Transportation Tenders
Transportation Tenders
FOREST SERVICE USA Tender
Agriculture or Forestry Works
United States
Closing Soon18 Feb 2025
Tender AmountRefer Documents
Details: Amendment 1: Extend Response Date To 2/17/25. We Are Working On Providing Acreage Information And Answers To Q&a Received.we Will Post This Information Within The Next Week Or So. Request For Information North Zone/region 5 Mechanical Fuels Reduction 1.0. Description 1.1.overview the United State Department Of Agriculture, Forest Service In Support Of (6) Six Forests In The California North Zone/region 5 (klamath National Forest, Lassen National Forest, Mendocino National Forest, Modoc National Forest, Shasta-trinity National Forest And Six Rivers National Forest) Is Conducting A Market Survey To Determine The Interest, Capability Of Industry, Expectant Cost, Necessary Timeframe, And Recommendations To Provide Mechanical Vegetation Manipulation Essential For Timber Stand Improvement And Fuel Reduction Treatments. Vicinity Maps Identifying Forest Locations Shall Be Included In The Project Task Orders. Tasks May Be Located On The Following Forests Listed Above. 1.2request For Information Limitations this Is A Request For Information (rfi) Only. This Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Request For Quote (rfq) Or Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfq Or Rfp, If Any Is Issued. 2.0 Background the North Zone Of Region 5 In California Encompasses A Diverse Range Of National Forests That Represent The Rich Ecological, Cultural, And Recreational Resources Of The Region. These Forests Include Theklamath National Forest, Lassen National Forest, Mendocino National Forest, Modoc National Forest, Shasta-trinity National Forest And Six Rivers National Forest. spanning Across Northern California, These Forests Offer A Diverse Array Of Landscapes, From Rugged Mountain Ranges And Volcanic Plateaus To Lush River Valleys And Dense Old-growth Forests. Home To Diverse Ecosystems Supporting A Wide Variety Of Unique Wildlife And Plant Species, Including Several Rare And Endangered Varieties. These Forests Also Provide Critical Watershed Functions, Ensuring Clean Water For Surrounding Communities And Habitats. in Addition To Their Ecological Significance, The North Zone Forests Have Deep Cultural And Historical Importance, With Ties To Indigenous Tribes Who Have Inhabited The Area For Thousands Of Years. They Also Offer Abundant Recreational Opportunities, Such As Hiking, Camping, Fishing, And Winter Sports, Making Them Valuable For Both Residents And Visitors Seeking To Experience The Natural Beauty Of Northern California. the Importance Of Mechanical Vegetation Manipulation And Fuel Reduction Treatments Has Become Increasingly Evident. These Practices Are Vital For Maintaining Forest Health And Resilience, Especially In The Face Of Climate Change And The Growing Intensity Of Wildfires In California. Mechanical Thinning, Prescribed Burns, And Other Fuel Reduction Treatments Help To Reduce The Build Up Of Hazardous Fuels, Decrease Wildfire Severity, And Protect Communities And Critical Infrastructure. Additionally, These Treatments Promote Growth Of Native Vegetation, Enhance Wildlife Habitat, And Improve Overall Forest Ecosystem Function. through Sustainable Forest Management And Conservation Efforts, The Forests In The North Zone Of Region 5 Collectively Support Biodiversity, Environmental Health, Fire Resilience And Fostering Community Engagement With The Natural World. 2.1. Technical Definitions brush Stem: Any Brush Or Forbs, 1/2 Inch Diameter Or Larger, 12 Inches From The Ground. conifer: A Cone-bearing Tree With Needles Or Leaf Scales. Examples Are Fir, Pine And Cedar. crop Tree/ Leave Tree: Trees Selected In The Stand To Be Left To Meet The Technical Specifications. cut Tree: Trees That Are To Be Removed From The Stand Not Needed To Meet The Technical Specifications. damaged Tree: Any Tree With A Broken Cambium Layer. diameter At Breast Height (dbh): The Diameter Of A Tree Measured At Breast Height, 4 ½ Feet From Ground Level On The Uphill Side. hardwood: Trees With Broad Leaves Rather Than Needles. Examples Are Oak, Madrone And Chinquapin. masticate: Chipping, Shredding Or Grinding To An Average Size And Distributed Evenly Over Whole Area, Specifications Will Be Identified By Task Order. riparian Habitat Conservation Area (rhca) Or Riparian Reserve: A Zone Established For The Protection Of Riparian Areas In Which The Use Of Mechanized Equipment Is Restricted. Maps Showing Rhca Locations And Widths Will Be Provided With Each Task Order. sanitation Tree: Tree Wounded By Animals Or Infected With Disease. stump Height: Stump Height Shall Not Exceed 4 Inches From The Ground On The Uphill Side Or 4 Inches Above Natural Obstacles. tractor Pile: A Soil-free Pile Of Vegetative And/or Slash Material, Constructed To Allow For Obstacle Free- Burning. unit Or Individual Treatment Area: Unit Boundaries Will Be Designated By, Flagging, Roads, Timber And/or Other Obvious On-the-ground Features. Boundaries May Be Digitally Designated Using Georeferenced Maps Suitable For Uploading Into Applications Such As Avenza Or Other Compatible Applications. 2.2. Technical Requirements/performance Specifications the Forest Service Expects To Improve Forest Health By Reducing Stand Density, Vegetative And Tree To Tree Competition, As Well As Rearranging Fuel Concentrations. the Contractor(s) Will Be Expected To Use Silvicultural And Forestry Knowledge To Identify And Adjust To Changing Conditions Within Stands And Notify The Contracting Officer And/or Their Representative Of Any Conditions Not Addressed In The Treatment Prescription(s). Treatment Prescriptions Can Be Found In The Detailed Unit Information Sheets (duis) Attached To Each Task Order. The Contractor(s) Shall Be Able To Demonstrate An Ability To Interpret And Carry Out The Requirements Prescribed In The Duis And Recognize Any Insect, Disease, Or Animal Damage Problems And Report Them To The Contracting Officer. work Under This Contract Is Subject To Requirements Under The National Environmental Policy Act (nepa), Fire Restrictions Under Project Activity Levels (pal), Wildlife Considerations Under Limited Operation Periods (lop), Resource Protection Best Management Practices (bmps) And Wet Weather Operations Protocol. This List Is Not Necessarily Conclusive. Please Note These Requirements Are Subject To Change And/or Updating As Determined By State And Federal Regulations. it Is Anticipated The Following Mechanical Vegetation Treatment/fuel Reduction Efforts Will Be Performed: mechanical Brush Mastication mechanical Brush And Pre-commercial Tree Thinning Mastication precommercial Tree Thinning Mastication mastication By Task Order mastication Site Preparation mechanical Site Preparation (tractor) ripping Of Furrows the Following Are General Explanations Of Anticipated Work That Will Be Expected By The Government: brush Mastication: Cut All Brush Within The Project Area To The Specifications Negotiated At Time Of Task Order Award. brush Mastication And Precommercial Thinning: Masticate All Brush And Precommercial Thin Conifers To The Specifications Negotiated At Time Of Task Order Award. mechanical Precommercial Thinning: Precommercial Thinning To Be Performed With Mastication Equipment. Spacing And Conifer Size Will Be Negotiated At Time Of Task Order Award. mastication By Task Order: Includes Specialized Work Not Described In The Above. Work May Include Cutting Of Larger Material Such As Trees (maximum 12”dbh) And Mastication Of Post-harvest Timber Sales To Reduce Slash Loads. Specifications Will Be Provided For Each Task Order. mastication For Site Preparation: Mulching Of Live (including But Not Limited To Natural Seedlings, Saplings, Brush And Forbs) Or Dead Vegetation And Logging Slash Into The Ground To Create An Area Suitable For Planting Of Seedlings. Specifications Will Be Negotiated At Time Of Task Order Award. mechanical Site Preparation: Construct Piles Of Slash, In Such A Way As To Not Accumulate Topsoil And Allow It To Burn Cleanly. Specifications Will Be Negotiated At Time Of Task Order Award. ripping Of Furrows: Rips Will Be Parallel And Follow The Natural Contour Of The Unit Areas. Specifications Will Be Negotiated At Time Of Task Order Award. contractor Shall Provide All Equipment, Labor, Materials, Supervision, Transportation And Any Incidental Services To Perform All Required Work. Contractor Shall Be Required To Supply And Maintain A Quality Control Plan And Self-inspection Of Work To Be Performed. Contractor’s Performance Shall Be In Accordance With An Approved Work Plan And Schedule That Will Be Required On Every Task. 2.2.1 Site Conditions site Conditions Can Vary Greatly From Site To Site. Contractors Are Highly Encouraged To Visit All Sites Prior To Quoting. Mechanical Treatments Are Limited To Slopes Less Than 50%. Brush Is Expected To Be Heavy Over Most Work Areas. Vegetation Consists Of Mixed Tree Species, Such As Ponderosa Pine, Douglas Fir, White Fir, Incense Cedar, Sugar Pine, Shasta Red Fir, Western White Pine, Lodgepole Pine, Knobcone Pine And Juniper. Hardwood Tree Species Include Oregon White Oak, California Black Oak And Pacific Madrone And California Live Oak. Brush Species Such As Green Leaf Manzanita, White Leaf Manzanita, Snowbrush, Sagebrush, Chinquapin, Mountain Mahogany, Whitethorn, Bitter Cherry, Bitterbrush, Ceanothus, Tanoak, And Chemise Exist Throughout The Treatment Areas. Most Units Have A Variety Of Brush And Shrub Species Mostly Made Up Of Manzanita, Snowbrush, Sagebrush, Chinquapin, Mountain Mahogany, Whitethorn, Bitter Cherry And Bitterbrush. More Specific Stand Information Is Provided On The Duis In Each Task Order. site Conditions May Include, But Are Not Limited To The Following: slope Ranges From 0% To 50% trees Per Acre In Plantations Ranges From 130-600 rock Cover Ranges From 10% To 50% brush Cover Ranges From 0 – 100%, Brush Heights Vary From Site To Site, Average Vegetation Height Will Be Provided In The Duis windrows, Berms, And Side Casting Inside Some Units manmade Hazards Such As Wire, Old Logging Cable, And Cattle Fencing May Be Present 2.2.2. Boundaries unit Boundaries Will Be Designated On Maps, Aerial Photos And/or In Gps Shape Files. On The Ground Boundary Designation May Be By Obvious Roads, Timber Lines, Vegetation Type Changes And/or Other Features. Boundaries, Other Than For Easily Identifiable Cutting Lines As Listed Above May Be Marked By The Government With Contract Boundary Flagging And Tags. Perimeters Of The Work Areas Could Be Identified On Aerial Photos, As Well As Reference Maps, Included With Task Orders. Where Possible, The Gross Size Of Work Units In Each Item Has Been Determined Via (gps) Global Positioning Systems And/or Geographic Information Systems (gis). Accessible Reference Points Along The Perimeter Of Work Areas Are Identified With Boundary Flagging, I.e., Corners. The Entire Perimeters Of Inaccessible Work Areas May Not Be Flagged. Where Aerial Photos Or Maps And The On-ground Designation Conflict, The On-ground Designation Shall Govern Unless Otherwise Directed By The Contracting Officer. contractors Shall Have A Gps Receiver Unit On Each Piece Of Shredding Equipment Compatible With National Forest Gis Systems Capable Of Meeting Current Tested Accuracies For Distance-direction Methods, Pursuant To Forest Service Handbook (fsh) 2409.12 – Timber Cruising Handbook, Chapter 50 – Area Determination. Chapter 50 And Meet The Standards Set Forth In: R5 Supplements To Fsh 2409.12, Chapter 50. Shape Files Of The Perimeters Of Work Areas Will Be Downloaded To Contractor Owned Gps Receiver(s) Units Which Are Compatible With National Forest Gis Systems. Unit Shape – The Contractor’s Mapped Unit Shall Be Similar To That Of The Government. There Should Be No Obvious Or Significant Differences In Unit Shape That Could Occur If Gps Position Fixes Are Too Far Apart To Portray A True Representation Of Unit Shape. The Perimeter Distance Traversed By The Contractor Shall Be Similar To That Of The Government. Payment Will Be Based On Actual Treatment Acres Determined By Gps After The Contractor Has Completed The Unit. 2.2.3 Archaeological Sites areas, Identified By The Forest Service To Be Of Archaeological Interest Will Be Flagged And Noted On The Contract Map Prior To Commencement Of Work On The Site. If A Contractor Is Working In An Area And Notices An Unidentified Area That May Be Of Archaeological Interest, Contractor Shall Stop Work In That Area Until Forest Service Can Inventory The Site. 2.2.4. Accessibility accessibility Is By All-weather And Seasonal Roads. Project Area May Be Reached Via County And Forest Service Roads And Are Accessible By Standard Pickup During The Normal Operating Seasons. Four-wheel Drive Vehicles Equipped With Snow Tires And Chains May Be Necessary When Snow, Mud Or Ice Is Abundant In The Project Area Or On Four-wheel Drive Roads. Inaccessibility Due To Snow, Fallen Trees, Slides Or Washouts On Roads May Or May Not Be Corrected At The Option Of The Government. The Government May Direct The Contractor To Use An Alternative Route Under The Changes Clause Of This Contract. Additionally, If Road Access Is Blocked, The Government May Require Walk-in To Units That Are Inaccessible By Road. However, It Is Advisable That The Contractor Have A High Clearance 4x4 Vehicle For Spring And Late Fall Work. Vehicles Shall Not Operate Off System Roads Without Prior Written Approval Of The Contracting Officer. the Government Assumes No Obligations To Do Special Road Maintenance To Keep Roads Open. at Times Spur Roads Shown On Project Maps May Not Be Accessible By Vehicle But Show A Previously Known Road To The Work Area. 2.2.5. Equipment Cleaning contractor Shall Clean All Off Road Equipment Prior To Arrival On The Work Site, Making Sure That Equipment Is Free Of Soil, Seeds, Vegetative Matter, Or Other Debris That Could Contain Or Hold Seeds. Areas Identified By The Forest Service As Being Infested With Invasive Species Of Concern Must Not Move Equipment Off-site Without First Taking Reasonable Measures To Make Each Such Piece Of Equipment Is Free Of Soil, Seeds, Vegetative Matter, Or Other Debris That Could Contain Or Hold Seeds. Contractor Must Advise Forest Service Of Measures Taken To Clean Equipment Prior To Moving Equipment Off-site. Reasonable Measures Shall Not Require The Disassembly Of Equipment Components Or Use Of Any Specialized Inspection Tools. 3.0 Safety contractors Shall Have, And Maintain, A Written Safety Plan For The Duration Of The Contract. The Safety Plan Is Due To The Contracting Officer Within 10 Days Of Award. The Safety Plan Must Be Available On-site And Must Be Updated For Project Specific Information By Task. The Contracting Officer Representative Will Obtain A Copy Of The Site-specific Safety Plan From The Contractor On The First Day Of Work. fuel Reduction Activities Are Known To Have Inherently Hazardous Conditions Associated With Working In The Woods, E.g.: Sharing The Road With Log Trucks, Private And Government Vehicles; Ticks, Snakes, And Bees; Working Below Someone Else On Steep And Rocky Terrain, Chainsaw Operations, And Hazard Trees That Are Susceptible To Wind Throw That Could Lead To Serious Injury Or Loss Of Life. some Task Orders May Contain A Government Job Hazard Analysis (jha) In Order To Convey To The Contractor Known Hazards. The Site-specific Safety Plan Shall Comply With The Jha And The Contractor Shall Provide The Project Safety Person Who Shall Be Responsible For Enforcing The Safety Plan. 4.0. Protection, Use And Maintenance Of Improvements the Contractor, In All Phases Of Contract Operations Shall Protect Insofar As Practicable All Land Survey Corners, Telephone Lines, Ditches, Fences And Other Improvements. If Such Improvements Are Damaged By Contractor Operations The Contractor Shall Restore Them Immediately To Condition Existing Immediately Prior To Contractor’s Work. When Necessary, The Government May Require The Contractor To Move Such Telephone Lines, Fences Or Improvements From One Location To Another. All Roads And Trails Designated By The Forest Service As Needed For Fire Protection Shall Be Kept Free Of Logs, Brush, And Debris Resulting From Contractor Operations. 5.0. Landscape Preservation the Contractor Shall Give Attention To The Effect Of Contract Operation Upon The Landscape, Shall Take Care To Maintain Natural Surroundings Undamaged, And Shall Always Conduct The Work In Compliance With The Following Requirements. a. Prevention Of The Landscape Defacement. The Contractor Shall Not Remove, Deface, Injure, Or Destroy Trees, Shrubs, Lawns, Or Other Natural Features Or Any Other Improvements In The Work Area Unless Specifically Authorized By The Contracting Officer. Unless Otherwise Provided Herein, The Contractor Shall Confine Contract Operations To Within The Areas Designated In Contract Documents. b. Protection Of Streams, Lakes, And Reservoirs. The Contractor Shall Take Sufficient Precautions To Prevent Pollution Of Streams, Lakes, Small Ponds, And Reservoirs With Fuels, Oils, Bitumens, Calcium Chloride, Silt, Or Other Harmful Materials. Mechanical Equipment Shall Not Be Operated In Live Streams Without Written Approval Of The Contracting Officer. 6.0 Endangered Species the Government May Direct The Contractor To Discontinue Task Order Operations In The Event That Listed Or Proposed Threatened Or Endangered Plants Or Animals Protected Under The Endangered Species Act Of 1973, Are Discovered To Be Present In Or Adjacent To The Project Area. Actions Taken Under This Paragraph Shall Be Subject To The Stop-work Order Clause Far 52.242-15. 7.0 Preservation Of Historical And Archaeological Resources if, In Connection With Operations Under This Contract, The Contractor, Subcontractors, Or The Employees Of Any Of Them, Discovers, Encounters Or Becomes Aware Of Any Objects Or Sites Of Cultural Value On The Project Area, Such As Historical Or Prehistorical Ruins, Graves Or Grave Markers, Fossils, Or Artifacts, The Contractor Shall Immediately Suspend All Operations In The Vicinity Of The Cultural Value And Shall Notify The Cor In Writing Of The Findings. No Objects Of Cultural Resource Value May Be Removed. · Operations May Resume At The Discovery Site Upon Receipt Of Written Instructions. Actions Taken Under This Paragraph Shall Be Subject To The Stop-work Order Clause Far 52.242-15. 8.0. Special Situations some Project Areas May Have Limited Periods Where Work Can Occur, Zones Where No Soil Disturbing Activity Can Occur, Or Special Access Rules Due To Noxious Weeds Or Other Types Of Diseases (such As Port-orford Cedar Or Sudden Oak Death Areas). Any Such Limitations Will Be Identified On The Applicable Task Order. 9.0. Environmental Interruption Of Work environmental - The Contracting Officer, By Issuance Of A Suspend Work Order, May Direct The Contractor To Shut Down Any Work That May Be Subject To Damage Due To Weather Conditions Or Fire Danger. The Contractor Will Be Given A Resume Work Order That Will Document The Date The Work Suspension Ends. An Allowance Will Be Included In Each Task Order For Short-term Environmental Delays Up To One Day At A Time. The Count Of Contract Time Will Therefore Continue During Work Interruptions Of One Day Or Less, But The Count Of Contract Time Will Stop During Work Interruptions In Excess Of One Day At A Time. All Periods Of Interruptions Directed By The Government Will Be Documented. The Contractor Will Not Be Entitled To Additional Monetary Compensation For Such Suspensions Regardless Of Duration. endangered Species - The Government May Direct The Contractor To Discontinue All Operations In The Event That Listed Or Proposed Threatened Or Endangered Plants Or Animals Protected Under The Endangered Species Act Of 1973, As Amended, Or Federal Candidate (category 1 And 2), Sensitive Or State Listed Species, Identified By The Forest Service, Are Discovered To Be Present In Or Adjacent To The Project Area. Actions Taken Under This Paragraph Shall Be Subject To Far 52.242-14 Suspension Of Work. 10.0 Permits the Contractor Shall, Without Additional Expense To The Government, Be Responsible For Obtaining Any Necessary Licenses And Permits, And For Complying With Any Federal, State, And Municipal Laws, Codes, And Regulations Applicable To The Performance Of The Work. The Contractor Shall Also Be Responsible For All Damages To Persons Or Property That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Also Be Responsible For All Materials Delivered And Work Performed Until Completion And Acceptance Of The Entire Work, Except For Any Completed Unit Of Work Which May Have Been Accepted Under The Contract. 11.0. Schedules prior To Starting Work, The Contractor Shall Present A Written Plan Of Work Providing For The Orderly And Timely Completion Of The Requirements. This Plan Is Subject To The Approval Of The Contracting Officer. The Schedule May Be Modified In Writing During The Course Of Work If Conditions Warrant. Work Shall Not Occur On Sundays Without Written Permission Of The Contracting Officer. if The Work Progress Falls Behind Schedule, The Contractor Shall Take Such Action As Necessary To Ensure That The Timely Completion Of The Contract Is Not Jeopardized. In Addition, The Contracting Officer May Require The Contractor To Submit A Revised Plan Of Work Showing By What Means They Intend To Complete The Project On Time And In Compliance With All Contract Requirements Such As Increasing The Number Of Crews Or Overtime Operations. 11.0.1. Season Of Operation project Activities Will Occur When Roads Are Open In The Project Area. Project Activities Will Not Occur When Roads Are Closed Seasonally, And During Periods Of Wet Weather, This Varies Seasonally And Generally Occurs Between October 15 To April 15. 11.0.2. Limited Operating Period a Limited Operating Period (lop) May Apply And Will Be Identified At Task Order Level. 12.0 Requested Information responses Are Requested With The Following Information: vendor’s Name, Address, Uei, Points Of Contact With Telephone Number(s) And E-mail Address(es) business Size/classification (naics 115310, Support Activities For Forestry) To Include Any Designations As Small Business, Hubzone, Woman Owned, Service-disabled Veteran Owned And/or 8(a), Etc. description Of Capability To Perform Services Listed Above In Section 2.2. Provide At Least Three (3) Recent Examples. Recency Must Be Within The Last Three (3) Years. vendor's Interest In Submitting A Quote If The Requirement Is Solicited. any Feedback, Comments, And/or Questions Pertaining To The Above Sections 2-11 And Related Contracting Issues. location(s) Capable Of Performing Services (all Forests Listed Above, Or Select Forests Listed Above). schedule Of Items Containing Price Estimates. 13.0. Submission interested Parties Are To Submit Questions To This Rfi No Later Than 21 January 2025 At 4:00 Pm Pacific Standard Time (pst). All Responses Shall Be Submitted No Later Than 28 January 2025 At 4:00 Pm Pacific Standard Time (pst. All Questions And Responses Shall Be Submitted To Veronica Beck At Veronica.beck@usda.gov.
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
transportation Of Supplies By Sea (jan 2023)|2|||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
annual Representations And Certifications (jan 2025)|13|332510|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
a New Part Number For This Material Has Been Found.
unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. Please Specify (if Otherthan 60 Days) _________ Days.
if You Are Submitting Your Quote Via Email Or Neco, Please Specify The Number Of Days Pricing Is Valid.
technical Documents Associated With This Solicitation, Such As Drawings,individual Repair Part Ordering Data (irpod), Strs And Other Procurement Related Documents May Be Obtained At: Https://logistics.unnpp.gov
this Website Requires A Password And Pre-registration. Please Contact The E-commerce Help Desk At 518-395-4357 To Register Or For Help Logging Into The Website.
a Hard Copy Of The Individual Repair Part Ordering Data (irpod) And/or Drawings Will Not Be Mailed To You.
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 As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein.
amended For An Update In Quantity.
unless Otherwise Specified, Pricing For This Quotation
is Valid For 60 Days After The Closing Date As Indicated On The Quotation.
please Specify (if Other Than 60 Days) ______________ Days.
if You Are Submitting Your Quote Via Email Or Neco,
please Specify The Number Of Days Pricing Is Valid.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To 'issue' Contractual Documents Asdetailed Herein.
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents; There Are No Technical Documents; Such As, Drawings, Technical Data, Etc. Associated To This Solicitation/award, The Part Number/catalog Number Cited In The Requirements Section Is Fully Descriptive.
3. Requirements
3.1 Manufacture And Design - The Clamp,pinch Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In The Ordering Data Listed Herein And Throughout The Contract/purchase Order.
(1). Design, Material And Dimensions To Be In Accordance With:
a. Manufacturer: ;military Specification (81348); .
b. Drawing: ;; .
c. Piece Number: ;; . Revision: ;; .
d. Part Number: ;a-a-51245, Type Ii, B
alternate Part Number: A-a-51245, Type Ii, B (cage 49502); .
e. Catalog Number ;; .
(2). The Following Requirements Apply:
a. Exclusion Of Mercury Requirements Are Cited In The Additional Technical Documentation Located Within Section "c" Of The Contract/purchase Order.
b. ;plisn Note: Imanpy Spec 18.3.9 Rev 1; .
3.2 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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 6 (six) Separate 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.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order.
block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. date Of First Submission=eoc
submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock
number And Item Nomenclature Specified In The Schedule Of Supply/services.
di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control
number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
Florida Department Of Transportation fdot Tender
Textile, Apparel and Footwear
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
Purchaser Name: Florida Department Of Transportation fdot | District Five District Office Wallpaper Removal And Prep
DEPT OF THE NAVY USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Soon20 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. the Intent Of This Notice Is To Identify Qualified, Experienced, And Interested Offerors Capable Of Performing The Type Of Work As Described Herein For Information And Planning Purposes. the Information Received Will Be Utilized Within The Navy To Facilitate The Planning And Decision Making Process And Will Not Be Disclosed Outside Of The Agency. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. In Accordance With Federal Acquisition Regulation (far) 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. background Information: united States Naval Hospital (usnh) Yokosuka, Located At Commander Fleet Activities Yokosuka (cfay) In Japan, Has Identified The Need To Renovate The Emergency Department, Inpatient Pharmacy, Radiology, Sterile Processing Department, Surgery Suites, And The Laboratory In Order To Improve The Flow And Functionality Of Operations. The Scope Of Work Will Include Civil, Landscape Architecture, Architecture, Interior Design, Structural, Heating, Ventilation, And Air Conditioning (hvac), Plumbing, Electrical, Communications, Cybersecurity, Fire Protection, Including Life Safety, Physical Security, Antiterrorism / Force Protection (at/fp), Hazardous Material Abatement, Sustainability, And Energy Conservation Compliance Design. general Information: naval Facilities Engineering Systems Command (navfac) Far East (fe), Core Execution Team (cet), Is Seeking Potential Sources For A Design-bid-build (dbb) Construction Project At Usnh Yokosuka In Japan. The Magnitude Of This Construction Project Is Between $100,000,000 And $250,000,000 Or Japanese Yen Equivalent. the Construction Project Will Consist Of The Following Three Packages: package A – Electrical Infrastructure package B – Building 1400/1407 Alterations package C – Building 1400 Operating Room see Enclosure (1) Description Of Proposed Construction For More Information On The Scope Of Work For All Three Packages. the Following Constraints May Be Anticipated: package A Is The Base Bid Work And Must Be Completed Before Work Under Packages B And C Can Begin. packages B And C Are Option Items To Be Funded And Exercised Approximately 18 Months After Contract Award. packages B And C May Be Performed Concurrently. the Contractor Shall Furnish All Labor, Management, Supervision, Tools, Materials, Equipment, Incidental Engineering, Temporary Facilities, And Transportation Necessary To Perform Alterations Of Multiple Departments In The Existing Usnh Yokosuka. The Proposed Scope Of Work Includes, But Is Not Limited To, Office Renovation, Building Demolition, Built-in Equipment Repair/replacement, Piping Repair/replacement, Pipe Lagging, Electrical Work, Mechanical Work, Carpentry Work, Road Pavement, Fencing, Roofing, Painting, Site Work, Concrete Work, Masonry, Welding, Incidental Removal And Disposal Of Lead Based Paint And Asbestos Containing Material, Construction And Maintenance Of Temporary Phasing Facilities, And The Procurement, Relocation, Installation And Certification Of Real Property Installed Equipment And Personal Properties Including Medical Equipment, Furniture And Low Voltage System Equipment. the Contract Type Will Be Firm-fixed-price (ffp) With An Estimated Construction Completion Date Based On The Following: package A = 576 Calendar Days package B = 1488 Calendar Days package C = 986 Calendar Days contractor Licensing Requirements: this Contract Will Be Performed In Its Entirety In The Country Of Japan. Contractors Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Contract. Prior To Award Of Any Contract, Offerors Must Be Registered To Do Business And Possess An Appropriate License Issued By The Ministry Of Land, Infrastructure And Transport Or Prefectural Government In Order To Perform Work Under This Contract. Offerors Will Be Required To Provide Verification On Such License Prior To Award If Such Information Is Not Already On File With Or Available To The Contracting Officer. status Of Forces Agreement: the U.s. Government Will Not Offer “united States Official Contractor” Status Under Article Xiv Of The U.s.-japan Status Of Forces Agreement (sofa) To Any Offeror Awarded A Contract For This Requirement. Furthermore, Unless Specifically Provided, The U.s. Government Shall Not Certify Any Employees Of A Contractor As “members Of The Civilian Component” Under Article I(b) Of The Sofa. submission Requirements: interested Sources Are Invited To Respond To This Sources Sought Notice By Completing And Submitting Enclosure (2) Contractor Information Form, To Demonstrate Capabilities, Capacity, And Experience, And To Provide Comments On The Proposed Construction. A Maximum Of Five (5) Projects Are Allowed And The Submission Should Be No More Than 12 Single-sided Pages Or 6 Double-sided Pages (including Attachments), And Single-spaced With 12-point Font Minimum. The Capabilities Package Must Be Complete And Sufficiently Detailed To Allow The Government To Determine The Firm’s Qualifications To Perform The Defined Work. respondents Will Not Be Notified Of The Results Of The Navy’s Market Research. Navfac Fe Will Utilize The Information For Acquisition Planning Purposes. All Data Received In Response To This Sources Sought Notice Marked Or Designated As Corporate Or Proprietary Information Will Be Fully Protected From Release Outside The Government. please Respond To This Sources Sought Announcement Electronically To Teresa Aguon At Teresa.f.aguon.civ@us.navy.mil No Later Than 1430 Pm Japan Standard Time (jst) On 20 February 2025. No Telephone Calls Or Facsimiles Will Be Accepted. Responses Received After The Deadline Or Without The Required Information May Not Be Considered. Since This Is A Sources Sought Announcement Only, Evaluation Letters Will Not Be Issued To Any Respondent.
Transportation, Nys Dept Of Tender
Civil And Construction...+1Road Construction
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
Purchaser Name: Transportation, Nys Dept Of | Highway Reconstruction - Rt. 370
3091-3100 of 4706 active Tenders