Transportation Tenders

Transportation Tenders

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| Inspection And Acceptance - Short Version|8|x||x|||||| Desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|2|425|clin 0001ab |1|425|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|tbd|w25g1u Qty 2; W62g2t Qty 1|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Equal Opportunity (sep 2016)|2||| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| Warranty Of Data--basic (mar 2014)|2||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| Annual Representations And Certifications (may 2024)|13|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 6.any Contract Awarded As A Result Of This Solicitation Will Be Dx Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,regulating,sy . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,regulating,sy Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 20859-001; 3.2 Marking - This Item Shall Be Physically Identified In Accordance With ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And Approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The Substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: Code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. Code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. Code 3: Part Not Furnished Separately - Use Assembly. Code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. Code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. Code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material Will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The Contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting Officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of Contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are Located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A Polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The Requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A Component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface Ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. E. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navsup-wss Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: Commanding Officer Navsup-wss Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Commanding Officer Navsup-wss Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of This Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information Contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: A... Approved For Public Release; Distribution Is Unlimited. B... Distribution Authorized To Us Governments Agencies Only. C... Distribution Authorized To Us Government Agencies And Their Contractors. D... Distribution Authorized To Dod And Dod Contractors Only. E... Distribution Authorized To Dod Components Only. F... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. X... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Closing Date5 Mar 2025
Tender AmountRefer Documents 

MARITIME ADMINISTRATION USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: This Is An Invitation For Bid Or Ifb: Please Submit All Bids Before 1330 On March 5th, 2025. bids May Be Recieved In Mail, us Department Of Transportation maritime Administration Mar 380 1200 New Jersey Ave Se mail Stop W26-449 washington, Dc 20590-0001 or By Email At: Henry.puppe@dot.gov below Is The Ms Teams Invite Link. https://teams.microsoft.com/l/meetup-join/19%3ameeting_zjhmndy0odctzde3yi00zjq0ltlhndutnjbmognkmmi3ownk%40thread.v2/0?context=%7b%22tid%22%3a%22c4cd245b-44f0-4395-a1aa-3848d258f78b%22%2c%22oid%22%3a%22db5728dc-5af0-4a71-8552-846dafd3d43f%22%7d dial In By Phone +1 509-931-1572,,391590357# United States, Spokane phone Conference Id: 391 590 357# the Maritime Administration (marad), Which Is An Agency Of The United States Department Of Transportation, Intends To Procure Layberthing Services For An Exclusive Use Long-term Safe Layberth For Up To Three Ro/ro Vessels. The Geographic Area Of Consideration For This Solicitation For The Three Vessels Is On The East, Gulf And/or West Coast. Potential Layberth Locations Are Inclusive Of Navigable Waterways That Can Support The Safe Berthing And Navigation Of The Size Vessel Identified. For Potential Sources Located On Inland Waterways The Distance To Open Waters Must Not Exceed 150 Miles. The Primary Bid For The Solicitation Will Be One Base Year And 4 Option Years With An Alternative Bid For A Base Year And Nine Option Years. see Attachments For Details
Closing Date5 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n731,47|n00383|215-697-1488|arianna.g.pilla.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|inspection Site Source Final Acceptance Site Source |tbd|n00383|tbd|tbd|see Schedule|n/a||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 Days After Discovery Of Defect||||| safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023)|9|||||||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitations On Pass-through Charges (jun 2020)|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 (may 2024)|12|336413|1250||||||||||| type Of Contract (apr 1984)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Purpose Of This Solicitation Amendment Is To Incorporate The Following Changes: 1. Rfp N00383-25-r-n145 Is Hereby Extended For An Additional 30 Days. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, or Sent By Other Electronic Commerce Methods, Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. \ the Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicablefor This Procurement. the Requested Rtat Is 60 Days. this Rfp Is For Repair. Navsup Wss Requests That Contractors Submit A Quote That Includes Either A Firm-fixed Price Or Tt&e Pricing As Well As Estimate Costs To Repair This Item. this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany 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. 1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.5 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 Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements repair The Engine Control Unit To The Latest Configuration P/n 4501860f. 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: electronic Componen ;4501860e; P/n, ;7r 1680-01-474-4622 V2; Nsn, ;repair In Accordance With The Technical Drawings And Service Bulletons To Meet Industry Standards.; 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. electronic Componen ;hamilton Sundstrand Corporation; Company Name , ;1007 E. University Drive, Phoenix, Az. 85034-6513; Address , ;0cam5; 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. the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent. responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein. procedures:the Contractor Shall Prepare And Maintain Quality Control documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The performance Spcifications To Perform The Procedures. quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which compliance With Contractual Requirements will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request. purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002). receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. 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 Ascertifications, And Actual Dimensional Readings. failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government. nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition. contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification. material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer. responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items. repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing. records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records: receipt Inspection Documentation. repair Shop Travelers Or Repair Cards. parts Replacement Records. parts Inspection Data Before And After Repair As Applicable. acceptance Test Data. qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date5 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others...+2Civil And Construction, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: *** Amendment 0002 Is Issued To Update The Applicable Davis Bacon Wage Determination, Add Far Clause 52.236-17, Revise Far Clause 52.211-10, Revise Drawing C-101 And Specification Sections 01 35 13 And 31 00 00. See Amendment Document For Further Details. *** Amendment 0001 Is Issued To Extend The Suspense Date From January 17, 2025 To February 28, 2025 And To Revise Far Clauses 52.211-10 And 52.211-10 Alt I. See Amendment Document For Further Details.*** Erie Pier Confined Disposal Facility (cdf) Is An 82-acre Disposal Facility Located Near 40th Avenue East In Duluth-superior Harbor. The Facility Is Used As A Stockpile Site For Dredge Material Taken From Duluth Superior Harbor And Other Sites. A Total Of 55,000 Cubic Yards Of Fine-grained Dredged Material, Stockpiled Within The Cdf, Shall Be Transported To Specified Destinations. The Stockpiled Material Is A Combination Of Dry And Saturated Material. The Contractor Will Mobilize On Site, Excavate, Dewater, And Load The Material Into A Transportation Vehicle To Be Hauled To Specified Local Upland Sites For Beneficial Reuse. Construction Work Includes Site Work And Preparation For Loading Activities, Clearing And Grubbing, Earthwork, Haul Road Maintenance, And Other Requirements Incidental To The Work Requirements. Performance May Be Completed Throughout The Calendar Year.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Page 1 Of 5 page 1 Of 13 page 1 Of 5 pre-solicitation Notice For A Service Disabled Veteran Owned Small Business (sdvosb) Contractor To Provide A Firm Fixed Price Indefinite Delivery/indefinite Quantity (idiq) Contract With A Five-year Ordering Period For Pre-arranged Non-emergent Wheelchair Transportation Services For The Va Maine Healthcare System. Below Is The Proposed Performance Work Statement. the Full Solicitation Will Be Posted On The System For Award Management (sam) Located At Https://www.sam.gov On Or About March 6th, 2025, As A Sdvosb Set-aside. The Applicable Naics Code Is 485991 With A Size Standard Of 19 Million. The Psc Is V212. All Interested Parties Should Register Via The Sam Portal At Https://sam.gov To Be Eligible For Participation In The Solicitation. It Is The Responsibility Of The Offeror To Monitor And Download Amendments From Sam Which May Be Issued To This Solicitation. Prospective Firms Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award. **funding Has Not Yet Been Secured** performance Work Statement i. General Overview: the Va Maine Healthcare System Requires A Contractor To Furnish Wheelchair (wheelchair) Van Transportation Services To Its Beneficiaries. The Contractor Must Provide All Equipment, Personnel, Supervision, And Support To Provide These Transportation Services. This Contract Shall Have A Five Year Ordering Period. The Government Seeks One Primary Contractor (or Transportation Broker) That Will Handle These Services And The Logistics Of Establishing Subcontracting Networks (if Necessary) To Perform The Work Outlined Herein. The Primary Intent Of This Contract Is For Prearranged Non-emergency Transportation. All Services Will Be Provided In Accordance With The Terms And Conditions Of This Contract And Industry Accepted Quality Standards Highlighted In This Sow. The Intent Is To Establish An All Inclusive Price To The Greatest Extent Possible By Establishing A Fixed Price Per Trip For Routine Transports. the Maine Healthcare System Includes The Togus Va Medical Center Located At 1 Va Center In Augusta, Me And The Following Community Based Outpatient Clinics (cboc S): Bangor, Lewiston, Portland, Rumford, Lincoln, Presque Isle And Calais Addresses Listed. Services Include Transportation To And From Togus Va, Cboc S Or Va Authorized Appointments In The Community. Bangor Va Clinic Lincoln Va Clinic 35 State Hospital Drive, Bangor, Me 99 River Road, Lincoln, Me Portland Va Clinic Rumford Va Clinic 141 West Commercial St. Portland, Me 10 Railroad St. Rumford, Me lewiston Va Clinic Calais Va Clinic 15 Challenger Drive, Lewiston, Me 50 Union St, Calais, Me Presque Isle Va Clinic 732 Main St, Presque Isle, Me ii. Tasking/specifications: general: Contractor Will Furnish Monday-friday (7:00am 6:00pm) Wheelchair Van Transportation Service For The Beneficiaries Of The Va Maine Healthcare System. Service To Include Transport To And From Togus Va Medical Center (vamc), Va Maine Hcs Community Based Outpatient Clinics, And Any Healthcare Appointment Locations Located In The Community. number Of Patients: It Is Understood And Agreed That 1 Or 2 Patients Can Be Transported Together (combined Trip) By The Request Of Va Maine As Long As Vendor S Vehicle Can Appropriately & Safely Accommodate Patients Including Their Wheelchairs. An Authorized Official Of Va Maine May, In The Interest Of The Patient, Allow A Relative Or Aide To Accompany Him/her At No Extra Charge To The Government. The Contractor Must Ensure That The Pick-ups And Drop-offs Are Scheduled So That The Total Distance Traveled Will Result In The Most Economical Charge To The Government. waiting Time: For Time Waiting At Either End Or Both Ends Of A Trip Due To Causes Beyond The Contractor S Control (e.g. Patient Not Ready For Pick Up) The Contractor Will Be Reimbursed At The Wait Time Rate Quoted In Their Bid For Each Full Quarter Hour In Excess Of One-quarter Hour From The Time Contractor Reports To The Pickup Point. Contractor Shall Arrive To Pickup Point Within 15 Minutes Of Scheduled Pickup Time. For Round Trips, A Scheduled Pick Up Time Will Be Given For The Contracted Driver To Return To Pick Up Patient. There Is No Waiting Time Reimbursement While Patient Is Attending Appointments. If The Pickup Is Other Than At The Va Maine, The Contractor Will Call The Mobility Manager (mm) Or Administrator On Duty (aod) After Hours As Soon As They Anticipate That A Delay May Develop For Which They Expect To Claim Reimbursement. This Call Is Only For The Purpose Of Verifying Arrival Time At The Pickup Point And Is Not Necessary If The Contractor Anticipates No Delay For Which They Will Claim Reimbursement. completed Trip: When Wheelchair Van Service Under The Terms Of This Contract Involves Pick-up Of A Patient Who Is To Be Brought To Togus Vamc, A Cboc Or To A Va Community Care Appointment, The Trip Will Be Considered Complete When The Patient Is Delivered By Driver To The Requested Destination. non-pickup Of Patient: When Wheelchair Van Service Involves A Trip To Or From Togus Vamc Or Transfer From Community Hospital Or Patient S Residence And Patient Refuses Transport Or Due To Unforeseen Circumstances Or The Patient Unstable For Pick-up, The Contractor Will Collect For The Trip At The Base Rate Applicable Under The Schedule Portion Of This Contract. rates: Rates Will Apply Monday-friday Normal Business Hours (7:00am 6:00pm). Payment For Mileage Traveled Beyond A Base Trip (25 Miles) Will Be Limited To One Way Only For The Distance Over Which The Patient Is Transported. The Contractor Shall Receive The Base Rate Quoted In The Schedule For All One-way Trips Ordered. The Base Rate Shall Constitute Full Compensation For One-way Trips Which Do Not Exceed The Mileage Threshold As Defined Herein. The Contractor Will Only Receive Additional Mileage Payment For Mileage Exceeding 25 Miles For A One-way Base Trip. toll Charges: It Is Agreed And Understood That The Prices Quoted In The Schedule Do Not Include Any Ferry, Bridge, Tunnel Or Road Toll Charges. Any Such Legitimate Toll Charges Incurred Shall Be Limited To One-way Only And Shall Be Listed Separately On Contractor's Invoice. problems In Transport: Any Adverse Events Incurred During The Transport Of Our Patients Will Be Recorded And Reported To The Mobility Manager At The Togus Va And Recorded In The Incident Reporting System Within 2 Hours Of Incident. patient Welfare And Abuse: The Contractor Shall Be Held Responsible For Patient Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Government Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches Or Personal Belongings Will Be Replaced By The Contractor At No Additional Cost To The Government Or Beneficiary. The Government Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. Any Abuse Of Patients Will Be Grounds For Default Action Or Termination Of The Contract. In The Event A Patient's Develops A Medical Condition During Transport, The Contractor Shall Transport The Patient To The Closest Facility Appropriate For The Required Care. no Idle Policy: At No Time Will The Contractor Leave Vehicles On Va Premises Unless A Pick-up Or Delivery Is In Process. Once A Patient Has Been Removed From Vehicle And The Running Vehicle Will Be Removed From The Drop Off Point. If Driver Is Waiting For Patient, He Is To Remain With Vehicle (not Idling) Until Patient Arrives For Return Ride. iii. Ordering Procedures: requests For Services Will Be Recorded On The Daily Travel Manifest And Furnished To The Contractor Via Telephone. These Requests Will Be Communicated By The Travel Dept., No Later Than 4:00 P.m. Prior To The Day The Transportation Is Required. Poc Mobility Manager Or Transportation Coordinator (623-8411, Ext 5693, 2262 Or 4910). The Following Information Shall Be Provided By The Va To The Contractor: beneficiary Name (first And Last Name) social Security Number/date Of Birth pick Up Point (include Address, Telephone #, City, State, Bldg. And/or Room Number If Applicable) destination time Of Pick Up support Required Or Items To Accompany, (escort, Other Items) additional Information As Needed (whether There Are Papers, Medications Or Other Items To Be Transported With The Beneficiary And Location Of Those Items) including Any Specific Physician Instructions a Listing Of Va Personnel Authorized To Communicate The Arrangement Of Wheel Chair Van Services Will Be Forwarded To The Contractor After Award Of Contract. Updated Listings Shall Be Provided To The Contractor When Required During The Term Of The Contract. in The Event That A Beneficiary Misses His/her Scheduled Appointment Due To Pick Up Delay, The Va Shall Reschedule The Trip. If Additional Charges Are Incurred By The Va For The Rescheduled Trip Said Additional Charges Shall Be The Responsibility Of The Contractor. The Va Shall Notify The Contractor When These Cases Are Identified. when Veterans Call For Service, The Contractor Is Not To Transport Patients Who Call Them For Transport Unless Authorized For Payment By The Mobility Manager Or Transportation Coordinator. patient Pick-up And Delivery From/to Va Maine: The Mobility Manager Or Transportation Coordinator Will Specify Location To Pick Up Patient. Primarily It Will Be From The Lobby Of Bldg. 200 For All Trips Made To The Togus Vamc. in Case Of Inclement Weather, The Decision As To Whether Or Not A Va Beneficiary Shall Be Transported Shall Be Made Mutually By The Mm Or Tc And The Contractor. when More Than 1 (one) Beneficiary Is Transported, In A Single Vehicle, The Longest Distance Transported May Be Claimed In Addition To The Base Rate For One Beneficiary Plus The Established Rider Rates For The Remaining Beneficiaries. Trip Mileage Shall Be Determined In Accordance With The Current Bing Map Internet Version. The Contractor Shall Ensure That Pickups And Drop-offs Are Made So That The Total Distance Traveled Shall Result In The Most Economical Charge To The Government. When More Than One Beneficiary Is Transported Within The 25-mile Radius In A Single Vehicle To Close Destinations, A Base Rate May Be Charged For One Beneficiary And Rate For Additional Beneficiary For The Remaining Beneficiaries. ordering Officers Will Be Authorized To Place Orders Against This Contract. The Contracting Officer Will Furnish The Contractor With The Names Of Individuals Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. When Ordering Officers Are Added After Award, The Contracting Officer Will Furnish The Contractor With The Names Of Individuals Authorized As Ordering Officers, By Memorandum Upon Ordering Officer Appointment. Ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. iv. Contractor S Quality Control Program (qcp) the Contractor Shall Establish And Maintain Quality Control Program To Ensure All Contract Requirements Are Met. The Contractor S Qcp Shall Include The Following Or Have Incorporated Into During Performance Of The Contract, At A Minimum: an Inspection Plan Covering All Services Required By This Contract. The Inspection Plan Shall Specify The Areas To Be Inspected On Either A Scheduled Or Unscheduled Basis And How Often Inspections Shall Be Accomplished And Documented, And The Title Of The Individual(s) Who Shall Perform The Inspections. on-site Records Of All Inspections Conducted By The Contractor Noting Necessary Corrective Action Taken. The Government Reserves The Right To Request Copies Of Any And/or Each Inspection. The Methods For Identifying And Preventing Deficiencies In The Quality Of Service Performed, Before The Level Of Performance Becomes Unacceptable And Organizational Functions Noting Intermediate Supervisory Responsibilities And Overall Management Responsibilities For Ensuring Total Acceptable Performance. The Contractor Shall Maintain On-site Records Of All Vehicle Maintenance And Repairs Performed On Vehicles Used In The Performance Of This Contract. The Contractor Shall Institute Methods To Identify And Prevent Vehicle Breakdowns, With Detailed Procedure For Alternative Transportation Of Beneficiaries In The Event Of Mechanical Breakdown Of Vehicle. the Contractor Shall Maintain On-site Records Identifying The Character, Physical Capabilities, Certifications And Ongoing Training Of Each Employee Performing Services Under This Contract. The Contractor Shall Have Methods Of Identifying And Preventing Radio Communication Breakdowns And Provide A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown. the Contractor Shall Maintain On-site Records Of Any Complaints Or Problems With Procedures Taken To Allow For Corrections And/or Elimination Before Effects Caused Interruption Of Contract Performance. The Contractor Shall Participate In Quarterly Scheduled And/or Unscheduled Conference Calls With The Va Representatives To Provide A Report Of On-going Operational Issues. the Contractor Shall Have A System That Verifies The Licenses And Driving Records Of Individuals Operating The Vehicles. The Contractor Shall Make This Information Available For Review By The Va Upon Request. v. Performance Standard: 1.general: Contractor Shall Maintain A 98% Satisfaction Rate Per 100 Trips To Be Considered As Providing Acceptable Performance. Acceptable Performance Is Considered As Having No More Than Two (2) Valid Complaints Per 100 Trips. Validity Of Complaint Is To Be Determined By The Cor. the Contractor Shall Maintain At A Minimum, A 95% Compliance Rate On Response To Pick-up Or Deliver During The Contract Year. If The Contractor Fails To Provide Service Within The Time Frames Specified Herein, The Government Reserves The Option Of Either Obtaining Service From An Alternate Source And Charging The Contractor With Any Excess Costs Accrued Or Assessing A Fee For Each Late Pick -up. 2.vehicle And Regulatory Standards: Successful Offeror Shall Meet All Requirements Of Federal, State, Or City Codes Regarding Operations Of This Type Of Service. Further, All Vehicles Must Be Equipped With All Items Specified By Federal 49 Cfr Parts 27, 37, And 38, Transportation For Individuals With Disabilities (most Current Volume), State And Local Laws, Ordinances, Codes, Rules, And Regulations. A Minimum Acceptable List Is Detailed In The Evaluation Criteria Under The Proposal Preparation Instructions, Volume Ii (technical). 3.mileage: To Determine What Is Considered Reasonable Mileage, Va Will Utilize Bing Maps Internet Version (internet Address: Http://www.bingmaps.com ) Quickest Route Computations. Unless Specifically Approved By Travel For Extenuating Circumstances, Requests For Payment Of Mileage Determined Not Reasonable By The Va Will Not Be Paid. Contractor Must Ensure That Pickups And Drop-offs Are Scheduled So That The Total Distance Traveled Will Result In The Most Economical Charges To The Government. 4.inspection Of Contractor Facilities/vehicles: The Government Reserves The Right To Thoroughly Inspect And Investigate The Facilities, Vehicles, And Business References, Of Any Offeror And To Reject Any Proposal, Irrespective Of Price, That Shall Be Administratively Determined To Be Lacking In Any Of The Essentials Necessary To Ensure Acceptable Standards Of Performance. 5. Passenger Transportation: contractor Shall Provide Wheelchair Van Transportation Services Five (5) Days Per Week, During Normal Business Hours, 7:00am To 6:00pm. If A Beneficiary Being Transported Declines To Be Properly Belted; He/she Will Not be Transported. The Cor Or Designee Will Be Notified Promptly. If The Beneficiary Removes The Securing Devices During The Trip, The Driver Will Notify The Cor Or Designee Of This Upon Arrival At Destination. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. Contractor Drivers Shall Ensure Proper Loading/unloading Techniques Are Followed At All Times. Beneficiaries In Wheelchairs Shall Be Loaded Onto Lifts, Ensuring All Safety Systems Are Working Properly, E.g. Roll Back Stops, And The Driver Must Ride The Lift With The Beneficiary During Loading/unloading. Beneficiaries In Motorized Scooters Must Transport To A Vehicle Seat. No Beneficiary Shall Be Allowed To Ride A Motorized Cart (scooter) On The Vehicle Lift At Any Time. The Contractor Shall Ensure That Drivers Receive Appropriate Safety Training On Loading/unloading Techniques And Such Training Shall Be Documented And Made Available To The Cor Or Designee Annually And/or Prior To Contract Submission Or Renewal. Contractor Shall Provide Through The Door Assisted Service For All Beneficiaries To And From Their Designated Appointments If The Beneficiaries Can Beneficiaries Shall Be Picked Up On The Ward, In Their Homes, In The Clinics, Or At Other Areas Designated By The Va And Taken To The Authorized Destination Or Appointment. All Beneficiaries Shall Be Attended By An Authorized Responsible Party At All Times. Assistance In Maneuvering Stairs And Other Barriers Shall Be Provided By The Driver And/or Authorized Attendant When Necessary. These Services May Need To Be Provided Within Or Outside The Home (i.e., From The Door To The Vehicle. When The Beneficiary Is Delivered To A Destination (i.e., A Clinic Or Other Appointment), An Authorized Care Giver Or Medical Staff At The Destination Must Be Informed Of The Beneficiary S Arrival By The Contractor S Driver Or Authorized Attendant. the Contractor S Driver (or Authorized Attendant) Shall Observe The Beneficiary During Transport. Any Indication Of A Significant Change In The Beneficiary S Condition (i.e., Sudden Onset Of Rapid Or Labored Respiration, Complaints Or Chest Pains, Etc.) Shall Be Communicated Immediately To The Togus Travel Office 623-8411, Mobility Manager (mm) Ext. 4910 Or Transportation Coordinator (tc) Ext. 5693 Or 2261. After Hours, Aod Ex. 5523. If Necessary Driver May Need To Divert To The Nearest Healthcare Facility. contractor S Driver Shall Notify The Mm Or Designee, Of Any Unusual Events, Including But Not Limited To Accidents, Safety Problems, Beneficiaries Unfastening Themselves And Other Such Incidents That Occur, Which Involve Any Va Beneficiary Being Transported Under This Contract. The Cor Or Designee Shall Be Notified Within One (1) Hour Of The Occurrence Of The Incident(s) By Telephone And, If Requested By The Cor And/or Contracting Officer, A Written Report Of The Incident(s) Will Be Delivered To The Cor Or His/her Designee By Close Of Business The Next Working Day. Restrictions: The Contractor May Not Transport Non-va Contract Beneficiaries Or Private-pay Beneficiaries With Va Beneficiaries Under This Contract. No Beneficiary En-route In Any Transport Shall Be Transferred From The Original Vehicle To Another Vehicle At A Location Other Than The Destination Address Supplied By The Travel Office, Unless Extraordinary, Urgent Need Situations Arise. All Such Events Shall Be Reported To The Travel Office. Drivers Shall Not Make Non-emergent Stops For Any Reason, During Any Beneficiary Transport Under This Contract. While Transporting Va Beneficiaries Under This Contract, Only Authorized Drivers Or Attendants, Or Beneficiary S Family Member Or Representative, Shall Be Allowed In The Vehicle. The Number Of Riders In Any Vehicle Shall Not Exceed The Number Of Approved Safety Restraints Available In The Vehicle. The Contractor Shall Have A Contingency/backup Plan In The Event The Contractor Is Unable To Perform Services Or Have Services Performed As Required. The Contractor Shall Immediately Notify The Va Travel Section And Provide Justification For Non-performance And Initiate The Contingency/backup Plan. Non-emergency Attendant/drivers Must Be Capable To Administer Oxygen And Have Successfully Completed The Standard Or Advanced First Aid Courses Of The American Red Cross Or U.s. Bureau Of Mines Or Equivalent. Proof In The Form Of A Current Certificate That Such First Aid Training Has Been Successfully Completed Must Be Submitted With Offeror S Proposal And Available Upon Request. All Contractor Personnel Performing Contract Services Shall Meet The Qualifications And Be Licensed As Specified In The Contract, As Well As Any Qualifications Required By Federal, State, County And Local Government Entities From The Place In Which They Operate. The Qualifications Of Such Personnel Shall Also Be Subject To Review By The Va Chief Of Staff And Approval By The Va Facility Director. the Contractor Shall Be Responsible For Protecting The Personnel Furnishing Services Under This Contract. To Carry Out This Responsibility, The Contractor Shall Provide The Following For These Personnel: - Workers Compensation - Professional Liability Insurance - Health Examinations - Income Tax Withholding - Social Security Payments the Parties Agree That Such Personnel Shall Be Considered Employees Of The Contractor And Shall Not Be Considered Va Employees For Any Purpose. drivers And Authorized Attendants All Contractor S Drivers Shall Be Required To Wear, In A Readily Observable Area On The Employee, A Contractor Supplied Photo Identification Badge Containing The Name Of The Driver Or Attendant, And The Contractor S Business Name, Or Company Uniform, That Is Acceptable To The Contracting Officer, Which Identifies The Drivers While Performing Any Aspect Of Service Prescribed In This Contract. Contractor Shall Be Responsible For Appropriate Driver Screening And Selection Criteria When Employing Drivers. Such Screening Shall Include But Not Limited To Testing Drivers For Prohibited Drug Use And Alcohol Misuse, And A Criminal Background Check To The Maximum Extent Permitted By Law. all Contractor S Drivers Shall Have Passed The American Red Cross First Aid Course And Have On File A Current Certificate (renewable Every Three Years) To Be Made Available To The Contracting Officer Upon Request all Contractor S Drivers Shall Have Passed The American Red Cross Adult Cpr Course And Have On File A Current Certificate (renewed Annually) To Be Made Available To The Contracting Officer Upon Request. All Contractor S Drivers Shall Perform Such Duties That Require The Use Of The Above Training And Certification; I.e. Transferring Beneficiaries, Helping Transfer Beneficiaries, As Needed. All Contractor S Drivers Shall Have The Physical Capabilities To Provide Special Assistance To The Beneficiaries When Transporting Beneficiaries To The Medical Center, Private Residence, Nursing Homes, Etc. The Contracting Officer/cor Reserves The Right To Prohibit Specific Drivers From Participating In The Loading, Transporting, And Unloading Of Beneficiaries Should It Be Determined The Driver Has Engaged In Unsafe Practices. The Contractor Shall Promptly Replace Any Personnel Removed From The Performance Of Services. This Determination Will Be At The Sole Discretion Of The Contracting Officer/cor And Will Be Based Upon Documented Evidence. All Contractor S Drivers Shall Maintain A Valid Operator Or Chauffeur S License, Required To Operate The Type Of Vehicle Necessary To Perform The Service, As Required By The State Of Maine. Contractor Shall Provide, Upon Request Of The Contracting Officer, A Copy Of The Valid License Of All Drivers Performing Under This Contract. Drivers At A Minimum Are Required To Have A Background Check Prior To Transporting Veterans Which Shall Include But Not Limited To A Finger Check Run Through An Fbi Data Base With Favorable Determination, And Each Of The Drivers Shall Prior Have A Desk Review Of Their Driving Records And Active Licenses. the Cor, Or Designee, May Require An Attendant Other Than The Driver To Accompany A Beneficiary For Wheelchair Van Transports. Rate Charges For Attendant Needed To Transport Beneficiary With Prior Authorization By The Va Applies. while The Vehicle Engine Is In Operation, Operator Telephone, Radio, Or Wireless Communications Shall Occur Only Via Hands Free Headset, Microphone, Or Other Hands Free Apparatus. contractor Conduct: The Va Places The Highest Priority On The Treatment Of Its Beneficiaries. The Contractor, Contractor S Employees, And Contractor S Representatives Shall Treat Each Beneficiary With Respect, Concern And A Professional Approach To Beneficiary S Dignity As An Individual And As A Beneficiary. All Communication Both Verbal And Non-verbal By The Contractor S Personnel, With And In The Presence Of The Beneficiary, Shall Be Conducted In A Professional Manner. The Contractor S Personnel Shall Conduct Themselves In A Professional Manner While Performing Any Aspect Of Service Related To This Contract At Or On The Grounds Of The Va Medical Center. All Va Medical Center Rules And Regulations Shall Be Adhered To By The Contractor Or Contractor S Personnel While Said Persons Are At Or On The Grounds Of The Medical Center. Beneficiary Privacy And Confidentiality: Contractor Shall Maintain The Confidentiality Of All Beneficiary Information And Records Associated With The Performance Of This Contract. Awarded Contractor Shall Be Required To Sign Business Associate Agreement (baa) As Mandated By The Health Insurance Portability And Accountability Act Of 1996 (hipaa). vi. Training Requirements: 1. To Be Eligible To Perform Under This Contract, Each Contract Employee Must Meet The Minimum Training Required Outline Below And Minimum Contractor Furnished Training Outlined In Paragraph (2) (c), (1) Through (8). 2. Contractor Furnished Training. a) The Contractor Shall Submit To The Contracting Officer Written Certification That Each Contract Employee Has Been Trained In The Subject Areas Outlined In Paragraph C Prior To Assignment Under This Contract. For Replacement Or New Employees Documentation Of Prior Training Must Be Submitted Or The Individual Contract Employee Must Complete The Required Training Before Being Employed In Support Of This Contract. b) All Formal Training Required Shall Be Administered (i.e., Taught, Presented) By Persons Who Are Certified As Being Qualified To Instruct Or Teach, The Specific Subjects Or Topics Required. Certification To Instruct The Specific Subject Shall Be In The Form Of A Certificate Issued By An Accredited Institution Of Learning (school, College, University), A Governmental (federal, State, County, Etc.) Educational Certification Body (agency, Board, Commission), Or By Documentation That The Person Instructing Has Sufficient Experience In/with The Subject To Be Able To Instruct The Subject In An Authoritative, Practical And Current Manner. c) In Addition To The Formal Training, The Contractor Shall Provide 16 Hours Of Orientation Training For Each Employee Fourteen (14) Days After His Or Her Initial Assignment To Duty. This Orientation May Be Accomplished While The Employees Are On Duty. The Contractor Shall Certify To The Cor As To The Completion Of The Orientation For Each Employee Within 45 Days Following Assignment To Duty. The Follow-up Orientation Should Include The Following Subjects And Instructional Time Periods As Well As Other Subjects As May Be Required: (1) Accident And Incident Reporting (2 Hours) (2) Safe Operation Of Emergency Vehicles (2 Hours) (3) Quality Assurance (2 Hours) (4) Fire And Emergency Preparedness Planning (2 Hours) (5) Handling Patient Complaints (1 Hour) (6) Infection Control (2 Hours) (7) Universal Precautions (policy And Procedure) (2 Hours) (8) Safety And Occupational Health Procedures (3 Hours) 3. Contractor Furnished Training - The Contractor Shall Submit To The Contracting Officer Written Certification Of The Follow-up Orientation. the Wheelchair Van Driver Must Be Enrolled In 'refresher" Continuing Education, Or Advanced Training Programs As Required By The Local Or State Government Entity In Which The Service Is Rendered To Veterans Or, A Yearly Basis. Such "refresher" Training Must Be Equivalent To That Developed By The Department Of Transportation Or National Highway Safety Administration. Evidence Of Successful Completion For "refresher" Training Must Be Provided To The Contracting Officer For Inspection. number Of Beneficiaries: It Is Understood And Agreed That No Vehicle Shall Transport More Individuals Than The Number Of Approved Safety Restraint Devices Installed In That Vehicle. When More Than One Beneficiary Is Transported On A Trip, Whether It Is To The Same Destination Or To Separate Destinations, Payment Shall Be Made In Accordance With The Terms Listed In Section E. Orders. vii. Contract Definitions And Acronyms: administrative Officer Of The Day (aod) Va Official That Works In The Admissions Area During Evenings, And Monitors Hospital Activities During Other Than Normal Business Hours. This Person Acts As Hospital Administrator During Off-hours. base Rate The Base Rate Shall Constitute Full Compensation For One-way Trips Which Do Not Exceed The Mileage Threshold As Shown In Price/schedule Section Of Order. beneficiary Veterans And Other Members Determined To Be Eligible For Benefits By The Va. contracting Officer (co) Va Official With The Authority To Enter Into, Administer And/or Terminate Contracts And Make Related Determinations And Findings. contracting Officer S Representative (cor) Va Official Responsible For Providing Contract Oversight And Technical Guidance To The Contracting Officer. Responsibilities Include Certification Of Invoices, Placing Orders For Service, Providing Technical Guidance, Overseeing Technical Aspects Of The Contract. All Administrative Functions Remain With The Contracting Officer. contractor The Term Contractor As Used Herein Refers To Both The Prime Contractor And His/her Employees, And Any Subcontractors And Their Employees. The Contractor Shall Be Responsible For Assuring. gender - For The Purpose Of Equal Rights, Wherever The Masculine Or Feminine Gender Is Used In This Solicitation, And The Resulting Contract, It Shall Be Considered To Include Both Masculine And Feminine Genders. joint Commission A National Organization Dedicated To Improving The Care, Safety And Treatment Of Patients In A Health Care Facility And Environment. loaded Mile Mileage Incurred With The Patient Actually On Board The Vehicle From The Point Of Pickup To Destination. mileage Rate Mileage Rate For Transportation Services Is The Rate Paid For Each Mile Traveled Beyond The Specified Mileage Threshold. This Rate Applies To Loaded, One-way Transportation As Well As No Load Trips Outside The 25-mile Radius Of Any Of The Identified Drop-off Locations. In No Event Shall The Contractor Receive This Rate For Miles Traveled Within The Specified Mileage Threshold. mobility Manager (mm): Poc At Va Maine Travel Dept., Also Is The Cor To Contractor. non Pick Up Of Patient (dry Run): When Wheelchair Van Service Involves A Trip To Or From This Medical Center Or Transfer From Community Hospital Or Patient S Residence And Patient Refuses Transport Or Due To Unforeseen Circumstances The Patient Unstable For Pick-up, The Contractor Will Collect For The Trip At The Rates Applicable Under The Schedule Portion Of This Contract. prorated Trips Any Trip In Which More Than One Veteran Is Transported By A Single Driver, Allowing Only The Mileage To Be Claimed To The Farthest Destination Of The Run. quality Assurance Those Actions Taken By The Government To Assure Services Meet The Requirements Of This Contract. quality Assurance Evaluator(s) Government Personnel Responsible For Surveillance Of Contractor Performance. quality Assurance Surveillance Plan An Organized Written Document Used For Quality Assurance Surveillance. The Document Contains Specific Methods For Performing Surveillance Of The Contractor S Continuous Performance. quality Control Those Actions Taken By The Contractor To Control The Production Of Goods Or Services, So They Will Meet The Requirements Of A Contract. transportation Coordinator Tc Schedules Beneficiary S Trips, Covers For Mm In The Event Of A Problem Or Event Of Patient While On Route. vamc Acronym For Department Of Veterans Affairs Medical Center. vehicle(s) The Term Vehicle(s) As Used In This Contract Refers To Wheelchair Accessible Vans. waiting/waiting Grace Period Waiting As Used In This Contract Is Defined As The Time Required And Verified By Authorized Medical Facility Personnel, For The Contractor To Wait At Designated Pickup And/or Delivery Points In Performing Contract Services. Waiting Will Be Charged In Fifteen (15) Minute Increments.
Closing Soon13 Feb 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Solid Waste Management
United States
Details: The Intent Of This Sources Sought Is To Identify Businesses Interested In Work That Will Consist Of The Removal, Transportation, And Disposal Of Resource Conservation And Recovery Act (rcra) Hazardous Wastes, Non-rcra Wastes, State-regulated Wastes, Non-state Regulated Wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (pcbs), And Per- And Polyfluoroalkyl Substances (pfas) Located On Or Around Military Installations Or Within A 50-mile Radius Of Any Pickup Location Listed On The Pickup Locations Table (attachment 3). the Contractor Agrees To Provide All Services Necessary For The Transportation, Final Treatment, Disposal, And/or Recycling Of The Items Listed In The Schedule In Accordance With (iaw) All Local, State, And Federal Laws And Regulations, And The Terms And Conditions Of This Contract. These Services Shall Include All Necessary Personnel, Including Applicable Subcontractors, Labor, Transportation, Equipment, And The Compilation And Submission Of All Documentation Required By This Contract. All Items, Regardless Of The Condition, Are Being Discarded By The Government And Will Require Recycling Or Disposal As Identified Via The Ordered Contract Line-item Number (clin). the U.s. Government Intends To Solicit And Award A Firm-fixed Priced (ffp), Indefinite Delivery Indefinite Quantity (idiq), Type Contract. The Contract Is Anticipated To Have A 30-month Base Period And One 30-month Option Period. The North American Industry Classification Standard (naics) Code Is 562211 (hazardous Waste Treatment And Disposal). The Size Standard Of This Naics Code Is $47,000,000. There Is No Solicitation Available At This Time; However, Attached Is A Draft Performance Work Statement (pws) That Firms Responding To This Sources Sought Should Use To Help Determine If They Would Be Able To Meet The Needs Of This Contract. Contractors Are Reminded That This Is A Not A Request For Proposals. There Is No Solicitation Available Currently. A Solicitation Will Be Posted At A Future Date Here On Sam.gov. submission Requirements: Interested Firms Must Submit A Brief Capabilities Statement Package (no More Than 3 Pages In Length, Single-spaced, 12-point Font Minimum) Demonstrating Ability To Perform The Requested Services. This Documentation Shall Address, At A Minimum, The Following: (1) Company Profile To Include Number Of Employees, Office Location(s), Cage Code, And A Statement Identifying Any Applicable Small Business Category And Current Status Of Any Applicable Small Business Classification. (2) Relevant Experience Within The Last Five Years, Including Contract Number(s), Government/agency Or Firm Point Of Contact (poc), And Current Telephone Number For The Poc. Identify If You Were A Subcontractor And The Work You Performed As The Sub-contractor. (3) A Listing Of Tsdfs Your Firm Would Use During The Performance Of This Contract. company Sales Brochures Or Marketing Packages Will Not Be Considered. a Response To This Sources Sought Will Not Be Considered An Adequate Response To Any Forthcoming Solicitation Announcement. The U.s. Government Will Not Provide A Debriefing On The Results Of The Survey. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This "sources Sought" Notice Or Any Follow-up Information Requests. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. the Submittal Package Must Be Received No Later Than 5:00 P.m. Est On 02 Jan 2025. submissions Shall Be Emailed To Michael.mamaty@dla.mil And Hazardouscontractswest@dla.mil With “sources Sought Alaska” In The Subject Line Of The Email.
Closing Date17 Dec 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n793.01|t3g|2156970000|tia.johnson.civ@us.navy.mil | commercial Product Procurement Notice|5||x|||| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type||tbd|n00383|tbd|tbd|tbd|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect.||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (jan 2025))|83|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (jan 2025))|16||||||||||||||||| offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| 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|| minimum Bid Acceptance Period (apr 1984)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (jan 2025)|12|336413|1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| evaluation--commercial Products And Commercial Services (nov 2021)|4|||||
Closing Date10 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|navsup|and|717-605-7043|daniel.c.shepley.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| time Of Delivery (june 1997)|20|clin 0001|12|155 Days Aro|||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo|n/a|to Be Determined (tbd)|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| progress Payments (nov 2021)|4||||| limitation Of Liability--high-value Items ($100k)(feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|1|| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| certification Regarding Knowledge Of Child Labor For Listed End Products(feb 2021))|4||||| annual Representations And Certifications (may 2024)|13|334290|800|||||||||||| cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| requirements For Submission Of Proposals Via Electronic Media (jan 2018)|1|electronic Mail: Excel And Word| type Of Contract (apr 1984)|1|firm-fixed Price (ffp)| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1|| the Offer Due Date For This Solicitation Is Hereby Extended To 4:30 Pm Eastern Usa Time On Friday, 07-march-2025. all Offers Must Be Submitted By This Revised Due Date And Time As No Late Offers Will Be Accepted. all Other Terms And Conditions Remain Unchanged. \ all Freight Is Fob Origin. this Solicitation Is For A Buy. Verify Nomenclature, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. o Unit Price: __________ Firm o Extended Total Price: __________ Firm o Offer Valid For: ________ (days) (desired Is 210 Days / Minimum Is 180) o Procurement Turnaround Time In Days (ptat / Lead Time): __________ o Awardee Cage: __________ o Government Source Inspection Cage, If Not At Source: __________ o Final Acceptance / Packaging Cage, If Not At Source: __________ o Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example): ________________ important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is Authorized As An Authorized Distributor Of Their Items. submit Your Offer No Later Than Due Date And Time Specified In The Solicitation. Late Proposals Will Not Be Accepted. offerors Should Submit All Questions No Later Than One (1) Week Prior To The Initial Solicitation Closing Date. The Government Is Not Required To Answer Questions Received After This Date. Unless Otherwise Stated In An Amendment, Extensions To The Solicitation due Date Will Not Extend The Date For Questions From Potential Offerors. the Government Intends To Award A Single Contract Under This Request For Proposal (rfp). The Government Also Intends To Award Without Discussion, So All Questions Or Requested Amendments Should Be Addressed Prior To Closing. The Government Reserves The Right To contact Offerors For Clarification, Or Conduct Discussions If The Procurement Contracting Officer Determines Discussions Necessary In Accordance With Far 15.306(a). \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Nrp,processor,signa . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Nrp,processor,signa Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;03538 77c734590g2; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date7 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Amendment 0004 For Solicitation 70z04725rpcni0001 - Rfi Responses, C-100_rev 23jan25 (.pdf), Andc-003 (.pdf) thisdesign Build Project Isposted Exclusively For Those Contractors On The Currentdhs/uscg National Multiple Award Construction Contract Iii (nmacc Iii), Pool 1. base Item 0001: The Contractor Shall Provide All The Supervision, Labor, Tools, Equipment, Materials, Transportation, And Other Services For The Design/build To Restore Runway 1-19 (rpuid 24082) To Operational Conditions As A Crosswind, Alternate Runway For The Design Mix Aircraft At Its Present Dimension Of 4,518-feet In Length And 150-feet In Width; Also, To Include Taxiway Kilo And Taxiway Golf. The Contractor Shall Also Provide And Install Operational Led Edge Lighting, Guidance Signs, Lighting System Components Supporting Taxiways For Runway 1-19 And Various Taxiways. All Lighting Shall Comply With Faa Standards (faa Ac 150/5340-30). option Item 0001: Rw 1-19 North Turnaround: Provide All Services And Materials Necessary For The Site Demolition And Disposal To Construct A Rw 1-19 North Turnaround Pad. The Rw 1-19 Turn-around Pad Shall Be Compatible For The Largest Operating Aircraft, The H-c 130 Construction Shall Be In Accordance With The Requirements Of Ufc 03-260-01 For Army And Air Force Facilities Based Upon The Hc-130 Aircraft.demolition Shall Include The Removal Of The Existing Pcc Pavement Section To Natural Subgrade. New Construction Shall Include The Demolition Of Existing Pavements And Tie-into Exiting Airfield Taxiways And Runways. New Work Shall Include All Required Airfield Lights (i.e. Edge Lights), Navigation Aids, To Include Feeders And Duct Banks, And Includes All Pavement Striping/markings.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

NATIONAL PARK SERVICE USA Tender

Others
United States
Details: On December 12, 2024, The National Park Service (nps) Released A Business Opportunity Soliciting Proposals To Award A New Ten (10) Year Concession Contract To Provide Lodging, Food & Beverage, Retail, And Camping Services Within Badlands National Park. the Nps Will Hold A One-day Site Visit For Organizations Interested In Bidding On This Opportunity On Tuesday, January 7, 2025. The Site Visit Provides Interested Parties An Overview Of The Concession Operations Along With A Tour Of The Concession Facilities, (as That Term Is Defined In The Draft Contract), Assigned To The Concessioner Under The Draft Contract. To Attend The Site Visit, Registration Is Required. To Register, Please Email Eric Nikkel, Commercial Services Specialist, Interior Regions 3, 4 And 5 At: Eric_nikkel@nps.gov With The Name Of Your Company, Contact Phone Number And Email, And The Number Of People Attending From Your Organization, No Later Than No Later Than 4:00 P.m. (central Time) On Thursday, January 2, 2025. Additional Information Regarding Meeting Time And Location Will Be Provided After Registration. A Strict Limit Of Two Persons Per Business Entity Will Be Authorized To Attend The Site Visit. site Visit Participants Are Responsible For Obtaining Their Own Lodging, Meals, And Transportation To The Respective Concession Facilities. Participants Must Be 18 Years Of Age Or Older. Please Be Prepared For Varying Weather And Walking Between Buildings. Attendance At The Site Visit Is Not Required To Submit A Proposal For The Prospectus; However, It Is Encouraged. questions Regarding The Prospectus Must Be Received, In Writing, No Later Than 12:00 P.m. (central Time) On January 22, 2025. Email Your Questions To Eric Nikkel, Commercial Services Specialist, At Eric_nikkel@nps.gov. any Interested Party Intending To Submit A Proposal Must Submit A “notice Of Intent To Propose” As Described In The Business Opportunity And Proposal Instructions To Eric Nikkel At Eric_nikkel@nps.gov, No Later Than 12:00 P.m. (central Time) On February 19, 2025. the Nps Is Only Accepting Electronic Proposals In Response To This Prospectus. Any Proposal Must Be Received Electronically, No Later Than 4:00 P.m. (central Time) On March 19, 2025, In The Format Outlined In The Proposal Instructions, To Be Evaluated For Award Of The New Concession Contract. Prior To The Electronic Submission Deadline, You Will Receive A Welcome Email Message From The Service’s Microsoft Teams Platform At The Email Address You Provide When You Notify The Service Of Your Intent To Submit A Proposal. You Must Accept The Invitation Before You Can Access The Teams Site To Upload Your Proposal. a Hardcopy Of The Offeror’s Transmittal Letter, With Original Signature, Must Be Received By The National Park Service No Later Than 4:00 P.m. (central Time) On March 26, 2025, As Outlined In The Proposal Instructions Of The Prospectus, At: national Park Service, Interior Regions 3, 4, 5 601 Riverfront Drive, Omaha, Ne 68102 attention: Eric Nikkel, Commercial Services Specialist the Prospectus Is Available On The Nps Commercial Services Website (link Provided Below). If You Choose To Retrieve A Copy Of The Prospectus, Please Notify Eric Nikkel At Eric_nikkel@nps.gov So You Are Placed On The Mailing List To Receive Notification Of Any Future Modifications Or Correspondence. amendment 1: Questions And Responses does The Service Have A Structural Engineer’s Report For The Cedar Pass Lodge Main Building? If So, Can The Service Please Provide It? nps: No, The Nps Does Not Have A Structural Engineer’s Report. can The Service Confirm The First-floor Areas That Are Slab On Grade? nps: The Dining Room Is Slab On Grade. The Other Floors Are Either On Full Basements Or Crawlspace. what Is The Age And Condition Of The Current Kitchen Hood And Hood Ventilation System, Grease Interceptor, And Rooftop Hvac Equipment? Can The Service Provide Assessment Reports For These, If Available? nps: The Kitchen Hood Was Installed In 2000. There Is No Grease Interceptor – Just Grease Traps, Which Are Emptied Into Barrels Next To Trash Dumpsters. The Hvac Equipment Ranges In Age. The Two Hvac Units Hanging Off The Kitchen Wall, Near The Walk-in Cooler, Were Installed Around 2022. The Rooftop Hvac Unit Above The Dining Room Was Installed In 2024. The Remaining Six Hvac Units On The Rooftop Were Installed Around 1999. Assessment Reports Are Not Available. does The Service Want The Concessioner To Keep The Current Number Of Guest-facing Plumbing Fixtures In The Cedar Pass Lodge Main Building After The Renovation? nps: The Service Wants To Keep The Same Number Of Guest-facing Plumbing Fixtures. how Many Ev Charging Stations Are Located On The Land Assignment? nps: None with Three Phases Needed For Completion Before Concession Operations Move To The Existing Visitors Center, How Does Nps Anticipate Completing This Work During The 10-year Contract Term? nps: As Noted In The Business Opportunity, The Timeline For This Move Is Still To Be Determined But The Service Anticipates It Will Occur No Sooner Than Year 5 Of The Draft Contract. The Planning And Fundraising Efforts Are Well Underway, And The Service Will Diligently Continue The Work To Bring The New Visitor Center Online In As Short Of A Timeframe As Feasible. does Funding Exist Currently For Construction For Phase 1? nps: Full Funding Has Not Been Identified. what Would Happen If 10 Units Could Not Be Placed Within The Existing Land Assignment? What Space Would Be Made To The Concessioner For Any Expansion? nps: The Available Space For The Additional Cabins Is Identified In Exhibit C. There Is Currently Not Any Other Space Available To Expand The Concessioner Land Assignment. has The Nps Already Confirmed Existing Utilities Capabilities For The Authorized 10 Additional Cabin Units, Inclusive Of Power, Water, And Sewer? nps: Yes, Adequate Power, Water And Sewer Capabilities Exist. would The 10 Additional Cabins/5 Additional Camper Cabins Fall Under The Same Terms As Existing Lodging/campgrounds Within The Draft Contract? nps: Yes would The 10 Additional Cabins/5 Additional Camper Cabins Be Eligible For Lsi? nps: Yes what Are The Weight Standards/restrictions/limits In The F&b Space? nps: Specific Weight Restrictions Are Not Available. can The Nps Provide Drawings And Engineering Documents To Potential Bidders On The Assessment Of Basement/floor Issues (conditions), And Provide Documentation Of Current Mitigation Efforts To Date? nps: The Nps Does Not Have An Engineer’s Report. Results Of The Latest Inspection States The Kitchen Basement Walls In The 1950’s West Addition Have Failed And Are In Need Of Structural Reinforcement Or Replacement. The Cost Estimate For The Structural Repairs To The Basement Utilizes A Standard Structural Reinforcement Of Hollow Cmu Foundation Walls. the Current Mitigations Were Installed In 2015. The Retrofits Include Thirteen (13) Steel W8 Section Beams Supported By Three (3) Rows Of Thirteen (13) Lally Columns On Three (3) Elevated Reinforced Concrete Footings. The Installed Retrofits Do Not Conform To The Engineer Of Record Design Plans And Are Incomplete Due To Missing Beams And Columns. the Results Of The Compressive Strength Test Indicate That All Concrete Used Have A Compressive Strength Greater Than The Eor Design Requirements Of 3,500 Pounds Per Square Inch (psi). The Result Of The Petrographic Testing Indicates The Water To Cement (w/c) Ratio On All Cores Is Higher Than The Maximum Permissible Specified By The Eor Of 0.45. how Will The Nps Manage The Product Differentiation Between The Cooperating Association And The New Retail Space In Visitors Center? nps: The Cooperating Association Has An Agreement In Place To Meet Annually With The Nps To Detail Product Assortment And Differentiation For In-season Services. do The F&b Revenue Projections Include The Addition Of More F&b Services In The Main Lodge? nps: Yes, The Nps Expects F&b Services To Expand After The Stabilization Project Is Complete. do The F&b Revenue Projections Consider Any Downtime/impact In Offerings Due To Temporary F&b Operations In 2026? nps: Yes, The Revenue Projections Consider A Limited Menu Due To The Temporary Kitchen In Year 1 Of The Contract. what Support Is Available To Indicate That F&b Revenue Projections Will Grow By Up To 25% In Average Revenue Per Transaction And Up To 45% In Transactions When The Transition To New Visitors Center Opens (vs. 2026 Projections)? nps: The Nps Assumes The Expanded Food And Beverage Service Area And Food Service Changes Along With Space Reconfigurations Will More Efficiently Serve More Visitors And Reduce Turn-away. with No Available Or Assigned Housing In The Contract, No Housing Or Gateway Communities With Housing Close To The Park, And Existing Concessioner’s Off-site Housing In Seemingly Poor Condition To Sustain Another 10-year Contract (if It Could Be Purchased), Has The Nps Contemplated Building Concessioner Housing With The National Park To House Concession Employees? nps: No, The Nps Is Not Considering Construction Of Concessioner Housing. how Many Current Employees Require Housing And Transport? nps: The Existing Concessioner Houses 50-60 Employees During The Season. Transportation Needs Vary And The Existing Concessioner Offers Shuttle Services To All Employees Regardless Of Whether They Have Brought A Personal Vehicle With Them, Transporting An Estimated 25-30 People Through The Shuttle Vans On A Regular Basis. how Much Does The Current Concessioner Charge For Employee Housing Rent? nps: The Existing Concessioner Charges Rvs $25 A Week For Full Hookups, And Employees That Stay In A Room/trailer Are Charged $60 Per Week For Room And Meals. will The Existing Dining Room Space Be Available For Guests To Sit Indoors? nps: Yes the Nps Indicates Outdoor Seating As An Option, Will A Tent Be Necessary? nps: Historically, A Tent Has Not Been Necessary. Environmental Factors Are Not Conducive To Tents (i.e. Wind). Two Shade Structures Are Already Present In The Use Area Adjacent To The Restaurant. Additional Structures, However Temporary In Nature, Would Be Subject To Approval And Would Impact The Viewshed. what Consideration Would Be Given To The Concessioner If The Floor Stabilization Project Exceeds The Cfip Construction Cost? (cfip #1 - Stabilization And Rehabilitation Of Kitchen Area In Main Lodge Building). nps: The Service Will Work With The Concessioner To Review The Cost And Adjust The Project To Avoid The Concessioner Exceeding The Overall Cfip Cap Of $573,000, As Described In Section 9(d)(1) Of The Draft Contract. with The Planned Cfip For The Stabilization Of The Floor In F&b Area (expected To Be A 30-year Fix/solution), Why Are There Weight Restrictions Noted For Heavy Coolers And Refrigeration ‘after’ The Stabilization Project Is Completed In 2026? nps: The Stabilization Is For The Kitchen Area. The Weight Restrictions Are For The Converted Retail Space Because It Has Been Identified That The Maximum Deflection Measured In The Converted F&b Space Is Higher Than That Which Current Code Allows. has The Nps Conducted A Hazardous Materials Survey? If So, Is That Available To Bidders? nps: No, The Nps Did Not Conduct A Hazardous Materials Survey. the Ppir Project #1 (modified F&b Service) In The ‘outlined’ Retail Space Indicates An Investment Of $50,000 To Convert Retail Space Into F&b (over 1,300 Sq. Ft). This Number Is Historically Significantly Lower Than What It Would Take To Make Such A Modification For Such A Large Space. Can The Nps Share Its Cost Estimates For This Project To Better Gauge What The Expectations Are For This Space? nps: This Space Is For Additional Food Service (including Quick Service And Grab And Go). It Is Not Intended To Be A Traditional F&b Space With Kitchen Prepared Foods. when Concession Services Move From The Main Lodge Building To The Existing Visitor Center, The Nps Indicates There Will Be More Sq. Footage Allocated To F&b Than The Current Space Allocation. Does That Sq. Footage Statement Contemplate The Conversion Of Existing Retail Space That Is Required In Ppir #1, Which Will Be Added To 2026 And Forward F&b Space, As Required By Nps? nps: Yes in Ppir Project #2, Upgraded Personal Property For Move To Existing Visitors Center, The Nps Estimates $220,000 For Both F&b (likely At Or Near Existing Footprint) And Retail (2,500 Sq Ft) Fit-out. These Cost Estimates Are Significantly Lower Than Historical Costs Per Sq. Ft Fit-out Ff&e For Retail And F&b Typical Projects. Can The Nps Share Its Cost Assumptions And Methodology To Arrive At The Figure Published In The Prospectus? nps: The Service Used Professional Consultants, With Subject Matter Expertise, To Develop The Assumptions And Estimates Related To Investments In The Draft Contract. As Stated In The Business Opportunity, The Service Does Not Guarantee These Projections Will Materialize, Assumes No Liability For Their Accuracy, And Requires Offerors To Perform Their Own Due Diligence And Develop Their Own Estimates Of Investments For The Proposals. if There Is A Planned Increase For F&b Space In New Concession Space Within The Existing Visitors Center, What Sq. Footage Is Contemplated For Retail Space In That Same Visitors Center? nps: Approximately, 12,000 Sq Ft Have Been Allocated For Total Concessioner Operations. Final Designs And Space Allocation Between F&b, Admin And Retail Operations Are Tbd. what Happens If The Move To New Visitors Center Is Near The End Of The Contract, Such That Personal Property Investment To Accommodate This Move Becomes Financially Negative To The Concessioner? nps: As The Ppir #2 Is A Requirement Of The Draft Contract, The Concessioner Will Need To Plan Accordingly. The Nps Will Periodically Update The Concessioner On The Timeline For The Move. can The Nps Please Identify The Companies That Have Attended The First And Second Walkthroughs Of The Property? nps: Rr Hospitality And Clockwork-ad (explorus), Choices Services Inc., Ba Services Inc, Sharbert Enterprises, Aramark, Pinnacles Recreation Company, Oglala Sioux Recreation Association, And Xanterra Attended One Or Both Site Visits. what Will Happen To The Current Main Lodge Building Following Completion Of The New Visitor Center And Renovation Of The Old Visitor Center. Will It Be Torn Down? nps: The Non-historic Portions Of The Building Will Be Demolished. The Historic Portion Will Be Retained For Future Use. is The Slab To Be Removed And Replaced In The Main Lodge Building Only In The Restaurant Portion Of The Building? If So, Will A Temporary Partition Be Placed To The Right Of The Lodge Check-in Area In An Attempt To Minimize The Dust And Noise While The Removal And Replacement Takes Place? nps: The Slab To Be Removed Is Only In The Kitchen Portion Of The Building. Dust And Noise Abatement Will Be Used, And The Dining Room Will Remain Open To Visitors. we Didn't Find Any Information (or, Missed It During Reading The Prospectus) About Required Dates Or Times When Food Service And Lodging Must Be Open. Are There No Requirements? nps: The Operating Season And Hours Are Outlined In The Draft Operating Plan. drawings Available Upon Request.
Closing Date19 Mar 2025
Tender AmountRefer Documents 
3061-3070 of 4494 active Tenders