scheduled Outside Normal Business Hours Shall Be At No Additional Cost To The Government.
site Conditions & Protection Of Property
vendor Representatives Must Check In With Dole Va Biomedical Engineering When They Arrive On-site And Check Out Upon Completion Of Work Each Day.
vendor On-site Visits Shall Be Coordinated With The Contracting Officer’s Representative (cor) (or Designee) Before Being Scheduled Or Conducted.
there Shall Be No Smoking On Kansas City Va Premises At Any Time.
eating And Drinking Are Not Allowed Inside The Hospital, Except For In The Canteen Dining Area.
vendor Staff Shall Always Be Professional And Shall Take All Necessary Precautions To Maintain A Safe Environment For The Occupants. This Includes, As Necessary, Coordinating Access And Closures For Sensitive Areas Of The Medical Center.
vendor Shall Be Responsible For Cleaning All Work Areas After Completion Of Tasks. This Includes, But Is Not Limited To, Removal Of Packaging And A Clean Sweep/mop Of The Area As Required By Work Type.
contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds, And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor.
the Contractor Shall Perform An Inspection Of The Building(s) And Grounds With The Contracting Officer’s Representative (cor) Prior To Commencing Work To Ensure That The Contractor Shall Be Able To Repair Or Replace Any Items, Components, Building(s) Or Grounds Damaged Due To Negligence And/or Actions Taken By The Contractor. The Source Of All Repairs Beyond Simple Surface Cleaning Is The Facility Construction Contractor (or Appropriate Subcontractor), So That Building Warranty Is Maintained. Concurrence From The Va Facilities Management Point Of Contact (poc) And Contracting Officer’s Representative (cor) Is Required Before The Contractor May Perform Any Significant Repair Work. In All Cases, Repairs Shall Utilize Materials Of The Same Quality, Size, Texture, Grade, And Color To Match Adjacent Existing Work.
vendor Staff Shall Minimize Noise As Much As Possible While Working In All Buildings.
vendor Is Responsible For Providing All Personal Protective Equipment (ppe) Necessary For Their Work.
the Contractor Shall Be Responsible For Security Of The Areas In Which The Work Is Being Performed Prior To Completion.
security Requirements
network Security
the Vendor Is Required To Complete And Submit The Two Attached Va Security Forms, If Their Equipment Can Be Connected To The Va Network. If These Forms Are Not Completed And Submitted With The Bid Package, The Vendor Can Be Disqualified From The Bidding Process.
the Certification And Accreditation (c&a) Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required.
warranty & Service
the Contractor Shall Provide All Manufacturers’ Warranty With Products Upon Delivery.
warranty – The System, All Accessories, And All Software Shall Be Covered Under The Manufacturer’s Warranty And Shall Include All Parts And Labor For At Least 5 Years Following Acceptance By The Va Medical Center.
a Manufacturer’s Factory-trained Field Service Engineer Shall Perform Installation And Maintenance During The Warranty Period.
the Warranty Period Shall Not Begin Until After The Contracting Officer’s Representative (cor) (or Designee) Has Accepted The Products Delivery, Installation, And Functionality.
the Warranty Shall Include All Manufacturer Recommended Preventive Maintenance Procedures For Its Duration.
all Available Software Updates And Security Patches Will Be Made Available To The Kansas City Va During The Warranty Period.
vendor Shall Provide Response To Applications And Technical Calls Within 8 Hours.
vendor Shall Ship Replacement Parts Within 48 Hours Of Identifying Necessity By Kansas City Va Biomedical Engineering Staff.
invoicing
va’s Electronic Invoice Presentment And Payment System – The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, Vendor Electronic Invoice Submission Methods. Facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below:
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.tungstennetwork.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge.
a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org).
Closing Soon14 Feb 2025
Tender AmountRefer Documents
3011-3020 of 4716 active Tenders