Transportation Tenders
Transportation Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Combined Synopsis/solicitation Notice
page 4 Of 4
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice
page 1 Of 4
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice.
solicitation Number 36c25725q0196 Is Issued As A Request For Quote (rfq).
the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-04.
this Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosb), With The Associated Naics Code Of 541690, Which Has A Small Business Size Standard Of $40 Million.
the Contractor Shall Provide The Services For Medical Physicistat The North Texas Veterans Health Care System (ntvhcs).
see Attached Schedule For The Contract Line-item Number(s), Quantities, And Statement Of Work.
the Anticipated Start Of The Period Of Performance Date For The Services Is Approximately January 20, 2025.
the Provision At Far 52.212-1, Instructions To Offerors-commercial Items, Applies To This Acquisition.
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services
the Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation:
(a) This Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosb). The Vendor Must Be Registered Under Naics 541690 To Be Eligible For Award.
late Quotes Or Documentation May Be Accepted If Advantageous To The Government.
(b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show:
1) Solicitation Number.
2) The Time Specified In The Solicitation For Receipt Of Offers.
3) The Name, Address, And Telephone Number Of The Offeror.
4) Acknowledgment Of Solicitation Amendments.
5) A Technical Description Of The Services Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Service Literature, Or Other Documents, If Necessary;
6) Terms Of Any Express Warranty;
7) Price And Any Discounts;
8) Remit To Address, If Different Than Mailing Address;
9) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically);
10) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
(c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation.
(d) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately.
(e) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers.
11) Attachment C Cover Letter (attached) Filled Out By The Offeror.
attachment D Vendor S Questionnaire For Technical Evaluation (attached) Filled Out By The Offeror.
quoter Shall Provide At Least Two (2) References For Similar Contracts In The Public Or Private Sector.
all Vendors Interested In Responding To This Solicitation Must, At Minimum, Provide The Following Documentation:
1. Completion Of B.2 Price/cost Schedule.
2. Completion Of E.5 52.212-3 Offeror Representations And Certifications Commercial Products And Commercial Services (not Required If Completed On-line In Sam.)
3. Far Provision 52.204-24 Is A Contractor Fill-in Requirement And Must Be Completed In Sam On-line Before Providing An Offer.
4. Proof Of Experience Working With/as Medical Physicist Which Must Include Authorized Certifications And Understanding Of Performance Sent To North Texas Veterans Health Care System (ntvhc)
the Following Submissions Are Required To Be Able To Evaluate Each Offer/quote Iaw 52.212-2 Evaluation - Commercial Products And Commercial Services:
1) Technical Capabilities:
a) Contractor Shall Submit Evidence Of The Reliability, Ability, Experience, Equipment, Facilities, And Personnel Directly Employed Or Supervised By Them To Render Prompt And Satisfactory Delivery Of Mirion 55tw Dose Calibration System: Iaw Sow.
3) Delivery Commitment:
a) Contractor/licensee Shall Submit Proof Of Having An Available And Adequate Supply Of Products To Meet The Requirements Of The Computer Peripherals For Va North Texas And Proof Of Contingency Supply Chain To Prevent Disruptions.
b) Contractor Shall Submit Evidence And Understanding Of Delivery Location.
4) Pricing:
a) Contractor Shall Submit Pricing For 1 Each And Any Other Pricing Factors Depending On The Quantity In The Price Schedule, Which Incorporates All The Requirements Within The Statement Of Work. Offeror Must Complete And Return The Price Schedule (b.2 Price).
b) The Offeror Shall Add A Statement Stating, The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers .
*failure To Submit A Complete Offer May Result In An Unacceptable Determination.
(end Of Addendum To 52.212-1)
please Be Advised:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers (please Also See Attch. 2 Vendor S Questionnaire For Technical Evaluation For Further Details):
1) Technical Acceptability Iaw Sow
2) Certifications
3) Ability To Start On Expected Period Of Performance
4) Price
factor 1: Technical Acceptibility
quotes Will Only Be Considered From Those Who Are Regularly Involved In The Business Called For As Listed In Statement Of Work (sow).
1) : The Contractor Shall Provide All Personnel, Transportation, Imaging Phantoms, Equipment And Software To Supply Nuclear Medicine Specialty Medical Physicist Services In Support Of The Veterans Affairs North Texas Health Care System (vanthcs) Nuclear Medicine Service.
factor 2: Certifications (please Also See Attch. 2 Vendor S Questionnaire For Technical Evaluation)
prior To Commencing Work All Contractor Employees Shall Meet Certain Criteria To Perform Work Under This Contract As A Medical Physicist.
factor 3) Period Of Performance
the Period Of Performance Will Be From January 20th, 2025 Through January 19th, 2026 With The Possibility Of Additional Option Years To Extend The Contract. This Position Will Include A Low-level Background Investigation.
factor 5: Price
1) Pricing: Contractor Shall Submit Unit Prices Rounded To The Nearest Hundredth. Prices Should Be Documented On The Price/cost Schedule With The Correct Unit Price And Total Amounts.
2) Period For Acceptance Of Offers: The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers.
prices Will Be Evaluated For Completeness And Reasonableness. Unrealistically High Or Low Proposed Costs Or Prices, Initially Or Subsequently, May Be Grounds For Eliminating An Offeror From Competition Either On The Basis That The Offeror Does Not Understand The Requirement Or Has Submitted An Unrealistic Offer. Additionally, Unbalanced Pricing Poses An Unacceptable Risk To The Government And May Be Reason To Reject An Offer. The Burden Of Proof For Credibility Of Proposed Costs/prices Rests With The Offeror. The Government Reserves The Right To Amend The Solicitation And Remove Any Set-aside Should Pricing Of All Quotes Be Found Unreasonable.
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
offeror Must Complete Far 52.204-24 Must Be Completed In Sam On-line.
offeror Must Complete Far 52.212-3 Offeror Representations And Certifications
offers Are Due By January 15, 2025 By 13:00 Cst. Offers Must Submitted By Email (see Size Limit Note Below) To Oneka Robertson At Oneka.robertson@va.gov
.
due To Email Constraints By The Va, It Is Requested That Emails Being Sent To The Poc Be No Larger Than 7mb. Multiple Emails Can Be Sent To The Poc For An Offer. If An Offer Is Sent In Multiple Parts, It Is Recommended That A Confirmation Request Be Included In The Final Email, For The Poc To Acknowledge That All (parts) Of The Offer Have Been Received.
see Attached Documents:
see Attached Document: 36c25725q0196
see Attached Document: Cover Letter
see Attached Document: Vendor S Questionnaire
see Attached Document: Wage Determination
Closing Date15 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers
the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space:
state: Washington
city: Port Angeles
delineated Area:
north: City Limits Of Port Angeles
south:city Limits Of Port Angeles
east:city Limits Of Port Angeles
west:city Limits Of Port Angeles
gross Square Feet:1,300
net Square Feet:1,144
space Type: Retail
gov Parking Spaces (total): 5
full Term: 60 Months
option Term: None
address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388
email Address: Cenwsre-rfp@usace.army.mil
real Estate Contracting Officer Thomas Seymour Will Be Signing The Lease For The Government.
electronic Offer Submission:
offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: 1/31/2025.
any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice.
the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination.
the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement.
additional Requirements:
space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use.
space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines.
space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities.
employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks.
regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet.
parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements.
subleases Are Not Acceptable.
retail Space Should Be On The Ground Floor.
space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space.
the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage.
columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet.
the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility.
if Space Offered Is Above Ground Level, There Must Be Elevator Access.
the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration.
the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays).
additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements:
request For Lease Proposals
exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364
exhibit B – U. S. Government Lease For Real Property
exhibit C – General Clauses, Gsa Template 3517b
exhibit D – Construction And Security Specifications
exhibit E – Construction Specifications Bid Proposal Worksheet
exhibit F – Janitorial Specifications
exhibit G – Sam Representations And Certifications, Gsa Form 3518
exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217
exhibit I – Certificate Of Authorization
exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable)
to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically Via Email Addressed To Cenwsre-rfp@usace.army.mil. Offerors’ Emails Shall Include The Completed Rental Proposal Worksheet, Attached Hereto As Exhibit “a” As An Attachment To The Email. The Subject Line Of The Email Must Contain The Request For Lease Proposal (rlp) Number (16 Characters Beginning With “dac”) Listed On The First Page Of The Rlp. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements.
the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.)
exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364
exhibit E – Construction Specifications Bid Proposal Worksheet (if A New Build Out Is Required)
for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required.
exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission)
exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217
exhibit K – Seismic Offer Forms (where Applicable)
evidence Of Ownership (warranty Deed) Or Control Of Building Or Site.
please Note That You Are Not Required To Initial And Return The Following Documents At This Time:
request For Lease Proposal (rlp)
exhibit B – U. S. Government Lease For Real Property
exhibit C – General Clauses, Gsa Template 3517b
exhibit D – Construction And Security Specifications
exhibit F – Janitorial Specifications
exhibit I – Certificate Of Authorization
please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible.
after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date1 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: This Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01 Effective 12 November 2024.
the Synopsis/ Solicitation Number Is W91zlk-25-q-0004 For The Purchase Of Brand Name "leica" Histocore Pegasus Tissue Processor. This Procurement Is Being Conducted Using The Simplified Acquisition Procedures Authorized In Far Part 13.5, Simplified Procedures For Certain Commercial Items. This Requirement Is Being Solicited Unrestricted Under The Associated North American Industry Classification System (naics) Code334516 Analytical Laboratory Instrument Manufacturing The Size Standard Is 1000 Employees.the Government Contemplates A Single Award Of A Firm- Fixed-price (ffp) Type Contract. This Procurement Will Be Evaluated As Lowest Priced, Technically Acceptable (lpta). Technical Acceptability Will Be Based On A Proposal That Meets All The Requirements Stated In The Solicitation And Attached Statement Of Work (sow).
description Of Requirements: This Solicitation Will Cover The Purchase And Delivery Of Brand Name "leica" Histocore Pegasus Tissue Processoras Follows:
qty 1 – Tissue Sampler 14048858005 Histocore Pegasus
qty 1 - Leica 14048860946 Histocore I Scan Kit
qty 1 - Leica 14041149613 Power Cord Various Nema5 20 (available On Fss Contract No. Gs-07f-5934r, Sin # 339113lab)
qty 1 - Leica 8122134 Nxt Nptu2000 Line
please Refer To The Attached Statement Of Work (sow) For Details Of The Specific Requirements.
the Government Intends To Award One Firm-fixed Price Contract To The Lowest Priced, Technically Acceptable (lpta) Proposal, In Accordance With Far 15.101-2. Technical Acceptability Will Be Based On A Proposal That Meets All The Requirements Stated In The Sow Attached. The Award Will Be Made To The Most Technically Acceptable Vendor That Provides The Lowest Delivered Total Price Of The Units Combined Of The Contract.
rejection Of Offers: In Accordance With Far 52.212-1 (g) The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received. Examples Include, But Are Not Limited To, The Following:
a. Offers That Provide Only A Statement Indicating Its Capability To Comply With The Rfp Terms Without Support And Elaboration As Specified In Volume Instructions Stated In This Combined Synopsis/solicitation; Or
b. Offers That Reflect An Inherent Lack Of Technical Competence Or A Failure To Comprehend The Complexity And Risks Required To Perform The Requirements. This May Include Submission Of A Proposal Which Is Abnormally High Or Low In Price (unbalanced Pricing) Or Unattainable In Terms Of Technical Or Schedule Commitments: Or
c. Offers That Do Not Meet All The Stated Material Requirements Of This Combined Synopsis/solicitation; Or
d. Offers That Propose Exceptions To The Attachments, Exhibits, Enclosures, Or Other Combined Synopsis/solicitation Terms And Conditions.
instructions To Offerors: Please Provide A Price Proposal With Product Description/ Specification. Price Proposal Shall Specify Estimated Delivery Date After Receipt Of Order, Unit Prices, Extended Prices, And Shipping Cost If Applicable. Partial Proposals Will Not Be Evaluated By The Government. The Government Is Not Responsible For Locating Or Securing Any Information Which Is Not Identified In The Proposals. By Submitting A Proposal, The Contractor Agrees To The Notations Identified In The Sow. All Proposals From Responsible Sources Will Be Fully Considered. Vendors Who Are Not Registered In The System For Award Management (sam), Www.sam.gov, Database Prior To Award Will Not Be Considered. Vendors May Register With Sam Online At Sam.gov.
for Questions Concerning This Solicitation, Contact Rob Rogers, Contract Specialist, Via Email At Robert.j.rogers41.civ@army.mil.all Questions Must Be Received Nlt Thursday, 9 January 2025 At 1:00 P.m. Eastern Time.
all Quotations Must Be Signed, Dated, And Submitted Via Email To Robert.j.rogers41.civ@army.mil No Later Then (nlt) Thursday 16 January 2025 At 10:00am Eastern Time.
the Government Reserves The Right To Cancel The Referenced Solicitation If Deemed To Be In Its Best Interest. Award Without Discussions: In Accordance With Far 52.212-l (g), The Government Intends To Evaluate Proposals And Award A Contract Without Discussions With Offerors (except Clarifications As Described In Far 15.306(a)). Therefore,the Offeror's Initial Proposal Shall Contain The Offeror's Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions If The Contracting Officer Later Determines Them To Be Necessary. Determination Of Responsibility: In Accordance With Far 9.103, Contracts Will Be Placed Only With Contractors That The Contracting Officer Determines To Be Responsible. Prospective Offerors, In Order To Qualify As Sources For This Acquisition, Must Be Able To Demonstrate That They Meet Standards Of Responsibility Set Forth In Far 9.104. No Award Shall Be Made To An Offeror Who Has Been Determined Non-responsible By The Contracting Officer. This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At The Following Address:https://www.acquisition.gov
the Following Clauses And Provisions Are Incorporated By Reference:
far 52.204-7, System For Award Management
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
far52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
far52.204-26, Covered Telecommunications Equipment Or Services-representation
far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations—rep Nov 2015
far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations.
far 52.212-1, Instructions To Offerors -- Commercial Items.
far 52.212-2, Evaluation- Commercial Items
far 52.212-3, Offeror Representations And Certifications - Commercial Items
far 52.212-4, Contract Terms And Conditions--commercial Items
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items
far52.215-1, Instructions To Offerors-competitive Acquisition
far 52.219-28, Post-award Small Business Program Representation
far52.219-33, Nonmanufacturer Rule
far 52.222-3, Convict Labor
far 52.222-19, Child Labor- Cooperation With Authorities And Remedies
far 52.222-21, Prohibition Of Segregated Facilities
far 52.222-26, Equal Opportunity
far 52.222-50, Combating Trafficking In Persons
far 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving
far 52.225-13, Restrictions On Certain Foreign Purchases
far 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To
iran-representation And Certifications
far 52.232-33, Payment By Electronic Funds Transfer-- System For Award Management.
far 52.232-39, Unenforceability Of Unauthorized Obligations
far 52.233-1, Disputes.
far 52.233-3, Protest After Award
far 52.233-4, Applicable Law For Breach Of Contract Claim
far 52.243-1, Changes- Fixed Price
far 52.246-2, Inspection Of Supplies -- Fixed-price
far 52.247-34, F.o.b. Destination
dfars 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials.
dfars 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights.
dfars 252.204-7003, Control Of Government Personnel Work Product.
dfars 252.204-7012, Safeguarding Of Unclassified Controlled Technical Information.
dfars 252.204-7015, Disclosure Of Information To Litigation Support Contractors
dfars252.204-7016, Covered Defense Telecommunications Equipment Or Services—representation
dfars252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation
dfars252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services
dfars252.204-7019, Notice Of Nistsp 800-171 Dod Assessment Requirements
dfars252.204-7020, Nist Sp 800-171dod Assessment Requirements
dfars 252-211-7003, Item Identification And Valuation
dfars 252.223-7008, Prohibition Of Hexavalent Chromium
dfars 252.225-7048, Export-controlled Items
dfars252.225-7053, Representation Regarding Prohibition On Use Of Certain Energy Sourced From Inside The Russian Federation
dfars252.225-7059, Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation
dfars252.225-7060,prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
dfars 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports.
dfars 252.232-7006, Wide Area Workflow Payment Instructions.
dfars 252.232-7010 Levies On Contract Payments.
dfars 252.243-7001, Pricing Of Contract Modifications.
dfars 252.244-7000, Subcontracts For Commercial Items
dfars 252.247-7023, Transportation Of Supplies By Sea
"exemption Certificate From Maryland Retail Sales And Use Tax
exemption Certificate No. 30005004 Covers Exemption From Maryland Retail Sales And Use Tax.
Closing Date16 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Description: Hardware
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Betasam. The Rfq Number Isspmym325q9005. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 November 12, 2024, And Dfars Publication Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions.the Clauses May Be Accessed In Full Text At This Address: Https://www.ecfr.gov.the Fsc Code Is 5305 And The Naics Code Is 332722. This Requirement Is Being Processed Utilizing A 100% Small Business Set-aside. The Small Business Standard Is 600.
solicitation Closes On Monday, January 20, 2025, At 12:00pm Est.
note: Offerors Must Complete The Attached Combined Synopsis Solicitation Spmym325q9005 And Attached Provisions And Clauses And Include The Completed Provisions With Their Offer To Be Considered For Award.quotes Must Be E-mailed To Tasha.dooley@dla.mil And Also Dla-kme-quotations@dla.mil
***
evaluation Criteria Is Lowest Price Technically Acceptable (lpta) And “all Or None”. If No Offers Are Received Which Meet Or Exceed The Government’s Rdd Provided Below, Award May Proceed To The Lpta Offeror And May Be Made Based On Soonest Delivery. Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
Government Rdd: 05/22/2025
offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable. Place Of Manufacture / Country Of Origin Required.
quotes Must Be E-mailed To Tasha.dooley@dla.mil And Also Dla-kme-quotations@dla.mil
your Company Info:
phone:
email:
cage Code:
**note: Vendor Shall List The Country Of Origin For Each Line Item
ship To:
portsmouth Naval Shipyard
receiving Officer
bldg 170
kittery, Me 03904
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
item Description Qty U/i Unit Price Total Price
clin 0001: Socket Head Slf Lkg 16 Ea ________ _________
Capscrew
socket Head Self-locking Capscrew, 0.500-13unc-3a X 3.500 In. Lg.
mfr Iaw Ff-s-86h Type Vi. Note That Para 3.1.4 & Para. 3.2.5 Of Ff-s-86h Is In Error. Fasteners Are To Meet The Requirements Of Table X Not Table Viii. Mat’l Is Nicu Alloy, Qq-n-281d Amend 2. Self-locking Iaw Mil-dtl-18240f Amend 1 Type “any”. Markings Of A Minimum 6 Dots (approx. 0.032) Raised Or Depressed (approx. 0.010) Shall Be Placed On The Head Of The Fastener (top Preferred, Side Location If Nece Ssary).
clin 0002: Data Requirements For Clin 0001 1 Ea __nsp____ _nsp____
see Exhibit A Seq A001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0003: Data Requirements For Clin 0001 1 Ea __nsp____ _nsp____
see Exhibit A Seq A002: Cdrl Di-misc-80678 (certification/data Reports).
clin 0004: Socket Head Slf Lkg 80 Ea ________ _________
Capscrew
same As Clin 0001.
clin 0005: Data Requirements For Clin 0004 1 Ea __nsp____ _nsp____
see Exhibit B Seq B001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0006: Data Requirements For Clin 0004 1 Ea __nsp____ _nsp____
see Exhibit B Seq B002: Cdrl Di-misc-80678 (certification/data Reports).
clin 0007: Socket Flat Countersunk Head 250 Ea ________ _________
Slf Lkg Capscrew
socket Flat Countersunk Head Self-locking Capscrew, 0.500-13unc-2a X 2.125 In. Lg. Mfr Iaw Mil-dtl-1222j Type Ii. Mat’l Is Nicual Alloy, Qq-n-286g. Make Self-locking Iaw Mil-dtl-18240f Amend 1 Type “l Or P”. Markings Of A Minimum (6) Dots (approx. 0.032 Dia) Raised Or Depressed (approx. 0.010) Shall Be Placed On The Head Of The Fastener (top Preferred. Side Location If Necessary).
clin 0008: Data Requirements For Clin 0007 1 Ea __nsp____ _nsp____
see Exhibit C Seq C001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0009: Data Requirements For Clin 0007 1 Ea __nsp____ _nsp____
see Exhibit C Seq C002: Cdrl Di-misc-80678 (certification/data Reports).
clin 0010: Socket Flat Countersunk Head 250 Ea ________ _________
Slf Lkg Capscrew
same As Clin 0007.
clin 0011: Data Requirements For Clin 0010 1 Ea __nsp____ _nsp____
see Exhibit D Seq D001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0012: Data Requirements For Clin 0010 1 Ea __nsp____ _nsp____
see Exhibit D Seq D002: Cdrl Di-misc-80678 (certification/data Reports).
clin 0013: Hex Head Slf Lkg Bolt 12 Ea ________ _________
hex Head Self-locking Bolt, 0.500-13unc-3a X 2.0 In. Long. Mfr Iaw Astm F468-23. Material Is Titanium Iaw Astm B348-21 Grade 5 (eli). Self-locking Iaw Mil-dtl-18240f Amend 1 Type “n”. Markings Of A Minimum Six (6) Dots (approx.
0.032 Dia.) Raised Or Depressed (approx. 0.010) Shall Be Placed On The Head Of The Fastener (top Preferred, Side Location If Necessary).
clin 0014: Data Requirements For Clin 0013 1 Ea __nsp____ _nsp____
see Exhibit E Seq E001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0015: Data Requirements For Clin 0013 1 Ea __nsp____ _nsp____
see Exhibit E Seq E002: Cdrl Di-misc-80678 (certification/data Reports).
clin 0016: Hex Head Slf Lkg Bolt 36 Ea ________ _________
same As Clin 0013.
clin 0017: Data Requirements For Clin 0016 1 Ea __nsp____ _nsp____
see Exhibit F Seq F001: Cdrl Di-misc-81356a (certificate Of Compliance).
clin 0018: Data Requirements For Clin 0016 1 Ea __nsp____ _nsp____
see Exhibit F Seq F002: Cdrl Di-misc-80678 (certification/data Reports).
ifnot The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-25, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With Their Offer.
far Clauses And Provisions
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Items;
52.212-3, Offeror Reps And Certs
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1, Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-39, Unenforceability Of Unauthorized Obligations
52.233-2 Service Of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40, Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-10 Reporting Executive Compensation
52.204-27 Prohibition On A Bytedance Covered Application
52.204-30 Fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.209-6 Protecting The Government's Interest
52.219-6 Notice Of Total Small Business Set-aside
52.219-28 Post-award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor
52.222-21 Prohibition Of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity For Workers With Disabilities
52.222-50 Combating Trafficking In Persons
52.223-11 Ozone Depleting Substances
52.223-18 Encouraging Contractors To Ban Text Messaging While Driving
52.225-3 Buy American-free Trade Agreements
52.225-13 Restriction On Certain Foreign Purchases
52.232-33 Payment By Eft-sam
dfars Clauses And Provisions
252.203-7000, Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005, Representation Relating To Compensation Of Former Dod Officials
252.204-7003, Control Of Government Personnel Work Product
252.204-7004, System For Award Management
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7015, Disclosure Of Information To Litigation Support Contractors
252.204-7016, * See Attachment For This Provision.
252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services.
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification And Valuation
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008,prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (sep 2016)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
h10 Awardee Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l06 Agency Protests
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
local Clauses (see Attachment For Full Text):
ym3 A1: Additional Information
ym3 C500: Mercury Control (supplies)
ym3 C501: Correction Of Certifications
ym3 C524: Controlled Industrial Material
ym3 C528: Specification Changes
ym3 D2.2: Marking Of Shipments
ym3 D4: Preparation For Delivery (commercially Packaged Items)
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And Its Alt I If Not Updated In Sam.
this Announcement Will Closeon Monday, January 20, 2025, At 12:00pm Est. The Point Of Contact For This Solicitation Is Tasha Dooley Who Can Be Reached At Tasha.dooley@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/.
ifnot The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
please Submit Bids Via Email At Tasha.dooley@dla.mil And Dla-kme-quotations@dla.mil.
all Quotes Shall Include Price(s), Fob Point, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc) Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
******* End Of Combined Synopsis/solicitation *******
Closing Date20 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At (far 13), As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Is(spmym325q6014x). This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 November 12, 2024, And Dfars Change Notice Publication Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address:
https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html.
the Fsc Code Is (5340) And The Naics Code Is (331491). The Small Business Standard Is 900 Employees.this Requirement Is Being Processed Utilizing As Full And Open Competition.
evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable.
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
interested Parties Must Fill Out The Request For Quote Titled, “25q6014x Rfq Required” In The Attachment Section.
item Description Qty U/i
0001 Safety Track Assy 1680 Ft
Safety Track Assy To Consist Of Plate (similar To Pc 23 Of Dwg 179-6985175 Rev Xa): 0.625-in Thk/ Mil-s-22698 / Eh-36t, Cl-p And I Section (similar To Pc 24 Of Dwg 179-6985175 Rev Xa): S6 X 17.25 / 6.000" X 3.625" X 17.25# / Mil-s-22698 / Ah-36, Cl-u.
Fabricate 20-ft Sections Similar To Assy Sa5t Of Dwg 179-6985175/xa (see Sheets 21 & 21-1). Joint To Weld I-section To Plate Shall Be A 3/8-in Pt2s.1 In Accordance With Mil-std-1688. A Vt And Mt Inspection Shall Be Conducted In Accordance With T9074-ad-gib-010/1688 The Welding And Inspection Process Shall Be Captured With A Code 138 Qualified Welding Procedure. C503 Dwg 6985175/xa Is Saved In The Drawing File Under Doc# 427542811 In The "p" Drive.
**do Not Add Holes Into Sections As Shown In Detail 19-4e Of Dwg 179-6985175 Rev Xa. Holes Shall Be Completed Once Section Is Cut To Length And Preped On Site.**
*note: Drawings To Be Provided Separately Upon Request And Receipt Of A Valid Dd Form 2345 And Signed Security Agreement.
0002 Data Requirements For 0001 1 Ea Nsp Nsp
A001 Exhibit A, Seq A001
See Exhibit “a” Seq A001: Cdrl Di-misc-81356a (certificate Of Compliance)
0003 Data Requirements For 0001 1 Ea Nsp Nsp
A002 Exhibit A, Seq A002
See Exhibit “a” Seq A002: Cdrl Di-misc-80678 (certificate / Data Report)
0004 Data Requirements For 0001 1 Ea Nsp Nsp
A003 Exhibit A, Seq A003
See Exhibit “a” Seq A003: To Be Vendor's Weld Procedures Per Navsea Tech Pub T907 4-ad-gib-0 10/1688 Rev-i And Dwg-6985175/xa. The Vendor Must Submitt Their Welding
Procedures To Pns Code 138.2 Prior To Performing Any Welding. Di-misc-80875 And Pns Clause C.513 Apply.
0005 Data Requirements For 0001 1 Ea Nsp Nsp
A004 Exhibit A, Seq A004
See Exhibit “a” Seq A004: To Be Vendor's Vt Procedure. Vendor Shall Submit Their Vt Procedure Ia W Navsea Tech Pub T9074-ad-gib-010/1688 Rev-i, Acceptance Criteria To Be Per Mil-std-2035 To Pnsy Code 135t For Review And Approval Prior To Performing Any Vt. Udi-t-23732b And Pns Clause C.514 Apply.
0006 Data Requirements For 0001 1 Ea Nsp Nsp
A005 Exhibit A, Seq A005
See Exhibit “a” Seq A005: To Be Vendor's Mt Procedure. Vendor Shall Submit Their Mt Procedure Ia W Na Vsea T9074-ad-gib-0 10/1688 Rev-i, Acceptance Criteria To Be Per Mil-std-2035 To Pnsy Code 135t For Review And Approval Prior To Performing Any Mt. Udi-t-23732b And Pns Clause C.514 Apply.
0007 Data Requirements For 0001 1 Ea Nsp Nsp
A006 Exhibit A, Seq A006
See Exhibit “a” Seq A006: To Be Vendor's Vt Test Results/report. Vendor Shall Submit Their Vt Test Results/report. Pns Clause C.512 And Di-ndti-80809b Apply.
0008 Data Requirements For 0001 1 Ea Nsp Nsp
A007 Exhibit A, Seq A007
See Exhibit “a” Seq A007: To Be Vendor's Mt Test Results/report. Vendor Shall Submit Their Mt Test Results/report. Pns Clause C.512 And Di-ndti-80809b Apply.
note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With
their Offer.
far Clauses And Provisions
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Products And Commercial Services
52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-39, Unenforceability Of Unauthorized Obligations
52.233-2 Service Of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-10
reporting Executive Compensation
52.204-27
prohibition On A Bytedance Covered Application
52.204-30
fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.209-6
protecting The Government's Interest
52.219-4
notice Of Price Evaluation Preference For Hubzone
52.219-28
post-award Small Business Program Representation
52.222-3
convict Labor
52.222-19
child Labor
52.222-21
prohibition Of Segregated Facilities
52.222-26
equal Opportunity
52.222-36
equal Opportunity For Workers With Disabilities
52.222-50
combating Trafficking In Persons
52.223-11
ozone Depleting Substances
52.223-18
encouraging Contractors To Ban Text Messaging While Driving
52.225-1
buy American-supplies
52.225-13
restriction On Certain Foreign Purchases
52.232-33
payment By Eft-sam
52.232-36
payment By Third Party
52.247-64
preference For Privately Owned Us-flag Commercial Vessels
dfars Clauses And Provisions
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7003. Control Of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training For Contractors.
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013)
252.204-7015, Disclosure Of Information To Litigation Support Contractors
252.204-7016, * See Attachment For This Provision.
252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services.
252.204-7019, *see Attachment For This Provision.
252.204-7020, Nist Sp 800-171 Dod Assessment Requirements
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification And Valuation
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7003, Electronic Submission Of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
g01 Additional Wide Area Workflow (wawf) Information (aug 2017)
h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l06 Agency Protests (dec 2016)
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
local Clauses (see Attachment For Full Text):
ym3 A1: Additional Information
ym3 C500: Mercury Control (supplies)
ym3 C501: Correction Of Certifications
ym3 C524: Controlled Industrial Material
ym3 C528: Specification Changes
ym3 D2.2: Marking Of Shipments
ym3 D4: Preparation For Delivery
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 E504: Notice Of Constructive Acceptance Period
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam.
this Announcement Will Close(1/14/2025 At 3pm). The Point Of Contact For This Solicitation Is (jannell Moriarty) Who Can Be Reached At (jannell.moriarty@dla.mil). All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/.
ifnot The Actualmanufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
please Submit Quotations Via Email At (jannell.moriarty@dla.mil).
quotes Also To: Dla-kme-quotations@dla.mil
all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
*if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf.
******* End Of Combined Synopsis/solicitation ********
Closing Date14 Jan 2025
Tender AmountRefer Documents
Cdpq Infra Inc Tender
Civil And Construction...+1Others
Canada
Details: Cdpq Infra Inc. (“Cdpq Infra”) is seeking, through this Request for Expression of Interest (the “Request for Expression of Interest” or “RfE”), to identify and qualify companies that wish to provide Cdpq Infra and its subsidiaries with upstream operator services in support of the Project as defined below. The Project consists of a new 19 km tramway network, including 29 stations, connecting the Le Gendre, Sainte-foy, Université Laval, Colline Parlementaire, Saint-roch and Charlesbourg sectors of Quebec City. This new tramway line, called the Tramcité Project (the “Project”), represents the backbone of mobility in the Communauté Métropolitaine De Québec (the “CMQ”) region. It is efficiently and accessibly connected to other modes of transportation and serves the city's busiest mobility corridors, thereby increasing the fluidity and capacity of the existing public transportation network. Cdpq Infra uses various suppliers of goods and services to support it in its day-to-day activities and in preliminary project studies, which may be followed by a development and construction phase. The choice of these suppliers is established according to Cdpq Infra's procurement policy.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Public Service Delivery Tender
Aerospace and Defence
Canada
Details: Manitoba Reference Number: Mb-mbpb-10t-00030 Issuing Department: Procurement And Supply Chain Date Issued: 19/12/2024 Issued By: Gurjeet Kharay Telephone: 431-336-6413 The Government Of Manitoba (manitoba) Is Requesting Bid Submissions For The Supply & Delivery Of Ammunition On An "as And When" Requested Basis For The Period March 1, 2025, To February 28, 2026, With Two (2) Optional Of One (1) Year Extension. Note: For Information Or Item Clarification, If Required<(>,<)> Contact: Gurjeet Kharay Email: Bids@gov.mb.ca (enquiry Only) Please Contact The Individual Noted Above If Additional Information Or Clarification Is Required On The Following Items. Fob Destination Freight Prepaid To: Delivery Address: 1-1383 Whyte Ave., Winnipeg, Manitoba<(>,<)> R3e 1v7 Invoice Address: Conservation Officer Service Box 44- 14 Fultz Blvd Winnipeg, Mb R3y 0x7 Delivery In ___ Working Days Or ____weeks From Receipt Of The Order. General Terms & Conditions: This Rfq Is Subject To The Manitoba General Terms And Conditions: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf The Purchase Order To Be Issued To The Top Ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions: Https://www.gov.mb. Ca/central/psc/pubs/form/manitoba_po_terms_conditions.pdf Submission Terms And Conditions: The Bid Must Be Signed By A Representative Of The Bidder With The Authority To Bind The Bidder. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Vendor's E-mail Address: (if Available) ____________________ Quantity Clarification: Quantity Listed Contains 2 Or 3 Decimals. _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 01/04/2025 5,000.000 Case Gsin: N1300material: 41729 Ammunition, As Described Below Centre Fire Pistol Cartridges Training Ammunition, 9mm Parabellum Caliber Federal Brand. Bullet Weight 147 Grain Full Metal Jacket (fmj) Brass Case Factory Loads<(>,<)> Must Meet Saami Specs- No Reloads 50 Rounds/box. 1000 Rounds/case Please Indicate: Manufacturer Name, Brand Name And Product Information On The Proposed Product Offered As Follow: Manufacturer Name _________________ Brand Name ________________ Product / Style Number ________________ Bidder's Catalogue/reference Number (if Applicable) _________ Include Proposed Product Specification Sheet With Your Bid Submission. ======================================================== Item 20 01/04/2025 40.000 Case Gsin: N1300material: 41729 Ammunition, As Described Below Shotgun Ammunition 12 Gauge, 2 3/4 In Shotgun Cartridge, Slug (1 Oz) 5,000 Rounds Of 12 Gauge 2.75" Length 1 Oz Rifled Slug 1500-1650 Feet Per Second Velocity Please Indicate: Manufacturer Name, Brand Name And Product Information On The Proposed Product Offered As Follow: Manufacturer Name _________________ Brand Name ________________ Product / Style Number ________________ Bidder's Catalogue/reference Number (if Applicable) _________ Include Proposed Product Specification Sheet With Your Bid Submission. ======================================================== Item 30 01/04/2025 10.000 Case Gsin: N1300material: 41729 Ammunition, As Described Below Patrol Rifle Duty Ammunition 5,000 Rounds Of Premium Hunting Quality, Caliber In .308 Win Only<(>,<)> Bonded Bullet Construction. Ballistic Tip Or Hollow Point. Nickle Plated Casing Bullet Weight 160gr To 168gr Copper Jacketed With Bonded Lead Core Or Solid Copper Construction With Ballistic Tip. Please Indicate: Manufacturer Name, Brand Name And Product Information On The Proposed Product Offered As Follow: Manufacturer Name _________________ Brand Name ________________ Product / Style Number ________________ Bidder's Catalogue/reference Number (if Applicable) _________ Include Proposed Product Specification Sheet With Your Bid Submission. ======================================================== Item 40 01/04/2025 1.00 Each Gsin: N1300material: 99201010 Ammunition As Described Below: Assorted Ammunition-unispecified Assorted Ammunition, For The Purchase Of Unspecified Ammunition Provide Company Catalog And Discount Off Of List Catalog Pricing ________% ======================================================== Quotation Evaluation: Generally, The Lowest Overall Price Of An Acceptable Item(s) In Accordance With The Terms & Conditions Of The Rfq Will Be Awarded The Order. Quotations Will Also Be Evaluated Based On Suitability Of Unit Offered Compared To The End User#s Needs, Product Specifications, Delivery, Warranty, Price, Quality Of The Bidder's Performance In Past Awards And Any Other Terms & Conditions Indicated On This Rfq. Each Product Offered Will Be Considered Individually, However, The Intent Is To Award This Rfq To One Supplier In Total (if Possible And Economic To Manitoba) Therefore Bidders Should Quote On All Items If Possible. (economic Evaluation To Be At Manitoba#s Sole Discretion) Failure To Provide Adequate Information To Evaluate The Item Offered May Be Cause For Rejection Of Your Quote By The Manitoba Government (manitoba). Suitability Selection To Be At Manitoba's Sole Discretion. Quantity: The Quantity Shown Is Approximate And May Vary More Or Less It Should Be Noted That There Is No Guarantee Of Any Business. Any Unused Portion As Of The End Of The Contract Will Be Considered Cancelled. Quality / Acceptability All Products Supplied Are Subject To Inspection Prior To Acceptance. Manitoba Reserves The Right To Reject Any Products, After Final Inspection That Does Not Meet The Specification Requested. Product Offered: The Product Offered Must Meet The Requirements And Expectations For Its Intended Use. If It Is Your Intention To Offer An Item, Which Does Not Meet All The Specs/description As Outlined, Then You Must Indicate All Intended Deviations Or Changes On The Return Quote. Please Indicate: Manufacturers Name__________ Brand Name______________ Product / Style Number ________ Bidders Catalogue/reference Number (if Applicable) ___________ Note: If Any Of The Above Items/features Are Accessories That Are To Be Included And Installed Prior To Delivery. It Is The Supplier's Responsibility To Test All Systems To Ensure They Are Functioning Properly Prior To Delivery. Delivery Address: 1-1383 Whyte Ave., Winnipeg, Manitoba<(>,<)> R3e 1v7 Invoice Address: Conservation Officer Service Box 44- 14 Fultz Blvd Winnipeg, Mb R3y 0x7 (unit Prices Include All Necessary Charges E.g., Freight, Insurance, Handling Etc.) If Any Charges Are Not Included, Please Explain In Detail Any/all Charges That Will Be Extra To The Unit Prices Quoted And That Will Be Charged On The Invoice. Products/brands: Brand Names, Where Indicated, Are Shown For Reference Purposes Only And Are Not Intended As Endorsement Of A Particular Product. Authorized Vendor: Manitoba Reserves The Right, Prior To Any Contract Award, To Secure Evidence To Manitoba's Satisfaction That Any Bidder Is The Manufacturer, Or An Authorized Distributor, Dealer Or Retailer Of The Goods Offered And Is Authorized To Sell These Goods In Manitoba, Canada And Upon Request Will Provide Manitoba With Written Evidence Thereof. Warranty: Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use). (manitoba's Use Would Usually Be Considered Commercial Application Not Consumer) Product _________ Months Or _______ Years Labor _________ Months Or _______ Years Parts _________ Months Or _______ Years Please Note: During The Period Of The Warranty Offered, All Labor, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. The Province Of Manitoba "will Not" Pay Additional Charges While The Item(s) Offered Are Under The Above Stated Warranty. Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote. If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty Then A Complete Explanation Must Be Provided. Warranty Service/location: Is Warranty Service Provided On Site At Our Premises? Yes___ Or No____ If No, Indicate The Location The Unit Must Be Sent To For Manufacturer's Certified And/or Approved Warranty Service. Company Name_______________________ Location (city & Province) ______________ Do You Have A Toll Free Phone Number For Warranty Service? Yes______ Or No______ If Yes Please Provide: ________________________ After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes ___ Or No_____ If No, Please Advice Company Name_______________________ Location (city & Province) ______________ Accounts Receivable Address: Due To Our Computerized Accounts Payable System Please Advise If Your Invoice Address (accounts Receivable) Is The Same As The Address For Orders / Quotes Shown Above Yes ____ Or No ______ If No Provide Complete Details I.e. Box #, Street Address, City, Province, Postal Code, Etc. _________________ Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit? Manitoba's Retail Sales Tax Yes_____ Or No_____ If No Disregard The Following Paragraph. Manitoba's Retail Sales Tax Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax? Yes____ Or No _____ If The Quote Consists Of Both Taxable (t) And Non-taxable (nt) Items Please Indicate T Or Nt Opposite Each Item Offered. Payment Terms: Manitoba Will Consider Early Payment Terms. Manitoba's Standard Payment Term Is Net Thirty (30) Days. The Bidder Shall Specify Their Standard Invoice Term: _____________________________ Is There Any Applicable Discounts For Early Payment? Yes _____ No _____ Initial __________ If Yes, Please Specify: _____________________________________________________ Does Your Early Payment Clause Appear On Your Invoice? Yes _____ No _____ Initial __________ Your Quotation Reference # (if Applicable) _________. Proposed Delivery Address: 1-1383 Whyte Ave., Winnipeg, Manitoba<(>,<)> R3e 1v7 Tenders To Be Returned To: Merx Electronic Bid Submission Www.merx.com
Closing Date18 Jan 2025
Tender AmountRefer Documents
Antalya Metropolitan Municipality Transportation Planning and Rail System Office President Tender
Civil And Construction...+1Civil Works Others
Turkey
Purchaser Name: Antalya Metropolitan Municipality Transportation Planning and Rail System Office President | Repair, Maintenance, Repair, Spare Parts and Tire Change and Maneuvering Service of Public Transport Vehicles
Closing Date6 Jan 2025
Tender AmountRefer Documents
Republic of Turkey State Railway Transportation Anonymous Company General Office Tender
Civil And Construction...+2Others, Civil Works Others
Turkey
Purchaser Name: Republic of Turkey State Railway Transportation Anonymous Company General Office | Procurement of Catering Services for Eskişehir Railway Training and Examination Center Directorate for 2 Months (14/01/2025-14/03/2025)
Closing Date6 Jan 2025
Tender AmountRefer Documents
4671-4680 of 4863 archived Tenders