Transportation Tenders

Transportation Tenders

AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender

Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: **this Solicitation Has Been Updated To Reflect Overseas Comparability Pay, As Updated In Aapd 25-02. All Other Information Remains The Same. ** solicitation Number: 7200aa25r00013 issuance Date: December 5, 2024 closing Date And Time: January 6, 2025, 1:00 Pm Eastern Standard Time (est) subject: Solicitation For U.s. Personal Service Contractor (uspsc) dear Prospective Offerors: the United States Government (usg), Represented By The U.s. Agency For International development (usaid), Is Seeking Offers From Qualified U.s. Citizens To Provide Personal services As Deputy Country Representative – Senegal (fs-03) Under A Personal Services Contract, as Described In The Attached Solicitation. offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of all Offer Materials For Their Records. usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The solicitation. offerors Interested In Applying For This Position Must Submit The Following Materials: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting the Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That you Fully Meet The Experience Requirements As Stated In This Solicitation. This Information 1 | Page should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. 2. Uspsc Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors are Required To Complete And Sign The Form. We Are Currently Accepting Electronic And typed Signatures On The Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be considered. Your Complete Resume And The Aid 309-2 Form Must Be Emailed To otijobs@usaid.gov offerors Can Expect To Receive A Confirmation Email When Offer Materials Have Been Received. offerors Should Retain For Their Records Copies Of All Enclosures Which Accompany Their Offers. this Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. offeror Resources Are Available At Https://otijobs.net/uspsc-application-guidance. Any Questions on This Solicitation May Be Directed To: oti Recruitment Team e-mail Address: Otijobs@usaid.gov website: Www.otijobs.net sincerely, maria Del Carmen Grizzard contracting Officer m/oaa/cps 2 | Page 7200aa25r00013 attachment I i. General Information 1. Solicitation No.: 7200aa25r00013 2. Issuance Date: December 5, 2024 3. Closing Date And Time For Receipt Of Offers: January 6, 2025, 1:00 Pm eastern Time 4. Point Of Contact: Oti Recruitment Team, Email At Otijobs@usaid.gov. 5. Position Title: Deputy Country Representative 6. Market Value: This Position Has Been Designated At The Fs-03 Equivalent Level, overseas Non-locality Pay ($98,697 - $144,940). Final Compensation Will Be Negotiated Within the Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, salary And Educational Background. Salaries Over And Above The Pay Range Will Not Be entertained Or Negotiated. please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel to The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50 miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal expense. 7. Period Of Performance: One Year, With Four One-year Option Periods. start Date: Within 45 Days Of Receiving Notification That Required Security And Medical clearances Have Been Obtained. 8. Place Of Performance: Senegal overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location within The Country Of Performance, In Accordance With Mission Policy. Telework Or remote Work From Outside The Country Of Performance May Only Be Authorized In Certain situations In Accordance With The Terms And Conditions Of The Contract. 3 | Page 9. Eligible Offerors: United States Citizens 10. Security Level Required: Secret 11. Statement Of Duties position Description background usaid’s Office Of Transition Initiatives (oti) Is Seeking Highly Motivated, Highly Qualified individuals Who Want The Opportunity To Help Support Rapid International Transition Programs For priority Conflict-prone Countries. Created In 1994 As A Distinct Operating Unit Within Usaid, Oti helps Local Partners Advance Peace And Democracy In Politically-transitioning Countries. In support Of U.s. Foreign Policy, Oti Seizes Emerging Windows Of Opportunity In The Political landscape To Promote Stability, Peace, And Democracy By Catalyzing Local Initiatives Through adaptive And Agile Programming. countries Experiencing A Significant Political Transition In The Midst Of A Disaster Or Emerging from Civil Conflict Have Unique Needs That Cannot Be Fully Addressed By Traditional Disaster Relief. timely And Effective Assistance To Promote And Consolidate Peaceful, Democratic Advances Can make The Difference Between A Successful Or A Failed Transition. Oti Assists In Securing Peace By aiding Indigenous, Mostly Non-governmental, Civil Society And Media Organizations. Oti Uses such Mechanisms As Support For Re-integration Of Ex-combatants Into Civilian Society; development Of Initiatives To Promote National Reconciliation; Identification Of Quick-impact community Self-help Projects To Meet Urgent Economic Needs; And Aid To Independent Media outlets And Community-based Organizations To Help Promote Informed Debate And Broaden Public participation. to Respond Quickly And Effectively And Meet Its Program Objectives And Mandate Oti Retains A group Of High Level Professionals And Experts Under U.s. Personal Services Contracts (uspscs). these Knowledgeable And Skilled Professionals Make Up The Vast Majority Of The Oti Work Force and Are At Its Forefront Implementing And Achieving The Office’s Programmatic Goals And objectives.there Are Several Benefits That Uspscs May Participate In, Such As Partial reimbursement For Health And Life Insurance Costs, As Well As Full Coverage Of Workers’ compensation, Among Other Benefits. For More Complete Information On Uspsc Benefits, Please see Section Vi Of This Solicitation. oti’s Core Values: agility 4 | Page oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates timely Positive Change. political oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power dynamics And Harness Them For Transformation. accountability oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance with Our Implementing Partners, And The Taxpayer. curiosity oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder about People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches. diversity & Inclusion oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect. courage oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change. oti’s Deia Vision Statement: Oti Is A Collaborative Environment That Represents The Global community At All Levels Of Our Organization. Uniting Diverse Backgrounds And Experiences, We value Individual Expertise To Advance Peace And Democracy Around The World. values And Associated Behaviors That Will Enable This Vision Are: trust ● Model Open Communication, Active Listening And Candor. ● Believe Others When They Share Their Experiences. 5 | Page respect ● A Respectful Attitude Should Be Shown To Everyone. ● Allow For Others To Express Complete Opinion/thoughts Without Interruption, While recognizing That There Are Other Perspectives And Lived Experiences. belonging (accessibility) ● Serve As An Ally To Those Who Feel Excluded (professionally, Socially, Personally, Etc.). ● Promote Togetherness And Acceptance Through Equitable Behavior. empathy ● Listen To Understand, Create Space To Be Real/feel. ● Remind Yourself To Be Conscious Of How Others May Feel Or Receive Your Words self-awareness/accountability ● Supervisors Hold Their Peers To Account On Their Expectations And Behaviors. ● Seek Regular, Constructive Feedback To Understand How Your Words And Actions Affect And influence Others, And How They Are Being Perceived And Interpreted. ● Acknowledge Unconscious Bias And Be Willing To Learn And Change Behavior When confronted/corrected. for More Information About Oti And Its Country Programs Please See: https://www.usaid.gov/stabilization-and-transitions introduction the Oti Deputy Country Representative – Senegal Is A Member Of The Cps/oti West And central Africa (wca) Regional Team, And Reports To The Oti Country Representative In senegal. The Deputy Country Representative’s Principal Responsibility Will Be Development, oversight And Management Of Usaid/oti's Senegal Country Program. The Incumbent Will Be called On To Support The Oti Country Representative With Managing An Implementing Partner and May Be Called Upon To Represent Oti’s Program To Local Partners, Senior-level U.s. government Officials, In-country Visitors, Senior Officials From Other International Organizations, bilateral Donors And Local Government Officials. core Functional Areas Of Responsibility duties And Responsibilities the Work Of The Deputy Country Representative Requires Teamwork, The Exercise Of Discretion, judgment, And Personal Responsibility. As A Member Of A Highly Operational Office, You Are willing And Able To Perform A Wide Range Of Administrative Functions To Help Ensure programmatic Success. You Have A High Level Of Integrity And Attention To Detail To Ensure The Use of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds, programming, And Monitoring And Evaluation. You Are Highly Flexible And Willing To Work Under 6 | Page conditions Of Ongoing Changes, And Remain Professional And Respectful Of Colleagues And authority In A Diverse Workforce. You Place A Premium On The Building Of Positive Relationships with Your Respective Team In Washington, D.c., Colleagues In The Field, And With Key Stakeholders both In And Outside Of Usaid. You Are Able To Prioritize And Complete Tasks Without Follow-up by The Supervisor, While Also Filling In Gaps As Needed To Ensure The Responsiveness Of The Team. you Are A Strategic Thinker, Articulate Innovative Ideas, Present Solutions, And Are A Positive Role model For Colleagues Both In And Outside Of Oti. You Are Also Committed To Upholding usaid/oti’s Diversity, Equity, Inclusion, And Accessibility’s (deia) Vision And Values As outlined In The Background. under The Direct Supervision Of The Washington-based Cps/oti Country Representative For senegal Or Their Designee, The Deputy Country Representative Will Perform The Following Duties: ● Represent Oti Interests During Meetings With Usaid Mission Personnel, U.s. Embassy staff, Host-country Government Officials, International Organizations, Indigenous And international Non-governmental Organizations (ngos), And International Donors interested In Cps/oti Activities; ● Provide Guidance On The Identification And Development Of Projects That Meet Oti funding Criteria, Further Oti Programmatic Objectives, And Complement Other Projects and Programs Implemented By Other Usaid Offices, U.s. Government Agencies And donor Organizations; ● Provide Support For The Design And Execution Of Programs That Follow Oti’s Quick Impact programming Model In Us Embassies Or Usaid Missions. Support To Us Embassies And usaid Missions May Include Attendance And/or Facilitation Of Program Management processes For Follow-on Programming, Including Rolling Assessments, Strategy Review sessions, Program Performance Reviews And Management Reviews; ● Review Proposals And Grant Concepts And Work With Diverse Groups, Many Of Which Have not Previously Had International Funding; ● Collaborate With The Country Representative In Monitoring The Performance Of Oti implementing Partners In The Implementation Of Oti-financed Activities Designed To achieve Strategic Objectives; ● Travel To Monitor And Assess Political Conditions, Implementing Partner Operational platforms, Meet With Potential Grantees, Host-country Government And Other Program counterparts, And Develop Activity Ideas; ● Mentor And Train Other Oti And Implementing Partner Field Staff; ● Assume The Lead On Collecting Information And Drafting/editing Regular Reporting products; 7 | Page ● Assume Higher Representational Responsibilities, Potentially Serving As Acting Oti country Representative In Their Absence; ● Perform A Wide Range Of Administrative Functions Including Budget Preparation, Financial management, Records Management, And Travel Assistance To Help Ensure Programmatic success; ● Coordinate With The Oti Country Representative To Develop An Exit Strategy That Ensures reasonable Time To Transition From Oti Programs To Follow-on Usaid Or Other Donor programs; ● Communicate Regularly And Share Program Information With Other Usaid Project managers, The Us Embassy, Bilateral Donors, Un Organizations, International organizations, And Indigenous And International Ngos To Ensure Visibility And Synergy Of usaid/oti Activities; ● Support The Country Representative To Ensure The Use Of Oti Systems And Procedures To maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And evaluation; ● Report To The Oti Country Representative And Oti/washington On The Status Of: 1) Grant development And Implementation, 2) Oti Contractor Performance, 3) Foreign Service national (fsn) Staff Support Needs And Morale, 4) Communication And Coordination issues Among Oti Offices With Other U.s. Government Entities, 5) Security Concerns, 6) relations With Local Partners Including Local, State And National Government representatives, And 7) Other Pertinent Information Required To Achieve Oti’s Program objectives; ● Manage And/or Supervise The Fsn Staff, Including Program Officers, Administrative assistants And Drivers Alongside Of The Country Representative; ● Supervise Staff As Delegated By The Country Representative (e.g. Program Managers, program Assistants, Administrative Program Assistants, Etc.). Provide Orientation, training And Mentoring For Usaid Staff Supervised; Assign Work, Explain How Duties Are to Be Performed To Meet Expectations, And Communicate How The Successful Performance of Those Duties Will Be Measured; Evaluate Staff Performance; Recognize Good performance; Communicate Where Performance Needs To Be Improved; Resolve complaints; And Approve Leave Requests And Timesheets As Well As Training, Travel And program And Operations Requests; ● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s. government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6) months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work, but May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co) approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months 8 | Page requires Co Approval. supervisory Relationship: the Deputy Country Representative Will Be Supervised By The Oti Country Representative Or his/her Designee In Senegal. The Incumbent Is Expected To Take Initiative, Act Independently, And manage His/her Tasks With Minimal Supervision. Though This Is A Senior Field-based Position, The incumbent Is Expected To Actively And Proactively Collaborate With Oti/washington Leadership, and To Fully Utilize, Embrace, And Become An Expert On Oti Systems And Processes. Failure To adequately Perform The Scope Of Work Above And/or Failure To Take Direction From The Supervisor may Result In Corrective Actions, Including Denial Of Step Or Grade Increases, Extension Of Contract probationary Periods, Performance Improvement Plans, And/or Termination For The Convenience Of usaid/oti. supervisory Controls: at The Fs-03 Level, The Incumbent’s Supervisor Sets Overall Objectives. The Incumbent And supervisor Together Develop Deadlines, Projects, And Work To Be Done. The Incumbent independently Plans, Designs, And Carries Out Projects, Studies, And Programs. Completed Work Is reviewed Only From An Overall Standpoint In Terms Of Feasibility, Compatibility With Other Work, or Effectiveness In Meeting Requirements, Or Expected Results. Technical Problems Are Generally resolved Without Reference To Supervisors. 12. Physical Demands while In Senegal, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands. however, The Position May Require Travel Throughout The Country Of Assignment, Which May involve Some Additional Physical Exertion, Including Long Periods Of Standing, Walking Over rough Terrain, Or Carrying Of Moderately Heavy Items (less Than 50 Pounds). 13. Work Environment: while At Post, The Work Is Generally Performed In An Office Environment. However, The Position also Requires Travel Throughout The Region, Which May Additionally Involve Special Safety And/or security Precautions, Wearing Of Protective Equipment, And Exposure To Severe Weather conditions. ii. Minimum Qualifications Required For This Position (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And experience Factors Are Considered Not Qualified For The Position. See Detailed Instructions For demonstrating Education/experience Under “submitting An Offer”) education/experience Required: at A Minimum, The Offeror Must Have: (1) A Master’s Degree With Five (5) Years Of Work Experience; or 9 | Page a Bachelor’s Degree With Seven (7) Years Of Work Experience; or an Associate’s Degree With Eight (8) Years Of Work Experience; or a High School Diploma With Nine (9) Years Of Work Experience; and (2) Five (5) Years Of Project Management Experience With A U.s. Government Foreign Affairs agency, Domestic Or International Assistance Organization, Or Non-governmental organization In Community Development, Economic Development, Mediation/arbitration, conflict Resolution, Democracy And Governance, International Law, Political Analysis, and/or Human Rights Activities; (3) One (1) Year Of Overseas Field Experience (in Person Or Virtual). A Virtual Temporary Duty (tdy) Is Defined As Work That Would Have Been Conducted In An Overseas Location If Not for The Covid Pandemic; (4) One (1) Year Of Supervisory Experience (including But Not Limited To Mentoring, Training, and Guiding Staff); (5) Demonstrated Experience Using French In A Professional Setting Is Required. iii. Evaluation And Selection Factors (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And experience Factors Are Considered Not Qualified For The Position. the Government May Award A Contract Without Discussions With Offerors In Accordance With far 52.215-1. The Co Reserves The Right At Any Point In The Evaluation Process To Establish a Competitive Range Of Offerors With Whom Negotiations Will Be Conducted Pursuant To far 15.306(c). In Accordance With Far 52.215-1, If The Co Determines That The Number Of offers That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient competition Can Be Conducted, The Co May Limit The Number Of Offerors In The Competitive Range to The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated offers. Far Provisions Of This Solicitation Are Available At https://www.acquisition.gov/browse/index/far. selection Factors: (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Selection factors Are Considered Not Qualified For The Position.) ● Offeror Is A U.s. Citizen; 10 | Page ● Complete Resume Submitted. See Cover Page For Resume Requirements. Experience That cannot Be Quantified Will Not Be Counted Towards Meeting The Solicitation Requirements; ● Ability To Obtain A Secret Level Security Clearance (note: Dual Citizens May Be asked To Renounce Second-country Citizenship); ● Ability To Obtain A Department Of State Medical Clearance; ● Satisfactory Verification Of Academic Credentials. a Usaid Secret Level Security Clearance And Department Of State Medical Clearance Are Required prior To Issuance Of The Contract For This Position. note: If A Full Security Investigation Package Is Not Submitted By The Selected Within 30 Days after It Is Requested, The Offer May Be Rescinded. If A Security Clearance Is Not Able To Be Obtained within Four Months After The Selected Submits The Initial Security Clearance Documentation, The offer May Be Rescinded. note: The Selected Must Obtain Department Of State Medical Clearance Within Four Months after Offer Acceptance. If Medical Clearance Is Not Obtained Within This Period, The Offer May Be rescinded. due To Anticipated Program Needs, Individuals Should Be Able To Travel To Post Within 60 Days after A Contract Is Awarded. offeror Rating System the Offeror Rating System Factors Are Used To Determine The Competitive Ranking Of Qualified offerors In Comparison To The Technical Evaluation Criteria. Offerors Must Demonstrate The Rating factors Outlined Below Within Their Resume, As They Are Evaluated Strictly By The Information provided. note: Supplemental Documentation With Written Responses Is Not Required And Will Not Be reviewed For This Solicitation. note: Offerors Are Required To Address Each Factor Of The Offeror Rating System In Their Resume, describing Specifically And Accurately What Experience, Training, Education, And/or Awards They have Received As It Pertains To Each Factor. Failure To Address The Selection Factors And/or Offeror rating System Evaluation Factors May Result In Not Receiving Credit For All Pertinent Experience, education, Training And/or Awards. the Evaluation Factors Are As Follows: industry Experience (20 Points): ● Demonstrated Experience In The Design, Management, And Implementation Of post-conflict, Political Transition, And/or Political Reform Programs. ● Demonstrated Experience Independently Managing Projects In High-visibility And high-pressure Environments, Including Transitional, Crisis, Or Conflict Zones. 11 | Page program Operations And Management (30 Points): ● Demonstrated Experience In Contract And Grant Management Of A Non-federal organization Implementing An Assistance Or Acquisition Activity Under A Federal Contract, grant, Or Cooperative Agreement. ● Demonstrated Experience Monitoring The Performance Of Implementing Partners. ● Demonstrated Experience Mentoring, Guiding, Training, And Evaluating Staff, Including local Staff. representation (20 Points): ● Demonstrated Experience Interacting With And Representing An Organization To U.s. government Agencies, Host-country Government Counterparts, Civil Society, And Other stakeholders. ● Demonstrated Experience Building And Managing Relationships With Local Counterparts including Beneficiaries. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements And selection Factors Will Be Further Evaluated In Accordance With The Offeror Rating System. Those offerors Determined To Be Competitively Ranked May Also Be Evaluated On Interview Performance and Satisfactory Professional Reference Checks. In The Event That A Offeror Has Fully Demonstrated their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forego the Interview Process. the Offeror Rating System Is As Follows: evaluation Factors – 70 Points interview Performance - 30 Points satisfactory Professional Reference Checks - Pass/fail (no Points Assigned) total Possible Points: 100 the Most Qualified Offerors May Be Interviewed, Required To Provide A Writing Sample, And demonstrate An Ability To Operate Commonly Used Office Applications. Oti Will Not Pay For Any expenses Associated With The Interviews. In Addition, Offers (written Materials And Interviews) will Be Evaluated Based On Content As Well As On The Offerors Writing, Presentation, And communication Skills. In The Event That An Offeror Has Fully Demonstrated Their Qualifications And there Are No Other Competitive Offerors, Oti Reserves The Right To Forego The Interview Process. professional References And Academic Credentials Will Be Evaluated For Offerors Being Considered for Selection. Offerors Must Submit At Least Three (3) Professional References, One (1) Of Which must Be A Current Or Former Supervisor. Oti Reserves The Right To Contact Previous Employers To verify Employment History. If The Offeror Had A Previous Position With Usaid, The Tec And/or co Are Encouraged To Obtain Reference Checks From The Previous Supervisor(s) Or Co(s). See ads 309.3.1.11.a.4 iv. Submitting An Offer 12 | Page offers Must Be Received By The Closing Date And Time At The Address Specified In Section I, Item 3, And Submitted To The Point Of Contact In Section I, Item 4. qualified Offerors Are Required To Submit: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting the Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. your Resume Should Contain Explicit Information To Make A Valid Determination That You fully Meet The Minimum Qualification Requirements As Stated In This Solicitation. This information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit information To Determine Your Qualifications For The Position Will Result In Loss Of Full consideration. note: The Offeror Rating System Evaluation Factors Are Worth 70 Out Of 100 Points. offerors Are Required To Address Each Factor Of The Offeror Rating System In Their Resume, describing Specifically And Accurately What Experience, Training, Education, And/or Awards they Have Received As It Pertains To Each Factor. Failure To Address The Selection Factors And/or offeror Rating System Factors May Result In Not Receiving Credit For All Pertinent Experience, education, Training And/or Awards. 2. Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are required To Complete And Sign The Form. The Form Can Be Found At Https://www.usaid.gov/forms. we Are Currently Accepting Electronic Signatures On The Aid 309-2 Form. 3. Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors - The Offeror will Be Required To Show Proof That The Offeror Is Fully Vaccinated Against Covid-19 On Or before The First Date Of Onboarding, Or Submit An Approved Reasonable Accommodation To The Co. if The Contractor Does Not Meet This Requirement The Contract May Be Terminated.* *see Notice Regarding Any Court Order Affecting The Implementation Of E.o. 14042 In section Viii Below. additional Documents Submitted Will Not Be Accepted. 13 | Page to Ensure Consideration Of Offers For The Intended Position, Offers Must Prominently Reference The solicitation Number In The Offer Submission. offeror Resources Are Available At Https://otijobs.net/uspsc-application-guidance. document Submittals via Email: Otijobs@usaid.gov please Note In Your Document Submittal Where You Heard About This Position. note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. all Qualified Offerors Will Be Considered Regardless Of Age, Race, color, Sex, Creed, National Origin, Lawful Political Affiliation, non-disqualifying Disability, Marital Status, Sexual Orientation, affiliation With An Employee Organization, Or Other Non-merit factor. v. List Of Required Forms Prior To Award once The Contracting Officer (co) Informs The Successful Offeror About Being Selected For A contract Award, The Co Will Provide The Successful Offeror Instructions About How To Complete and Submit The Following Forms. Forms Outlined Below Can Found At Http://www.usaid.gov/forms/ 1. Declaration For Federal Employment (of-306). 2. Medical History And Examination Form (ds-1843). 3. Questionnaire For Sensitive Positions (for National Security) (sf-86), Or Questionnaire for Non-sensitive Positions (sf-85). 4. Finger Print Card (fd-258). vi. Benefits And Allowances as A Matter Of Policy, And As Appropriate, A Uspsc Is Normally Authorized The Following benefits And Allowances: 1. Benefits: a) Employer's Fica Contribution b) Contribution Toward Health & Life Insurance c) Pay Comparability Adjustment d) Annual Increase (pending A Satisfactory Performance Evaluation) e) Eligibility For Worker's Compensation 14 | Page f) Annual And Sick Leave g) Paid Parental Leave h) Relocation Expense Benefit 2. Allowances: section Numbers Refer To Rules From The Department Of State Standardized Regulations (government Civilians Foreign Areas), Available At https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Post Differential Chapter 500 And Tables In Chapter 900. (b) Living Quarters Allowance Section 130. (c) Temporary Lodging Allowance Section 120. (d) Post Allowance Section 220. (e) Supplemental Post Allowance Section 230. (f) Payments During Evacuation Section 600. (g) Education Allowance Section 270. (h) Separate Maintenance Allowance Section 260. (i) Danger Pay Allowance Section 650. (j) Education Travel Section 280. vii. Taxes uspscs Are Required To Pay Federal Income Taxes, Fica, Medicare And Applicable State Income taxes. viii. Usaid Regulations, Policies And Contract Clauses Pertaining to Pscs usaid Regulations And Policies Governing Uspsc Awards Are Available At These Sources: 1. Usaid Acquisition Regulation (aidar), Appendix D, “direct Usaid Contracts with A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad,” Including contract Clause “general Provisions,” Available At https://www.usaid.gov/ads/policy/300/aidar. 2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms. <choose Applicable Table For Positon Based On Period Of performance> one Base Year Table – Deputy Country Representative item Services (description) Qty Unit Unit Price Amount 15 | Page no (a) (b) (c) (d) (e) (f) 0001 Base Year 1 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 Lot $____ $____ fringe Benefits/other Direct Costs (odcs) award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] total Estimated Cost $____ four Option Years Table- Deputy Country Representative item no (a) services (description) (b) qty (c) unit (d) unit Price (e) amount (f) 100 1 option Period (op) 1 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 Lot $____ $____ op 1 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 200 1 op 2 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 Lot $____ $____ op 2 - Odcs award Type: Cost product Service Code: R497 16 | Page accounting Info: [insert From Phoenix] 300 1 option Period (op) 3 - Compensation award Type:cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 Lot $____ $____ op 3 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 400 1 option Period (op) 4 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 Lot $____ $____ op 4 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] total Estimated Cost [base + Options] $____ 3. Acquisition And Assistance Policy Directives/contract Information Bulletins (aapds/cibs) For Personal Services Contracts With Individuals Available At http://www.usaid.gov/work-usaid/aapds-cibs. 4. Ethical Conduct. By The Acceptance Of A Usaid Personal Services Contract As An individual, The Contractor Will Be Acknowledging Receipt Of The “standards Of Ethical conduct For Employees Of The Executive Branch,” Available From The U.s. Office of Government Ethics, In Accordance With General Provision 2 And 5 Cfr 2635. see Https://www.oge.gov/web/oge.nsf/oge%20regulations aapds And Cibs Contain Changes To Usaid Policy And General Provisions In Usaid regulations And Contracts. Please Refer To Http://www.usaid.gov/work-usaid/aapds-cibs#psc To determine Which Aapds And Cibs Apply To This Contract. 5. Psc Ombudsman The Psc Ombudsman Serves As A Resource For Any Personal Services contractor Who Has Entered Into A Contract With The United States Agency For International development And Is Available To Provide Clarity On Their Specific Contract With The Agency. Please visit Our Page For Additional Information: https://www.usaid.gov/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman 17 | Page the Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov. 6. Far Provisions Incorporated By Reference 52.204-27 Prohibition On The Bytedance Covered application (date) aapd 06-10 – Psc Medical Expense Payment Responsibility general Provision 28, Medical Expense Payment Responsibility (october 2006) (a) Definitions. Terms Used In This General Provision Are Defined In 16 Fam 116 Available At http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal Services Contractors Are Not eligible To Participate In The Federal Employees Health Programs. (b) Medical Evacuation (medevac) Services – Please See Attachment 2 To This solicitation For Information On Aapd No. 18-02. (c) When The Contractor Or Eligible Family Member Is Covered By Health Insurance, That Insurance Is the Primary Payer For Medical Services Provided To That Contractor Or Eligible Family Member(s) Both in The United States And Abroad. The Primary Insurer’s Liability Is Determined By The Terms, conditions, Limitations, And Exclusions Of The Insurance Policy. When The Contractor Or Eligible family Member Is Not Covered By Health Insurance, The Contractor Is The Primary Payer For The Total amount Of Medical Costs Incurred And The U.s. Government Has No Payment Obligation (see paragraph (f) Of This Provision). (d) Usaid Serves As A Secondary Payer For Medical Expenses Of The Contractor And Eligible Family members Who Are Covered By Health Insurance, Where The Following Conditions Are Met: (1) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Is Incurred, Caused, Or materially Aggravated While The Eligible Individual Is Stationed Or Assigned Abroad; (2) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Required Or Requires hospitalization And The Expense Is Directly Related To The Treatment Of Such Illness, Injury, Or Medical condition, Including Obstetrical Care; And (3) The Office Of Medical Services (m/med) Or A Foreign Service Medical Provider (fsmp) determines That The Treatment Is Appropriate For, And Directly Related To, The Illness, Injury, Or Medical condition. (e) The Mission Director May, On The Advice Of M/med Or An Fsmp At Post, Authorize Medical Travel for The Contractor Or An Eligible Family Member In Accordance With The General Provision 10, Travel and Transportation Expenses (july 1993), Section (i) Entitled “emergency And Irregular Travel And 18 | Page transportation.” In The Event Of A Medical Emergency, When Time Does Not Permit Consultation, The mission Director May Issue A Travel Authorization Form Or Medical Services Authorization Form ds-3067, Provided That The Fsmp Or Post Medical Advisor (pma) Is Notified As Soon As Possible following Such An Issuance. The Contractor Must Promptly File A Claim With His Or Her Medevac insurance Provider And Repay To Usaid Any Amount The Medevac Insurer Pays For Medical Travel, Up to The Amount Usaid Paid Under This Section. The Contractor Must Repay Usaid For Medical Costs paid By The Medevac Insurer In Accordance With Sections (f) And (g) Below. In Order For Medical travel To Be An Allowable Cost Under General Provision 10, The Contractor Must Provide Usaid written Evidence That Medevac Insurance Does Not Cover These Medical Travel Costs. (f) If The Contractor Or Eligible Family Member Is Not Covered By Primary Health Insurance, The contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred. In The Event Of A medical Emergency, The Medical And Health Program May Authorize Issuance Of Form Ds-3067, authorization For Medical Services For Employees And/or Dependents, To Secure Admission To A hospital Located Abroad For The Uninsured Contractor Or Eligible Family Member. In That Case, The contractor Will Be Required To Reimburse Usaid In Full For Funds Advanced By Usaid Pursuant To The issuance Of The Authorization. The Contractor May Reimburse Usaid Directly Or Usaid May Offset the Cost From The Contractor’s Invoice Payments Under This Contract, Any Other Contract The Individual has With The U.s. Government, Or Through Any Other Available Debt Collection Mechanism. (g) When Usaid Pays Medical Expenses (e.g., Pursuant To Form Ds-3067, Authorization For medical Services For Employees And/or Dependents), Repayment Must Be Made To Usaid Either By insurance Payment Or Directly By The Contractor, Except For The Amount Of Such Expenses Usaid Is obligated To Pay Under This Provision. The Contracting Officer Will Determine The Repayment Amount in Accordance With The Terms Of This Provision And The Policies And Procedures For Employees contained In 16 Fam 521. When Usaid Pays The Medical Expenses, Including Medical Travel Costs (see Section (e) Above), Of An Individual (either The Contractor Or An Eligible Family Member) Who Is covered By Insurance, That Individual Promptly Must Claim His Or Her Benefits Under Any Applicable insurance Policy Or Policies. As Soon As The Individual Receives The Insurance Payment, The Contractor must Reimburse Usaid For The Full Amount That Usaid Paid On The Individual’s Behalf Or The repayment Amount Determined By The Contracting Officer In Accordance With This Paragraph, whichever Is Less. If An Individual Is Not Covered By Insurance, The Contractor Must Reimburse usaid For The Entire Amount Of All Medical Expenses And Any Travel Costs The Contractor Receives from His/her Medevac Provider. (h) In The Event That The Contractor Or Eligible Family Member Fails To Recover Insurance Payments Or transfer The Amount Of Such Payments To Usaid Within 90 Days, Usaid Will Take Appropriate Action to Collect The Payments Due, Unless Such Failure Is For Reasons Beyond The Control Of The uspsc/dependent. (i) Before Departing Post Or Terminating The Contract, The Contractor Must Settle All Medical Expense and Medical Travel Costs. If The Contractor Is Insured, He Or She Must Provide Proof To The Contracting officer That Those Insurance Claims Have Been Submitted To The Insurance Carrier(s) And Sign A repayment Agreement To Repay To Usaid Any Amounts Paid By The Insurance Carrier(s). 19 | Page attachment Ii title 48 Of The Code Of Federal Regulations (cfr) Chapter 7. usaid Acquisition Regulation (aidar) appendix D – Direct Usaid Contracts With A U.s. Citizen Or A U.s. resident Alien For Personal Services Abroad gp 25. Medical Evacuation (medevac) Services (dec 2019) a Contractor Who Is Required To Relocate Abroad And Accompanying Eligible Family Members; Or A contractor On Official Travel Status Abroad On Temporary Duty Or Training, Will Be Provided Medevac services Through The Department Of State, Bureau Of Medical Services, Similar To That Provided To u.s. Government Employees In 16 Fam 300 Medical Travel. Medevac Costs That Will Be Covered By usaid Include Travel And Per Diem, But Do Not Include Medical Care Costs. to Be Eligible For Medevac Services Covered By The Department Of State Medevac Program, The contractor And Accompanying Eligible Family Members Must Obtain And Maintain International Health insurance Coverage In Accordance With The Clause Of The Contract Entitled, “insurance.” gp 29. Incentive Awards (dec 2019) the Contractor Is Eligible To Receive Certain Monetary And Non-monetary Usaid Incentive Awards In accordance With The Aidar And Usaid Internal Policy. 20 | Page

AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender

Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Details: Solicitation Number: 7200aa25r00016 issuance Date: December 23, 2024 closing Date And Time: January 23, 2025, 1:00 Pm Eastern Standard Time (est) subject: Solicitation For U.s. Personal Service Contractor (uspsc) dear Prospective Offerors: the United States Government (usg), Represented By The U.s. Agency For International Development (usaid), Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services As Deputy Country Representative - Angola (fs-03) Under A Personal Services Contract, As Described In The Attached Solicitation. offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time Specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of All Offer Materials For Their Records. usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All Individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The Solicitation. offerors Interested In Applying For This Position Must Submit The Following Materials: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas Field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. 1 | Page 2. Uspsc Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are Required To Complete And Sign The Form. We Are Currently Accepting Electronic And Typed Signatures On The Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Your Complete Resume And The Aid 309-2 Form Must Be Mailed Or Emailed To Otijobs@usaid.gov offerors Can Expect To Receive A Confirmation Email When Offer Materials Have Been Received. Offerors Should Retain For Their Records Copies Of All Enclosures Which Accompany Their Offers. This Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit Usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. offeror Resources Are Available At Https://otijobs.net/uspsc-application-guidance. Any Questions On This Solicitation May Be Directed To: oti Recruitment Team e-mail Address: Otijobs@usaid.gov website: Www.otijobs.net sincerely, maria Del Carmen Grizzard contracting Officer m/oaa/cps 2 | Page 7200aa25r00016 attachment I i. General Information 1. Solicitation No.: 7200aa25r00016 2. Issuance Date: December 23, 2024 3. Closing Date And Time For Receipt Of Offers: January 23, 2025, 1:00 Pm Eastern Time 4. Point Of Contact: Oti Recruitment Team, Email At Otijobs@usaid.gov. 5. Position Title: Deputy Country Representative 6. Market Value: This Position Has Been Designated At The Fs-03 Equivalent Level, Overseas Comparability Pay, Ocp, ($98,697 - $144,940 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries Over And Above The Pay Range Will Not Be Entertained Or Negotiated. please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency Onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of Record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel To The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must Have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile Dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process Will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50 Miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal Expense. 7. Period Of Performance: One Year, With Four One-year Option Periods. start Date: Within 45 Days Of Receiving Notification That Required Security And Medical Clearances Have Been Obtained. 8. Place Of Performance: Angola overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location Within The Country Of Performance, In Accordance With Mission Policy. Telework Or Remote Work From Outside The Country Of Performance May Only Be Authorized In Certain Situations In Accordance With The Terms And Conditions Of The Contract. 9. Eligible Offerors: United States Citizens 3 | Page 10. Security Level Required: Secret 11. Statement Of Duties position Description background usaid’s Office Of Transition Initiatives (oti) Is Seeking Highly Motivated, Highly Qualified Individuals Who Want The Opportunity To Help Support Rapid International Transition Programs For Priority Conflict-prone Countries. Created In 1994 As A Distinct Operating Unit Within Usaid, Oti Helps Local Partners Advance Peace And Democracy In Politically-transitioning Countries. In Support Of U.s. Foreign Policy, Oti Seizes Emerging Windows Of Opportunity In The Political Landscape To Promote Stability, Peace, And Democracy By Catalyzing Local Initiatives Through Adaptive And Agile Programming. countries Experiencing A Significant Political Transition In The Midst Of A Disaster Or Emerging From Civil Conflict Have Unique Needs That Cannot Be Fully Addressed By Traditional Disaster Relief. Timely And Effective Assistance To Promote And Consolidate Peaceful, Democratic Advances Can Make The Difference Between A Successful Or A Failed Transition. Oti Assists In Securing Peace By Aiding Indigenous, Mostly Non-governmental, Civil Society And Media Organizations. Oti Uses Such Mechanisms As Support For Re-integration Of Ex-combatants Into Civilian Society; Development Of Initiatives To Promote National Reconciliation; Identification Of Quick-impact Community Self-help Projects To Meet Urgent Economic Needs; And Aid To Independent Media Outlets And Community-based Organizations To Help Promote Informed Debate And Broaden Public Participation. to Respond Quickly And Effectively And Meet Its Program Objectives And Mandate Oti Retains A Group Of High Level Professionals And Experts Under U.s. Personal Services Contracts (uspscs). These Knowledgeable And Skilled Professionals Make Up The Vast Majority Of The Oti Work Force And Are At Its Forefront Implementing And Achieving The Office’s Programmatic Goals And Objectives. There Are Several Benefits That Uspscs May Participate In, Such As Partial Reimbursement For Health And Life Insurance Costs, As Well As Full Coverage Of Workers’ Compensation, Among Other Benefits. For More Complete Information On Uspsc Benefits, Please See Section Vi Of This Solicitation. oti’s Core Values: agility oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And Strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates Timely Positive Change. 4 | Page political oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We Acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power Dynamics And Harness Them For Transformation. accountability oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of Responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance With Our Implementing Partners, And The Taxpayer. curiosity oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder About People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid Uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches. diversity & Inclusion oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective Responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The Diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect. courage oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With Intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle Difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change. oti’s Deia Vision Statement: Oti Is A Collaborative Environment That Represents The Global Community At All Levels Of Our Organization. Uniting Diverse Backgrounds And Experiences, We Value Individual Expertise To Advance Peace And Democracy Around The World. values And Associated Behaviors That Will Enable This Vision Are: trust ● Model Open Communication, Active Listening And Candor. ● Believe Others When They Share Their Experiences. respect ● A Respectful Attitude Should Be Shown To Everyone. ● Allow For Others To Express Complete Opinion/thoughts Without Interruption, While Recognizing That There Are Other Perspectives And Lived Experiences. 5 | Page belonging (accessibility) ● Serve As An Ally To Those Who Feel Excluded (professionally, Socially, Personally, Etc.). ● Promote Togetherness And Acceptance Through Equitable Behavior. empathy ● Listen To Understand, Create Space To Be Real/feel. ● Remind Yourself To Be Conscious Of How Others May Feel Or Receive Your Words self-awareness/accountability ● Supervisors Hold Their Peers To Account On Their Expectations And Behaviors. ● Seek Regular, Constructive Feedback To Understand How Your Words And Actions Affect And Influence Others, And How They Are Being Perceived And Interpreted. ● Acknowledge Unconscious Bias And Be Willing To Learn And Change Behavior When Confronted/corrected. for More Information About Oti And Its Country Programs Please See: https://www.usaid.gov/stabilization-and-transitions introduction the Oti Deputy Country Representative – Angola Is A Member Of The Bureau For Conflict Prevention And Stabilization (cps)/oti Southern And East Africa (sea) Regional Team, And Reports To The Oti Country Representative In Angola. The Deputy Country Representative’s Principal Responsibility Will Be Development, Oversight And Management Of Usaid/oti's Angola Country Program. The Incumbent Will Be Called On To Support The Oti Country Representative With Managing An Implementing Partner And May Be Called Upon To Represent Oti’s Program To Local Partners, Senior-level U.s. Government Officials, In-country Visitors, Senior Officials From Other International Organizations, Bilateral Donors And Local Government Officials. core Functional Areas Of Responsibility duties And Responsibilities the Work Of The Deputy Country Representative Requires Teamwork, The Exercise Of Discretion, Judgment, And Personal Responsibility. As A Member Of A Highly Operational Office, You Are Willing And Able To Perform A Wide Range Of Administrative Functions To Help Ensure Programmatic Success. You Have A High Level Of Integrity And Attention To Detail To Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And Evaluation. You Are Highly Flexible And Willing To Work Under Conditions Of Ongoing Changes, And Remain Professional And Respectful Of Colleagues And Authority In A Diverse Workforce. You Place A Premium On The Building Of Positive Relationships With Your Respective Team In Washington, D.c., Colleagues In The Field, And With Key Stakeholders 6 | Page both In And Outside Of Usaid. You Are Able To Prioritize And Complete Tasks Without Follow-up By The Supervisor, While Also Filling In Gaps As Needed To Ensure The Responsiveness Of The Team. You Are A Strategic Thinker, Articulate Innovative Ideas, Present Solutions, And Are A Positive Role Model For Colleagues Both In And Outside Of Oti. You Are Also Committed To Upholding Usaid/oti’s Diversity, Equity, Inclusion, And Accessibility’s (deia) Vision And Values As Outlined In The Background. under The Direct Supervision Of The Angola-based Cps/oti Country Representative For Angola Or Their Designee, The Deputy Country Representative Will Perform The Following Duties: ● Represent Oti Interests During Meetings With Usaid/angola Personnel, U.s. Embassy Staff, Host-country Government Officials, International Organizations, Indigenous And International Non-governmental Organizations (ngos), And International Donors Interested in Cps/oti Activities; ● Provide Guidance On The Identification And Development Of Projects That Meet Oti Funding Criteria, Further Oti Programmatic Objectives, And Complement Other Projects And Programs Implemented By Other Usaid Offices, U.s. Government Agencies And Donor Organizations; ● Provide Support For The Design And Execution Of Programs That Follow Oti’s Quick Impact Programming Model In Us Embassies Or Usaid Missions. Support To Us Embassies And Usaid Missions May Include Attendance And/or Facilitation Of Program Management Processes For Follow-on Programming, Including Rolling Assessments, Strategy Review Sessions, Program Performance Reviews And Management Reviews; ● Review Proposals And Grant Concepts And Work With Diverse Groups, Many Of Which Have Not Previously Had International Funding; ● Collaborate With The Country Representative In Monitoring The Performance Of Oti Implementing Partners In The Implementation Of Oti-financed Activities Designed To Achieve Strategic Objectives; ● Travel To Monitor And Assess Political Conditions, Implementing Partner Operational Platforms, Meet With Potential Grantees, Host-country Government And Other Program Counterparts, And Develop Activity Ideas; ● Mentor And Train Other Oti And Implementing Partner Field Staff; ● Assume The Lead On Collecting Information And Drafting/editing Regular Reporting Products; ● Assume Higher Representational Responsibilities, Potentially Serving As Acting Oti Country Representative In Their Absence; 7 | Page ● Perform A Wide Range Of Administrative Functions Including Budget Preparation, Financial Management, Records Management, And Travel Assistance To Help Ensure Programmatic Success; ● Coordinate With The Oti Country Representative To Develop An Exit Strategy That Ensures Reasonable Time To Transition From Oti Programs To Follow-on Usaid Or Other Donor Programs; ● Communicate Regularly And Share Program Information With Other Usaid Project Managers, The Us Embassy, Bilateral Donors, Un Organizations, International Organizations, And Indigenous And International Ngos To Ensure Visibility And Synergy Of Usaid/oti Activities; ● Support The Country Representative To Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And Evaluation; ● Report To The Oti Country Representative And Oti/washington On The Status Of: 1) Grant Development And Implementation, 2) Oti Contractor Performance, 3) Foreign Service National (fsn) Staff Support Needs And Morale, 4) Communication And Coordination Issues Among Oti Offices With Other U.s. Government Entities, 5) Security Concerns, 6) Relations With Local Partners Including Local, State And National Government Representatives, And 7) Other Pertinent Information Required To Achieve Oti’s Program Objectives; ● Manage And/or Supervise The Fsn Staff, Including Program Officers, Administrative Assistants And Drivers Alongside Of The Country Representative; ● Supervise Staff As Delegated By The Country Representative (e.g. Program Managers, Program Assistants, Administrative Program Assistants, Etc.). Provide Orientation, Training And Mentoring For Usaid Staff Supervised; Assign Work, Explain How Duties Are To Be Performed To Meet Expectations, And Communicate How The Successful Performance Of Those Duties Will Be Measured; Evaluate Staff Performance; Recognize Good Performance; Communicate Where Performance Needs To Be Improved; Resolve Complaints; And Approve Leave Requests And Timesheets As Well As Training, Travel And Program And Operations Requests; ● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s. Government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6) Months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work, But May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co) Approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months Requires Co Approval. 8 | Page supervisory Relationship: the Deputy Country Representative Will Be Supervised By The Oti Country Representative Or His/her Designee In Angola. The Incumbent Is Expected To Take Initiative, Act Independently, And Manage His/her Tasks With Minimal Supervision. Though This Is A Senior Field-based Position, The Incumbent Is Expected To Actively And Proactively Collaborate With Oti/washington Leadership, And To Fully Utilize, Embrace, And Become An Expert On Oti Systems And Processes. Failure To Adequately Perform The Scope Of Work Above And/or Failure To Take Direction From The Supervisor May Result In Corrective Actions, Including Denial Of Step Or Grade Increases, Extension Of Contract Probationary Periods, Performance Improvement Plans, And/or Termination For The Convenience Of Usaid/oti. supervisory Controls: at The Fs-03 Level, The Incumbent’s Supervisor Sets Overall Objectives. The Incumbent And Supervisor Together Develop Deadlines, Projects, And Work To Be Done. The Incumbent Independently Plans, Designs, And Carries Out Projects, Studies, And Programs. Completed Work Is Reviewed Only From An Overall Standpoint In Terms Of Feasibility, Compatibility With Other Work, Or Effectiveness In Meeting Requirements, Or Expected Results. Technical Problems Are Generally Resolved Without Reference To Supervisors. 12. Physical Demands while In Angola, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands. However, The Position May Require Travel Throughout The Country Of Assignment, Which May Involve Some Additional Physical Exertion, Including Long Periods Of Standing, Walking Over Rough Terrain, Or Carrying Of Moderately Heavy Items (less Than 50 Pounds). 13. Work Environment: while At Post, The Work Is Generally Performed In An Office Environment. However, The Position Also Requires Travel Throughout The Region, Which May Additionally Involve Special Safety And/or Security Precautions, Wearing Of Protective Equipment, And Exposure To Severe Weather Conditions. ii. Minimum Qualifications Required For This Position (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And Experience Factors Are Considered Not Qualified For The Position. See Detailed Instructions For Demonstrating Education/experience Under “submitting An Offer”) at A Minimum, The Offeror Must Have: (1) A Master’s Degree With Five (5) Years Of Work Experience; or a Bachelor’s Degree With Seven (7) Years Of Work Experience; or 9 | Page an Associate’s Degree With Eight (8) Years Of Work Experience; or a High School Diploma With Nine (9) Years Of Work Experience; and (2) Five (5) Years Of Project Management Experience With A U.s. Government Foreign Affairs Agency, Domestic Or International Assistance Organization, Or Non-governmental Organization In Community Development, Economic Development, Mediation/arbitration, Conflict Resolution, Democracy And Governance, International Law, Political Analysis, And/or Human Rights Activities; (3) One (1) Year Of Overseas Field Experience (in Person Or Virtual). A Virtual Temporary Duty (tdy) Is Defined As Work That Would Have Been Conducted In An Overseas Location If Not For The Covid Pandemic; (4) One (1) Year Of Supervisory Experience (including But Not Limited To Mentoring, Training, And Guiding Staff); (5) Demonstrated Experience Using Portuguese In A Professional Setting Is Preferred. iii. Evaluation And Selection Factors (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And Experience Factors Are Considered Not Qualified For The Position. the Government May Award A Contract Without Discussions With Offerors In Accordance With Far 52.215-1. The Co Reserves The Right At Any Point In The Evaluation Process To Establish A Competitive Range Of Offerors With Whom Negotiations Will Be Conducted Pursuant To Far 15.306(c). In Accordance With Far 52.215-1, If The Co Determines That The Number Of Offers That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient Competition Can Be Conducted, The Co May Limit The Number Of Offerors In The Competitive Range To The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated Offers. Far Provisions Of This Solicitation Are Available At https://www.acquisition.gov/browse/index/far. selection Factors: (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Selection Factors Are Considered Not Qualified For The Position.) ● Offeror Is A U.s. Citizen; ● Complete Resume Submitted. See Cover Page For Resume Requirements. Experience That Cannot Be Quantified Will Not Be Counted Towards Meeting The Solicitation Requirements; 10 | Page ● Ability To Obtain A Secret Level Security Clearance (note: Dual Citizens May Be Asked To Renounce Second-country Citizenship); ● Ability To Obtain A Department Of State Medical Clearance; ● Satisfactory Verification Of Academic Credentials. a Usaid Secret Level Security Clearance And Department Of State Medical Clearance Are Required Prior To Issuance Of The Contract For This Position. note: If A Full Security Investigation Package Is Not Submitted By The Selected Within 30 Days After It Is Requested, The Offer May Be Rescinded. If A Security Clearance Is Not Able To Be Obtained Within Four Months After The Selected Submits The Initial Security Clearance Documentation, The Offer May Be Rescinded. note: The Selected Must Obtain Department Of State Medical Clearance Within Four Months After Offer Acceptance. If Medical Clearance Is Not Obtained Within This Period, The Offer May Be Rescinded. due To Anticipated Program Needs, Individuals Should Be Able To Travel To Post Within 60 Days After A Contract Is Awarded. offeror Rating System the Offeror Rating System Factors Are Used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To The Technical Evaluation Criteria. Offerors Must Demonstrate The Rating Factors Outlined Below Within Their Resume, As They Are Evaluated Strictly By The Information Provided. note: Supplemental Documentation With Written Responses Is Not Required And Will Not Be Reviewed For This Solicitation. note: Offerors Are Required To Address Each Factor Of The Offeror Rating System In Their Resume, Describing Specifically And Accurately What Experience, Training, Education, And/or Awards They Have Received As It Pertains To Each Factor. Failure To Address The Selection Factors And/or Offeror Rating System Evaluation Factors May Result In Not Receiving Credit For All Pertinent Experience, Education, Training And/or Awards. the Evaluation Factors Are As Follows: industry Experience (20 Points): ● Demonstrated Experience In The Design, Management, And Implementation Of Post-conflict, Political Transition, And/or Political Reform Programs. ● Demonstrated Experience Independently Managing Projects In High-visibility And High-pressure Environments, Including Transitional, Crisis, Or Conflict Zones. program Operations And Management (30 Points): 11 | Page ● Demonstrated Experience In Contract And Grant Management Of A Non-federal Organization Implementing An Assistance Or Acquisition Activity Under A Federal Contract, Grant, Or Cooperative Agreement. ● Demonstrated Experience Monitoring The Performance Of Implementing Partners. ● Demonstrated Experience Mentoring, Guiding, Training, And Evaluating Staff, Including Local Staff. representation (20 Points): ● Demonstrated Experience Interacting With And Representing An Organization To U.s. Government Agencies, Host-country Government Counterparts, Civil Society, And Other Stakeholders. ● Demonstrated Experience Building And Managing Relationships With Local Counterparts Including Beneficiaries. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements And Selection Factors Will Be Further Evaluated In Accordance With The Offeror Rating System. Those Offerors Determined To Be Competitively Ranked May Also Be Evaluated On Interview Performance And Satisfactory Professional Reference Checks. In The Event That A Offeror Has Fully Demonstrated Their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forego The Interview Process. the Offeror Rating System Is As Follows: evaluation Factors – 70 Points interview Performance - 30 Points satisfactory Professional Reference Checks - Pass/fail (no Points Assigned) Total Possible Points: 100 the Most Qualified Offerors May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Oti Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Offers (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Offerors Writing, Presentation, And Communication Skills. In The Event That An Offeror Has Fully Demonstrated Their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forego The Interview Process. Professional References And Academic Credentials Will Be Evaluated For Offerors Being Considered For Selection. Offerors Must Submit At Least Three (3) Professional References, One (1) Of Which Must Be A Current Or Former Supervisor. Oti Reserves The Right To Contact Previous Employers To Verify Employment History. If The Offeror Had A Previous Position With Usaid, The Tec And/or Co Are Encouraged To Obtain Reference Checks From The Previous Supervisor(s) Or Co(s). See Ads 309.3.1.11.a.4 iv. Submitting An Offer offers Must Be Received By The Closing Date And Time At The Address Specified In Section I, Item 3, And Submitted To The Point Of Contact In Section I, Item 4. 12 | Page qualified Offerors Are Required To Submit: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas Field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Minimum Qualification Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. note: The Offeror Rating System Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Factor Of The Offeror Rating System In Their Resume, Describing Specifically And Accurately What Experience, Training, Education, And/or Awards they Have Received As It Pertains To Each Factor. Failure To Address The Selection Factors And/or Offeror Rating System Factors May Result In Not Receiving Credit For All Pertinent Experience, Education, Training And/or Awards. 2. Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are Required To Complete And Sign The Form. The Form Can Be Found At Https://www.usaid.gov/forms. We Are Currently Accepting Electronic Signatures On The Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. to Ensure Consideration Of Offers For The Intended Position, Offers Must Prominently Reference The Solicitation Number In The Offer Submission. offeror Resources Are Available At https://otijobs.net/uspsc-application-guidance. Document Submittals Via Email: Otijobs@usaid.gov please Note In Your Document Submittal Where You Heard About This Position. 13 | Page note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit Usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. all Qualified Offerors Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Non-disqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. v. List Of Required Forms Prior To Award once The Contracting Officer (co) Informs The Successful Offeror About Being Selected For A Contract Award, The Co Will Provide The Successful Offeror Instructions About How To Complete And Submit The Following Forms. Forms Outlined Below Can Found At Http://www.usaid.gov/forms/ 1. Declaration For Federal Employment (of-306). 2. Medical History And Examination Form (ds-1843). 3. Questionnaire For Sensitive Positions (for National Security) (sf-86), Or Questionnaire For Non-sensitive Positions (sf-85). 4. Finger Print Card (fd-258). vi. Benefits And Allowances as A Matter Of Policy, And As Appropriate, A Uspsc Is Normally Authorized The Following Benefits And Allowances: 1. Benefits: a) Employer's Fica Contribution b) Contribution Toward Health & Life Insurance c) Pay Comparability Adjustment d) Annual Increase (pending A Satisfactory Performance Evaluation) e) Eligibility For Worker's Compensation f) Annual And Sick Leave g) Paid Parental Leave h) Relocation Expense Benefit 2. Allowances: section Numbers Refer To Rules From The Department Of State Standardized Regulations (government Civilians Foreign Areas), Available At https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Post Differential Chapter 500 And Tables In Chapter 900. 14 | Page (b) Living Quarters Allowance Section 130. (c) Temporary Lodging Allowance Section 120. (d) Post Allowance Section 220. (e) Supplemental Post Allowance Section 230. (f) Payments During Evacuation Section 600. (g) Education Allowance Section 270. (h) Separate Maintenance Allowance Section 260. (i) Danger Pay Allowance Section 650. (j) Education Travel Section 280. vii. Taxes uspscs Are Required To Pay Federal Income Taxes, Fica, Medicare And Applicable State Income Taxes. viii. Usaid Regulations, Policies And Contract Clauses Pertaining To Pscs usaid Regulations And Policies Governing Uspsc Awards Are Available At These Sources: 1. Usaid Acquisition Regulation (aidar), Appendix D, “direct Usaid Contracts With A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad,” Including Contract Clause “general Provisions,” Available At https://www.usaid.gov/ads/policy/300/aidar. 2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms. One Base Year Table – Deputy Country Representative item no (a) services (description) qty unit unit Price (b) (c) (d) (e) amo unt (f) 0001 Base Year 1 - Compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] fringe Benefits/other Direct Costs (odcs) Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 15 | Page 1 Lot $____ $____ total Estimated Cost $____ four Option Years Table- Deputy Country Representative ite m no (a) services (description) qty unit unit Price (b) (c) (d) (e) amount (f) 100 1 200 1 option Period (op) 1 - 1 compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 lot $____ Lot $____ $____ $____ op 1 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 2 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 2 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 300 1 option Period (op) 3 - 1 Lot $____ compensation Award Type:cost product Service Code: R497 accounting Info: [insert From Phoenix] op 3 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 400 1 16 | Page option Period (op) 4 - compensation Award Type: Cost 1 Lot $____ $____ product Service Code: R497 accounting Info: [insert From Phoenix] op 4 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] total Estimated Cost [base + Options] $____ 3. Acquisition And Assistance Policy Directives/contract Information Bulletins (aapds/cibs) For Personal Services Contracts With Individuals Available At Http://www.usaid.gov/work-usaid/aapds-cibs. 4. Ethical Conduct. By The Acceptance Of A Usaid Personal Services Contract As An Individual, The Contractor Will Be Acknowledging Receipt Of The “standards Of Ethical Conduct For Employees Of The Executive Branch,” Available From The U.s. Office Of government Ethics, In Accordance With General Provision 2 And 5 Cfr 2635. See Https://www.oge.gov/web/oge.nsf/oge%20regulations aapds And Cibs Contain Changes To Usaid Policy And General Provisions In Usaid Regulations And Contracts. Please Refer To Http://www.usaid.gov/work-usaid/aapds-cibs#psc To Determine Which Aapds And Cibs Apply To This Contract. 5. Psc Ombudsman The Psc Ombudsman Serves As A Resource For Any Personal Services Contractor Who Has Entered Into A Contract With The United States Agency For International Development And Is Available To Provide Clarity On Their Specific Contract With The Agency. Please Visit Our Page For Additional Information: https://www.usaid.gov/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman The Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov. 6. Far Provisions Incorporated By Reference 52.204-27 prohibition On The Bytedance covered Application (date) aapd 06-10 – Psc Medical Expense Payment Responsibility General Provision 28, Medical Expense Payment Responsibility 17 | Page (october 2006) (a) Definitions. Terms Used In This General Provision Are Defined In 16 Fam 116 Available At Http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal Services Contractors Are Not Eligible To Participate In The Federal Employees Health Programs. (b) Medical Evacuation (medevac) Services – Please See Attachment 2 To This Solicitation For Information On Aapd No. 18-02. (c) When The Contractor Or Eligible Family Member Is Covered By Health Insurance, That Insurance Is The Primary Payer For Medical Services Provided To That Contractor Or Eligible Family Member(s) Both In The United States And Abroad. The Primary Insurer’s Liability Is Determined By The Terms, Conditions, Limitations, And Exclusions Of The Insurance Policy. When The Contractor Or Eligible Family Member Is Not Covered By Health Insurance, The Contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred And The U.s. Government Has No Payment Obligation (see Paragraph (f) Of This Provision). (d) Usaid Serves As A Secondary Payer For Medical Expenses Of The Contractor And Eligible Family Members Who Are Covered By Health Insurance, Where The Following Conditions Are Met: (1) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Is Incurred, Caused, Or Materially Aggravated While The Eligible Individual Is Stationed Or Assigned Abroad; (2) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Required Or Requires Hospitalization And The Expense Is Directly Related To The Treatment Of Such Illness, Injury, Or Medical Condition, Including Obstetrical Care; And (3) The Office Of Medical Services (m/med) Or A Foreign Service Medical Provider (fsmp) Determines That The Treatment Is Appropriate For, And Directly Related To, The Illness, Injury, Or Medical Condition. (e) The Mission Director May, On The Advice Of M/med Or An Fsmp At Post, Authorize Medical Travel For The Contractor Or An Eligible Family Member In Accordance With The General Provision 10, Travel And Transportation Expenses (july 1993), Section (i) Entitled “emergency And Irregular Travel And Transportation.” In The Event Of A Medical Emergency, When Time Does Not Permit Consultation, The Mission Director May Issue A Travel Authorization Form Or Medical Services Authorization Form Ds-3067, Provided That The Fsmp Or Post Medical Advisor (pma) Is Notified As Soon As Possible Following Such An Issuance. The Contractor Must Promptly File A Claim With His Or Her Medevac Insurance Provider And Repay To Usaid Any Amount The Medevac Insurer Pays For Medical Travel, Up To The Amount Usaid Paid Under This Section. The Contractor Must Repay Usaid For Medical Costs Paid By The Medevac Insurer In Accordance With Sections (f) And (g) Below. In Order For Medical Travel To Be An Allowable Cost Under General Provision 10, The Contractor Must Provide Usaid Written Evidence That Medevac Insurance Does Not Cover These Medical Travel Costs. (f) If The Contractor Or Eligible Family Member Is Not Covered By Primary Health Insurance, The Contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred. In The Event Of A Medical Emergency, The Medical And Health Program May Authorize Issuance Of Form Ds-3067, 18 | Page authorization For Medical Services For Employees And/or Dependents, To Secure Admission To A Hospital Located Abroad For The Uninsured Contractor Or Eligible Family Member. In That Case, The Contractor Will Be Required To Reimburse Usaid In Full For Funds Advanced By Usaid Pursuant To The Issuance Of The Authorization. The Contractor May Reimburse Usaid Directly Or Usaid May Offset The Cost From The Contractor’s Invoice Payments Under This Contract, Any Other Contract The Individual Has With The U.s. Government, Or Through Any Other Available Debt Collection Mechanism. (g) When Usaid Pays Medical Expenses (e.g., Pursuant To Form Ds-3067, Authorization For Medical Services For Employees And/or Dependents), Repayment Must Be Made To Usaid Either By Insurance Payment Or Directly By The Contractor, Except For The Amount Of Such Expenses Usaid Is Obligated To Pay Under This Provision. The Contracting Officer Will Determine The Repayment Amount In Accordance With The Terms Of This Provision And The Policies And Procedures For Employees Contained In 16 Fam 521. When Usaid Pays The Medical Expenses, Including Medical Travel Costs (see Section (e) Above), Of An Individual (either The Contractor Or An Eligible Family Member) Who Is Covered By Insurance, That Individual Promptly Must Claim His Or Her Benefits Under Any Applicable Insurance Policy Or Policies. As Soon As The Individual Receives The Insurance Payment, The Contractor Must Reimburse Usaid For The Full Amount That Usaid Paid On The Individual’s Behalf Or The Repayment Amount Determined By The Contracting Officer In Accordance With This Paragraph, Whichever Is Less. If An Individual Is Not Covered By Insurance, The Contractor Must Reimburse Usaid For The Entire Amount Of All Medical Expenses And Any Travel Costs The Contractor Receives From His/her Medevac Provider. (h) In The Event That The Contractor Or Eligible Family Member Fails To Recover Insurance Payments Or Transfer The Amount Of Such Payments To Usaid Within 90 Days, Usaid Will Take Appropriate Action To Collect The Payments Due, Unless Such Failure Is For Reasons Beyond The Control Of The uspsc/dependent. (i) Before Departing Post Or Terminating The Contract, The Contractor Must Settle All Medical Expense And Medical Travel Costs. If The Contractor Is Insured, He Or She Must Provide Proof To The Contracting Officer That Those Insurance Claims Have Been Submitted To The Insurance Carrier(s) And Sign A Repayment Agreement To Repay To Usaid Any Amounts Paid By The Insurance Carrier(s). 19 | Page attachment Ii title 48 Of The Code Of Federal Regulations (cfr) Chapter 7. usaid Acquisition Regulation (aidar) appendix D – Direct Usaid Contracts With A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad gp 25. Medical Evacuation (medevac) Services (dec 2019) a Contractor Who Is Required To Relocate Abroad And Accompanying Eligible Family Members; Or A Contractor On Official Travel Status Abroad On Temporary Duty Or Training, Will Be Provided Medevac Services Through The Department Of State, Bureau Of Medical Services, Similar To That Provided To U.s. Government Employees In 16 Fam 300 Medical Travel. Medevac Costs That Will Be Covered By Usaid Include Travel And Per Diem, But Do Not Include Medical Care Costs. to Be Eligible For Medevac Services Covered By The Department Of State Medevac Program, The Contractor And Accompanying Eligible Family Members Must Obtain And Maintain International Health Insurance Coverage In Accordance With The Clause Of The Contract Entitled, “insurance.” gp 29. Incentive Awards (dec 2019) the Contractor Is Eligible To Receive Certain Monetary And Non-monetary Usaid Incentive Awards In Accordance With The Aidar And Usaid Internal Policy. 20 | Page

AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender

Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Details: Solicitation Number: 7200aa25r00015 issuance Date: December 23, 2024 closing Date And Time: January 23, 2025 , 1:00 Pm Eastern Standard Time (est) subject: Solicitation For U.s. Personal Service Contractor (uspsc) dear Prospective Offerors: the United States Government (usg), Represented By The U.s. Agency For International Development (usaid), Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services As A Country Representative - Angola (fs-02) Under A Personal Services Contract, As Described In The Attached Solicitation. offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time Specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of All Offer Materials For Their Records. usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All Individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The Solicitation. offerors Interested In Applying For This Position Must Submit The Following Materials: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas Field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. 1 | Page 2. Supplemental Document Specifically Addressing: each Of The Three (3) Evaluation Factors Shown In The Solicitation. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. 3. Uspsc Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are Required To Complete And Sign The Form. We Are Currently Accepting Electronic Signatures On The Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Your Complete Resume And The Aid 309-2 Form Must Be Mailed Or Emailed To Otijobs@usaid.gov offerors Can Expect To Receive A Confirmation Email When Offer Materials Have Been Received. Offerors Should Retain For Their Records Copies Of All Enclosures Which Accompany Their Offers. This Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit Usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. offeror Resources Are Available At Https://otijobs.net/uspsc-application-guidance. Any Questions On This Solicitation May Be Directed To: oti Recruitment Team e-mail Address: Otijobs@usaid.gov website: Www.otijobs.net sincerely, maria Del Carmen Grizzard contracting Officer m/oaa/cps 2 | Page 7200aa25r00015 attachment I i. General Information 1. Solicitation No.: 7200aa25r00015 2. Issuance Date: December 23, 2024 3. Closing Date And Time For Receipt Of Offers: January 23, 2025, 1:00 Pm Eastern Time 4. Point Of Contact: Oti Recruitment Team, E-mail At Otijobs@usaid.gov. 5. Position Title: Country Representative 6. Market Value: This Position Has Been Designated At The Fs-02 Equivalent Level, Overseas Comparability Pay, Ocp, ($121,803-$178,873 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries Over And Above The Pay Range Will Not Be Entertained Or Negotiated. please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency Onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of Record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel To The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must Have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile Dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process Will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50 Miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal Expense. 7. Period Of Performance: One Year, With Four One-year Option Periods. start Date: Within 45 Days Of Receiving Notification That Required Security And Medical Clearances Have Been Obtained. 8. Place Of Performance: Angola overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location Within The Country Of Performance, In Accordance With Mission Policy. Telework Or Remote Work From Outside The Country Of Performance May Only Be Authorized In Certain Situations In Accordance With The Terms And Conditions Of The Contract. 9. Eligible Offerors: United States Citizens 3 | Page 10. Security Level Required: Secret 11. Statement Of Duties position Description background usaid’s Office Of Transition Initiatives (oti) Is Seeking Highly Motivated, Highly Qualified Individuals Who Want The Opportunity To Help Support Rapid International Transition Programs For Priority Conflict-prone Countries. Created In 1994 As A Distinct Operating Unit Within Usaid, Oti Helps Local Partners Advance Peace And Democracy In Politically-transitioning Countries. In Support Of U.s. Foreign Policy, Oti Seizes Emerging Windows Of Opportunity In The Political Landscape To Promote Stability, Peace, And Democracy By Catalyzing Local Initiatives Through Adaptive And Agile Programming. countries Experiencing A Significant Political Transition In The Midst Of A Disaster Or Emerging From Civil Conflict Have Unique Needs That Cannot Be Fully Addressed By Traditional Disaster Relief. Timely And Effective Assistance To Promote And Consolidate Peaceful, Democratic Advances Can Make The Difference Between A Successful Or A Failed Transition. Oti Assists In Securing Peace By Aiding Indigenous, Mostly Non-governmental, Civil Society And Media Organizations. Oti Uses Such Mechanisms As Support For Re-integration Of Ex-combatants Into Civilian Society; Development Of Initiatives To Promote National Reconciliation; Identification Of Quick-impact Community Self-help Projects To Meet Urgent Economic Needs; And Aid To Independent Media Outlets And Community-based Organizations To Help Promote Informed Debate And Broaden Public Participation. to Respond Quickly And Effectively And Meet Its Program Objectives And Mandate Oti Retains A Group Of High Level Professionals And Experts Under U.s. Personal Services Contracts (uspscs). These Knowledgeable And Skilled Professionals Make Up The Vast Majority Of The Oti Work Force And Are At Its Forefront Implementing And Achieving The Office’s Programmatic Goals And Objectives.there Are Several Benefits That Uspscs May Participate In, Such As Partial Reimbursement For Health And Life Insurance Costs, As Well As Full Coverage Of Workers’ Compensation, Among Other Benefits. For More Complete Information On Uspsc Benefits, Please See Section Vi Of This Solicitation. oti’s Core Values: agility oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates Timely Positive Change. 4 | Page political oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We Acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power Dynamics And Harness Them For Transformation. accountability oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of Responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance With Our Implementing Partners, And The Taxpayer. curiosity oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder About People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid Uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches. diversity & Inclusion oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective Responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The Diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect. courage oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With Intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle Difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change. oti’s Deia Vision Statement: Oti Is A Collaborative Environment That Represents The Global Community At All Levels Of Our Organization. Uniting Diverse Backgrounds And Experiences, We Value Individual Expertise To Advance Peace And Democracy Around The World. values And Associated Behaviors That Will Enable This Vision Are: trust ● Model Open Communication, Active Listening And Candor. ● Believe Others When They Share Their Experiences. respect ● A Respectful Attitude Should Be Shown To Everyone. ● Allow For Others To Express Complete Opinion/thoughts Without Interruption, While Recognizing That There Are Other Perspectives And Lived Experiences. 5 | Page belonging (accessibility) ● Serve As An Ally To Those Who Feel Excluded (professionally, Socially, Personally, Etc.). ● Promote Togetherness And Acceptance Through Equitable Behavior. empathy ● Listen To Understand, Create Space To Be Real/feel. ● Remind Yourself To Be Conscious Of How Others May Feel Or Receive Your Words Self-awareness/accountability ● Supervisors Hold Their Peers To Account On Their Expectations And Behaviors. ● Seek Regular, Constructive Feedback To Understand How Your Words And Actions Affect And Influence Others, And How They Are Being Perceived And Interpreted. ● Acknowledge Unconscious Bias And Be Willing To Learn And Change Behavior When Confronted/corrected. for More Information About Oti And Its Country Programs Please See: https://www.usaid.gov/stabilization-and-transitions introduction the Country Representative Is A Member Of The Bureau For Conflict Prevention And Stabilization (cps)/oti Southern And East Africa (sea) Regional Team, Reports To The Oti Sea Regional Team Lead Or Designee, And Is Based In Angola. The Incumbent May Be Required To Travel Regionally As Necessary. The Country Representative’s Principal Responsibility Will Be Development, Oversight And Management Of Cps/oti's Angola Country Program. The Incumbent Will Be Called Upon To Represent Oti’s Mission And Programs To Senior-level Government Officials, In-country Visitors, Senior Officials From Other International Organizations, Bilateral Donors And Local Government Officials. core Functional Areas Of Responsibility duties And Responsibilities the Work Of The Country Representative Requires Teamwork, The Exercise Of Discretion, Judgment, And Personal Responsibility. As A Member Of A Highly Operational Office, You Are Willing And Able To Perform A Wide Range Of Administrative Functions To Help Ensure Programmatic Success. You Have A High Level Of Integrity And Attention To Detail To Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And Evaluation. You Are Highly Flexible And Willing To Work Under Conditions Of Ongoing Change, And Remain Professional And Respectful Of Colleagues And Authority In A Diverse Workforce. You Place A Premium On The Building Of Positive Relationships With Your Respective Team In Washington, D.c., Colleagues In The Field, And With Key Stakeholders Both In And Outside Of Usaid. You Are Able To Prioritize And Complete Tasks Without Follow-up By The Supervisor, While Also Filling In Gaps As Needed To Ensure The Responsiveness Of The Team. You Are A Strategic 6 | Page thinker, Articulates Innovative Ideas, Presents Solutions, And Are A Positive Role Model For colleagues Both In And Outside Of Oti. You Are Also Committed To Upholding Usaid/oti’s Diversity, Equity, Inclusion, And Accessibility’s (deia) Vision And Values As Outlined In The Background. under The Direct Supervision Of The Washington-based Cps/oti Regional Team Leader For The Southern And East Africa Team Or His/her Designee, The Country Representative Will Perform The Following Duties: ● Manage A High-profile Program In A Dynamic Environment And Provide Strategic, Programmatic, And Operational Guidance To Oti’s Implementing Partners (contractors And/or Grantees) While Leveraging Critical Local Staff Input, And The Partner’s Role In Strategy Co-creation, To Ensure That Activities Are Contributing To Oti’s Program Objectives; ● Conceptualize And Design Program Strategies And Objectives In Close Coordination With Oti Staff In Washington And In The Field, The Embassy, Host Country Government, Implementing Partner Staff And Local Civil Society Actors Based On Political And Context Analysis And U.s. Government Policy; Initiate Strategy Reviews As Needed In Line With Changes In Context And Policy; ● Analyze, Synthesize And Report On Current Political Developments, Security Concerns, And Other Pertinent Information Required To Achieve Oti’s Program Objectives; Monitor Local And Regional Political Developments And Regularly Brief Oti And Partner Staff On Their Potential Programmatic Impact; ● Responsible For Managing Program Effectiveness; Ensuring Strategic Accountability; Setting Realistic Intended Program Results And Program Achievements By Utilizing Oti’s Programming Principles And Processes And Regularly Engaging With The Resources Available To Support And Measure Program Effectiveness; ● Articulate Program Strategy, As Well As Communicate And Coordinate Oti’s In-country Activities Between Oti And Its Implementing Partners, Usaid, The Embassy And Other Donor Organizations; Prepare And Disseminate Programmatic, Financial And Periodic Reports To Usaid/angola, Oti/washington And Other Organizations As Appropriate; ● Serve As Oti’s Primary Liaison With Usaid/angola Personnel, U.s. Embassy Staff, Host-country Government Officials, Un Organizations, Indigenous And International Non-governmental Organizations (ngos), And Other Stakeholder Organizations. Develop And Maintain Collaborative Relationships To Ensure Close Coordination At The Field Level, Identify The Widest Range Of Potential Local Partners And Opportunities, And Achieve Maximum Synergy With Other Programs; ● Build, Lead, Supervise, And Motivate A Team Composed Of Uspscs And A Significant Number Of Implementing Partner Staff In Angola. In Close Coordination With The 7 | Page Implementing Partner, Continuously Review And Design Staffing Plans To Meet Overall Program Objectives; Recruit, Train, Supervise, And Evaluate The Performance Of In-country Oti Staff. Maintain Staff Morale In A Difficult Security And Work Environment; ● Provide Recommendations To The Washington-based Contracting Officer Representative (cor) And/or The Regional Team Leader On Implementing Partner Performance, Budgets, Contract Modifications, Among Other Partner Related Issues; ● Provide Usaid Concurrence On All Implementing Partner Activities, Including Final Approval Of Grantees For Grants Under Contract, In Accordance With The Usaid’s Automated Directives System (ads); ● Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds And Programming; ● Ensure That Oti’s Programs And Activities Are Monitored And Evaluated And That Lessons Learned Are Applied To Ongoing Or Future Activities; ● Prepare Operational Plans In Collaboration With The U.s. Embassy, Including Logistics And Property Use Guidelines, Closeout And Hand-over, Security Procedures, And Contingency And Evacuation Plans; Review And Concur On Oti Program Budgets For Field Operations; ● Ensure That All Oti Field Staff Adhere To In-country Security Guidelines Set By The U.s. Embassy Regional Security Officer And Other Organizations Such As The United Nations Or Host Government, As Appropriate; Coordinate Closely With Implementing Partner Senior Management To Provide Relevant Security Related Information From The Embassy; ● Travel Within The Country/region To Monitor And Assess Political Conditions, And Implementing Partner Operational Platforms, Meet With Potential Grantees, Senior Host-country Government And Other Program Counterparts, And Develop Recommendations To Respond To Evolving Dynamics; And, ● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s. Government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6) Months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work, But May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co) Approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months Requires Co Approval. supervisory Relationship: the Country Representative – Angola Will Report To Oti’s Washington-based Team Leader For The Southern And East Africa (sea) Regional Team Or His/her Designee. The Country Representative Is Expected To Take Initiative, Act Independently, And Manage His/her Tasks With Minimal Supervision. Though This Is A Senior Field-based Position, The Incumbent Is Expected To 8 | Page actively And Proactively Collaborate With Oti/washington Leadership, And To Fully Utilize, Embrace, And Become An Expert On Oti Systems And Processes. Failure To Adequately Perform The Scope Of Work Above And/or Failure To Take Direction From The Supervisor May Result In Corrective Actions, Including Denial Of Step Or Grade Increases, Extension Of Contract Probationary Periods, Performance Improvement Plans, And/or Termination For The Convenience Of Usaid/oti. supervisory Controls: at The Fs-02 Level, The Supervisor Provides Administrative Direction In Terms Of Broadly Defined Missions Or Functions. The Incumbent Independently Plans, Designs And Carries Out Projects, Studies, And Programs. Results Of The Work Are Considered Technically Authoritative. There Is No Higher Level Official Technically Responsible For Administering The Program/project. 12. Physical Demands: while In Angola, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands. However, The Position May Require Travel Throughout The Country Of Assignment, Which May Involve Some Additional Physical Exertion, Including Long Periods Of Standing, Walking Over Rough Terrain, Or Carrying Of Moderately Heavy Items (less Than 50 Pounds). 13. Work Environment: while At Post, The Work Is Generally Performed In An Office Environment. However, The Position Also Requires Travel Throughout The Region, Which May Additionally Involve Special Safety And/or Security Precautions, Wearing Of Protective Equipment, And Exposure To Severe Weather Conditions. ii. Minimum Qualifications Required For This Position (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And Experience Factors Are Considered Not Qualified For The Position. See Detailed Instructions For Demonstrating Education/experience Under “submitting An Offer”) education/experience Required: at A Minimum, The Offeror Must Have: (1) A Master’s Degree With Seven (7) Years Of Work Experience; or a Bachelor’s Degree With Nine (9) Years Of Work Experience; or an Associate’s Degree With Ten (10) Years Of Work Experience; or 9 | Page a High School Diploma/equivalent With Eleven (11) Years Of Work Experience; And (2) Six (6) Years Of Project Management Experience With A U.s. Government Foreign Affairs Agency, Domestic Or International Assistance Organization, Or Non-governmental Organization In Community Development, Economic Development, Mediation/arbitration, Conflict Resolution, Democracy And Governance, International Law, Political Analysis, and/or Human Rights Activities; (3) Two (2) Years Of Overseas Field Experience (in Person Or Virtual). A Virtual Temporary Duty (tdy) Is Defined As Work That Would Have Been Conducted In An Overseas Location If Not For The Covid Pandemic; (4) Three (3) Years Of Supervisory Experience With At Least One Direct Report; (5) Demonstrated Experience Using Portuguese In A Professional Setting Is Preferred. iii. Evaluation And Selection Factors (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And Experience Factors Are Considered Not Qualified For The Position.) the Government May Award A Contract Without Discussions With Offerors In Accordance With Far 52.215-1. The Co Reserves The Right At Any Point In The Evaluation Process To Establish A Competitive Range Of Offerors With Whom Negotiations Will Be Conducted Pursuant To Far 15.306(c). In Accordance With Far 52.215-1, If The Co Determines That The Number Of Offers That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient Competition Can Be Conducted, The Co May Limit The Number Of Offerors In The Competitive Range To The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated Offers. Far Provisions Of This Solicitation Are Available At https://www.acquisition.gov/browse/index/far. selection Factors: (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Selection Factors Are Considered Not Qualified For The Position.) ● Offeror Is A U.s. Citizen; ● Complete Resume Submitted. See Cover Page For Resume Requirements. Experience That Cannot Be Quantified Will Not Be Counted Towards Meeting The Solicitation Requirements; ● Supplemental Document Specifically Addressing How The Candidate Meets Each Of The Evaluation Factors Submitted; ● Ability To Obtain A Secret Level Security Clearance (note: Dual Citizens May Be Asked To Renounce Second-country Citizenship); ● Ability To Obtain A Department Of State Medical Clearance; 10 | Page ● Satisfactory Verification Of Academic Credentials. a Usaid Secret Level Security Clearance And Department Of State Medical Clearance Are Required Prior To Issuance Of The Contract For This Position. note: If A Full Security Investigation Package Is Not Submitted By The Selected Within 30 Days After It Is Requested, The Offer May Be Rescinded. If A Security Clearance Is Not Able To Be Obtained Within Four Months After The Selected Submits The Initial Security Clearance Documentation, The Offer May Be Rescinded. note: The Selected Must Obtain Department Of State Medical Clearance Within Four Months after Offer Acceptance. If Medical Clearance Is Not Obtained Within This Period, The Offer May Be Rescinded. due To Anticipated Program Needs, Individuals Should Be Able To Travel To Post Within 60 Days After A Contract Is Awarded. evaluation Factors: (used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors. The Factors Are Listed In Priority Order From Highest To Least.) offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Will Be Rated Using The Point System Described Below. Failure To Fully Respond To Each Element Of Each Evaluation Factor Will Result In A Reduction Of Points Awarded. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. factor #1 Demonstrated Experience In The Management Of Political Transition, Political Reform, Or Similar Programs In High-visibility And High-pressure Environments, Including Transitional, Crisis, Or Conflict Zones. factor #2 Demonstrated Experience Developing Strategies For Programs That Will Respond To At Least One Of The Following Problem Sets: Violence Prevention, Post-conflict, Political Transition, Democracy-building, And/or Humanitarian Assistance. factor #3 Demonstrated Experience Using Political Analysis To Inform Programming Policy, Strategies, And Objectives, Especially In Conflict-prone Environments. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements And Selection Factors Will Be Further Evaluated Based On Scoring Of The Evaluation Factor Responses. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. Be Sure To Include Your Name And The Announcement Number At The Top Of Each Additional Page. Failure To Specifically Address The Selection And/or 11 | Page evaluation Factors May Result In Your Not Receiving Credit For All Of Your Pertinent Experience, Education, Training And/or Awards. the Offeror Rating System Is As Follows: evaluation Factors Have Been Assigned The Following Points: factor #1 – 25 factor #2 – 25 factor #3 – 20 total Possible – 70 Points interview Performance – 30 Points satisfactory Professional Reference Checks – Pass/fail (no Points Assigned) total Possible Points: 100 the Most Qualified Offerors May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Oti Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Offers (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Offerors Writing, Presentation, And Communication Skills. In The Event That An Offeror Has Fully Demonstrated Their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forgo The Interview Process. Professional References And Academic Credentials Will Be Evaluated For Offerors Being Considered For Selection. Offerors Must Submit At Least Three (3) Professional References, One (1) Of Which Must Be A Current Or Former Supervisor. Oti Reserves The Right To Contact Previous Employers To Verify Employment History. If The Offeror Had A Previous Position With Usaid, The Tec And/or Co Are Encouraged To Obtain Reference Checks From The Previous Supervisor(s) Or Co(s). See Ads 309.3.1.11.a.4 iv. Submitting An Offer offers Must Be Received By The Closing Date And Time At The Address Specified In Section I, Item 3, And Submitted To The Point Of Contact In Section I, Item 4. qualified Offerors Are Required To Submit: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas Field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. 12 | Page (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Minimum Qualification Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. 2. Supplemental Document Specifically Addressing: each Of The Three (3) Evaluation Factors Shown In The Solicitation. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. 3. Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are Required To Complete And Sign The Form. The Form Can Be Found At Https://www.usaid.gov/forms. We Are Currently Accepting Electronic Signatures On Te Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. to Ensure Consideration Of Offers For The Intended Position, Offers Must Prominently Reference The Solicitation Number In The Offer Submission. offeror Resources Are Available At https://otijobs.net/uspsc-application-guidance. Document Submittals Via Email: Otijobs@usaid.gov please Note In Your Document Submission Where You Heard About This Position. Note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit Usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. 13 | Page All Qualified Offerors Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Non-disqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. v. List Of Required Forms Prior To Award once The Contracting Officer (co) Informs The Successful Offeror About Being Selected For A Contract Award, The Co Will Provide The Successful Offeror Instructions About How To Complete And Submit The Following Forms. Forms Outlined Below Can Found At Http://www.usaid.gov/forms/ 1. Declaration For Federal Employment (of-306). 2. Medical History And Examination Form (ds-1843). 3. Questionnaire For Sensitive Positions (for National Security) (sf-86), Or Questionnaire For Non-sensitive Positions (sf-85). 4. Finger Print Card (fd-258). vi. Benefits And Allowances as A Matter Of Policy, And As Appropriate, A Uspsc Is Normally Authorized The Following Benefits And Allowances: 1. Benefits: a) Employer's Fica Contribution b) Contribution Toward Health & Life Insurance c) Pay Comparability Adjustment d) Annual Increase (pending A Satisfactory Performance Evaluation) e) Eligibility For Worker's Compensation f) Annual And Sick Leave g) Paid Parental Leave h) Relocation Expense Benefit 2. Allowances: section Numbers Refer To Rules From The Department Of State Standardized Regulations (government Civilians Foreign Areas), Available At https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Post Differential Chapter 500 And Tables In Chapter 900. (b) Living Quarters Allowance Section 130. (c) Temporary Lodging Allowance Section 120. (d) Post Allowance Section 220. (e) Supplemental Post Allowance Section 230. (f) Payments During Evacuation Section 600. 14 | Page (g) Education Allowance Section 270. (h) Separate Maintenance Allowance Section 260. (i) Danger Pay Allowance Section 650. (j) Education Travel Section 280. vii. Taxes uspscs Are Required To Pay Federal Income Taxes, Fica, Medicare And Applicable State Income Taxes. viii. Usaid Regulations, Policies And Contract Clauses Pertaining To Pscs usaid Regulations And Policies Governing Uspsc Awards Are Available At These Sources: 1. Usaid Acquisition Regulation (aidar), Appendix D, “direct Usaid Contracts With A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad,” Including Contract Clause “general Provisions,” Available At https://www.usaid.gov/ads/policy/300/aidar. 2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms. one Base Year Table – Country Representative item no (a) services (description) qty unit unit Price (b) (c) (d) (e) amo unt (f) 000 1 base Year 1 - Compensation 1 Lot $____ award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] fringe Benefits/other Direct Costs (odcs) award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ total Estimated Cost $____ four Option Years Table- Country Representative 15 | Page ite m no (a) services (description) qty unit unit Price (b) (c) (d) (e) amount (f) 100 1 option Period (op) 1 - 1 Lot $____ compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 200 1 op 1 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 2 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 Lot $____ op 2 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 300 1 option Period (op) 3 - 1 Lot $____ compensation Award Type:cost product Service Code: R497 accounting Info: [insert From Phoenix] op 3 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 400 1 option Period (op) 4 - 1 Lot $____ compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 4 - Odcs award Type: Cost product Service Code: R497 $____ 16 | Page accounting Info: [insert From Phoenix] total Estimated Cost [base + Options] $____ 3. Acquisition And Assistance Policy Directives/contract Information Bulletins (aapds/cibs) For Personal Services Contracts With Individuals Available At Http://www.usaid.gov/work-usaid/aapds-cibs. 4. Ethical Conduct. By The Acceptance Of A Usaid Personal Services Contract As An Individual, The Contractor Will Be Acknowledging Receipt Of The “standards Of Ethical Conduct For Employees Of The Executive Branch,” Available From The U.s. Office Of government Ethics, In Accordance With General Provision 2 And 5 Cfr 2635. See Https://www.oge.gov/web/oge.nsf/oge%20regulations aapds And Cibs Contain Changes To Usaid Policy And General Provisions In Usaid Regulations And Contracts. Please Refer To Http://www.usaid.gov/work-usaid/aapds-cibs#psc To Determine Which Aapds And Cibs Apply To This Contract. 5. Psc Ombudsman The Psc Ombudsman Serves As A Resource For Any Personal Services Contractor Who Has Entered Into A Contract With The United States Agency For International Development And Is Available To Provide Clarity On Their Specific Contract With The Agency. Please Visit Our Page For Additional Information: https://www.usaid.gov/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman The Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov. 6. Far Provisions Incorporated By Reference 52.204-27 prohibition On The Bytedance covered Application (date) aapd 06-10 – Psc Medical Expense Payment Responsibility general Provision 28, Medical Expense Payment Responsibility (october 2006) (a) Definitions. Terms Used In This General Provision Are Defined In 16 Fam 116 Available At Http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal Services Contractors Are Not Eligible To Participate In The Federal Employees Health Programs. 17 | Page (b) Medical Evacuation (medevac) Services – Please See Attachment 2 To This Solicitation For Information On Aapd No. 18-02. (c) When The Contractor Or Eligible Family Member Is Covered By Health Insurance, That Insurance Is The Primary Payer For Medical Services Provided To That Contractor Or Eligible Family Member(s) Both In The United States And Abroad. The Primary Insurer’s Liability Is Determined By The Terms, Conditions, Limitations, And Exclusions Of The Insurance Policy. When The Contractor Or Eligible Family Member Is Not Covered By Health Insurance, The Contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred And The U.s. Government Has No Payment Obligation (see Paragraph (f) Of This Provision). (d) Usaid Serves As A Secondary Payer For Medical Expenses Of The Contractor And Eligible Family Members Who Are Covered By Health Insurance, Where The Following Conditions Are Met: (1) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Is Incurred, Caused, Or Materially Aggravated While The Eligible Individual Is Stationed Or Assigned Abroad; (2) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Required Or Requires hospitalization And The Expense Is Directly Related To The Treatment Of Such Illness, Injury, Or Medical Condition, Including Obstetrical Care; And (3) The Office Of Medical Services (m/med) Or A Foreign Service Medical Provider (fsmp) Determines That The Treatment Is Appropriate For, And Directly Related To, The Illness, Injury, Or Medical Condition. (e) The Mission Director May, On The Advice Of M/med Or An Fsmp At Post, Authorize Medical Travel For The Contractor Or An Eligible Family Member In Accordance With The General Provision 10, Travel And Transportation Expenses (july 1993), Section (i) Entitled “emergency And Irregular Travel And Transportation.” In The Event Of A Medical Emergency, When Time Does Not Permit Consultation, The Mission Director May Issue A Travel Authorization Form Or Medical Services Authorization Form Ds-3067, Provided That The Fsmp Or Post Medical Advisor (pma) Is Notified As Soon As Possible Following Such An Issuance. The Contractor Must Promptly File A Claim With His Or Her Medevac Insurance Provider And Repay To Usaid Any Amount The Medevac Insurer Pays For Medical Travel, Up To The Amount Usaid Paid Under This Section. The Contractor Must Repay Usaid For Medical Costs Paid By The Medevac Insurer In Accordance With Sections (f) And (g) Below. In Order For Medical Travel To Be An Allowable Cost Under General Provision 10, The Contractor Must Provide Usaid Written Evidence That Medevac Insurance Does Not Cover These Medical Travel Costs. (f) If The Contractor Or Eligible Family Member Is Not Covered By Primary Health Insurance, The Contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred. In The Event Of A Medical Emergency, The Medical And Health Program May Authorize Issuance Of Form Ds-3067, Authorization For Medical Services For Employees And/or Dependents, To Secure Admission To A Hospital Located Abroad For The Uninsured Contractor Or Eligible Family Member. In That Case, The Contractor Will Be Required To Reimburse Usaid In Full For Funds Advanced By Usaid Pursuant To The Issuance Of The Authorization. The Contractor May Reimburse Usaid Directly Or Usaid May Offset 18 | Page the Cost From The Contractor’s Invoice Payments Under This Contract, Any Other Contract The Individual Has With The U.s. Government, Or Through Any Other Available Debt Collection Mechanism. (g) When Usaid Pays Medical Expenses (e.g., Pursuant To Form Ds-3067, Authorization For Medical Services For Employees And/or Dependents), Repayment Must Be Made To Usaid Either By Insurance Payment Or Directly By The Contractor, Except For The Amount Of Such Expenses Usaid Is Obligated To Pay Under This Provision. The Contracting Officer Will Determine The Repayment Amount In Accordance With The Terms Of This Provision And The Policies And Procedures For Employees Contained In 16 Fam 521. When Usaid Pays The Medical Expenses, Including Medical Travel Costs (see Section (e) Above), Of An Individual (either The Contractor Or An Eligible Family Member) Who Is Covered By Insurance, That Individual Promptly Must Claim His Or Her Benefits Under Any Applicable Insurance Policy Or Policies. As Soon As The Individual Receives The Insurance Payment, The Contractor Must Reimburse Usaid For The Full Amount That Usaid Paid On The Individual’s Behalf Or The Repayment Amount Determined By The Contracting Officer In Accordance With This Paragraph, Whichever Is Less. If An Individual Is Not Covered By Insurance, The Contractor Must Reimburse Usaid For The Entire Amount Of All Medical Expenses And Any Travel Costs The Contractor Receives From His/her Medevac Provider. (h) In The Event That The Contractor Or Eligible Family Member Fails To Recover Insurance Payments Or Transfer The Amount Of Such Payments To Usaid Within 90 Days, Usaid Will Take Appropriate Action To Collect The Payments Due, Unless Such Failure Is For Reasons Beyond The Control Of The Uspsc/dependent. (i) Before Departing Post Or Terminating The Contract, The Contractor Must Settle All Medical Expense And Medical Travel Costs. If The Contractor Is Insured, He Or She Must Provide Proof To The Contracting Officer That Those Insurance Claims Have Been Submitted To The Insurance Carrier(s) And Sign A Repayment Agreement To Repay To Usaid Any Amounts Paid By The Insurance Carrier(s). 19 | Page attachment Ii title 48 Of The Code Of Federal Regulations (cfr) Chapter 7. usaid Acquisition Regulation (aidar) appendix D – Direct Usaid Contracts With A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad gp 25. Medical Evacuation (medevac) Services (dec 2019) a Contractor Who Is Required To Relocate Abroad And Accompanying Eligible Family Members; Or A Contractor On Official Travel Status Abroad On Temporary Duty Or Training, Will Be Provided Medevac Services Through The Department Of State, Bureau Of Medical Services, Similar To That Provided To U.s. Government Employees In 16 Fam 300 Medical Travel. Medevac Costs That Will Be Covered By Usaid Include Travel And Per Diem, But Do Not Include Medical Care Costs. to Be Eligible For Medevac Services Covered By The Department Of State Medevac Program, The Contractor And Accompanying Eligible Family Members Must Obtain And Maintain International Health Insurance Coverage In Accordance With The Clause Of The Contract Entitled, “insurance.” gp 29. Incentive Awards (dec 2019) the Contractor Is Eligible To Receive Certain Monetary And Non-monetary Usaid Incentive Awards In Accordance With The Aidar And Usaid Internal Policy. 20 | Page

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02, Effective 12/22/2023. this Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business (sdvosb). This Is A Firm-fixed Price Contract. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34.0 Million. the Fsc/psc Is J066. the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation statement Of Work contract Title 3500xl Genetic Analyzers And 7500 Fast Polymerase Chain Reaction (pcr) Systems Service Contract the Va Greater Los Angeles Healthcare System (vaglahcs) Requires Annual Maintenance Services On Selected Government Owned 3500xl Genetic Analyzers And 7500 Fast Pcr Systems Equipment At The West La Va Medical Center (wla Vamc). The Services Shall Comply With This Statement Of Work (sow), All Va, Local, State, And Federal Policies, And Regulations. objective the Objective Of This Service Contract Is To Have A Contractor To Furnish All Labor, Materials, Supplies, Tools, Equipment, And Qualified Personnel To Complete Maintenance Services As Per Below Scope. scope the Contractor Shall Provide All Labor, Materials, Freight Costs, And Equipment To Accomplish The Tasks Outlined In This Sow. Contractor Is Responsible For All Subcontractors Required To Complete Reports. all Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Program Point Of Contact (ppoc) Or His/her Designee. all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/ Or Defective Parts, The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. maintenance And Inspection (pmi) the Contractor Shall Perform Maintenance On The 3500xl Genetic Analyzers And 7500 Fast Pcr Systems According To The Manufacturer Recommendations Unless Otherwise Stated By Ppoc. the Contractor Shall Provide All Preventive Maintenance Replacement Parts At No Cost To The Government. the Contractor Shall Provide All Travel And Transportation Expenses At No Additional Cost To The Government. emergency Repair Services intervening Service Calls Are Calls Placed Outside Regularly Scheduled Preventive Maintenance Service.â  the Contractor Shall Respond On-site As Required Within 2-3 Business Days After Receipt Of A Service Call For Any Instrument Listed.â  response Time Is Applicable For Any Calls Placed Before 2pm Pacific Standard Time.â  failure To Respond Within The Response Time Due To No Fault Of The Government Shall Result In A Prorated Credit Equal To The Proportion Of The Instruments Service Cost For Each Late Day.â  equipment List covered Equipment equipment Name serial Numbers ee# equipment Description 3500xl 24342-140 144937 genetic Analyzer 3500xl 29338-051 177257 genetic Analyzer 7500 Fast 275002720 110018 real Time Pcr System 7500 Fast 275011316 111965 real Time Pcr System 7500 Fast 275013648 134711 real Time Pcr System maintenance Requirements the Contractor Shall Provide On-site Preventive Maintenance And System Calibrations As Necessary To Maintain Recommended Factory Specifications Of The Covered Systems. the Preventive Maintenance Visit Shall Be Scheduled At A Time Agreeable To The Government And Will Be Performed Once Per Year During The Contract Period For Each Equipment Covered. maintenance Shall Be Performed In Accordance With Manufacturer S Instructions. maintenance Shall Be Scheduled A Minimum Of Three (3) Days In Advance With The Ppoc. qualification personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. additional Requirements contractor Shall Ensure All Equipment Is In Optimal Working Condition At The Expiration Date Of The Contract. contractor Personnel That Perform Changes, Updates, Or Retrofits Made On Any Component, System, Or Equipment Will Log It In The Station Equipment Manual. contractor Will Maintain All Manufactures Manual Necessary To Perform Maintenance. submission Of Reports the Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Ppoc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee# - If Applicable) Of The Equipment Being Worked On, Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. security Requirements the C&a Requirements Do Not Apply, And Security Accreditation Package Is Not Required. this Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. period Of Performance base Year, Followed By Two, One-year Options. estimated Start Date: 03/01/2025 Participating Facility: va Greater Los Angeles Healthcare System 11301 Wilshire Blvd. los Angeles, Ca 90073 work Hours normal Hours Of Operation Are Monday Through Friday From 6:00 Am To 6:00 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Ppoc Or His/her Designee. before Commencement Of Work, The Contractor Shall Confer With The Va Ppoc And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Ppoc Or His/her Designee. all Time Shall Be Approved In Advance By The Ppoc. Allow 5-days For Approval Of Any Alternate Working Hours Needed. federal Holidays new Year S Day january 01 martin Luther King S Birthday third Monday In January president S Day third Monday In February memorial Day last Monday In May juneteenth june 19 independence Day july 04 labor Day first Monday In September columbus Day second Monday In October veterans Day november 11 thanksgiving Day fourth Thursday In November christmas Day december 25 if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. identification, Check-in, Parking, And Smoking Regulations identification the Vendor's Employees Shall Wear Visible Identification At All Times While On Vaglahcs Premises. Contractor Employees Shall Report To Va Police Upon Entry To The Vaglahcs Facility To Get A Visitor Badge. Contractor Employees Are Required To Be Escorted By The Ppoc Or Designee S Office Once On Campus Prior To Commencement Of Work. During Emergencies Contractor Personnel Shall Check In With Vaglahcs Police If The Vaglahcs Ppoc Or Designee Is Not Available. parking it Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. smoking contractor Personnel May Smoke Only In Designated Areas. It Is The Responsibility Of The Visn 22 Healthcare Facilities To Provide A Safe And Healthful Environment For Employees And Patients And To Serve As A Leader In Community Health Awareness And Education. It Is In Fulfillment Of This Obligation That The Facilities Are Committed To The Establishment Of A Smoke-free Environment. This Policy Applies To Every Location In The Healthcare Facilities. There Shall Be No Smoking Within 25 Feet Of All Entrances To Buildings. Smoking Is Allowed In All Outside Areas That Are 25 Feet Away From Entrances To Buildings Unless Indicated Otherwise. Enclosed Patios Connected To Facility Buildings Are Considered Part Of The Building And As Such Are Non-smoking Areas. weapons And Contraband possession Of Weapons Or Contraband Is Prohibited And Shall Be Subject To Arrest And Termination From Future Performance Under This Contract. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Vaglahcs Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. safety all Personnel Employed By The Contractor In The Performance Of This Contract, Or Any Representative Of The Contractor Entering On Vaglahcs Shall Comply With Applicable Federal, State, And Va Safety And Fire Regulations And Codes, Which Are In Effect During The Performance Period Of The Contract. contractor Shall Perform Work In Strict Accordance With Existing Relevant, Accredited Standards And Codes To Minimize The Possibility Of Injury To Personnel, Or Damage To Government Equipment. Every Effort Shall Be Made To Safeguard Human Life And Property. contractor Shall Comply With All Applicable Federal, State, And Local Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr), Parts 1910 And 1926, Nfpa 70e, Article 130.7 29 Cfr 1910.132(d)(1)(iii), 29cfr1910.137. contractor Shall Provide All Necessary Tools, And Personal Protective Equipment (ppe) To Perform The Work Safely, Effectively, And Timely. contractor Personnel contractor S Program Manager the Contractor Shall Provide A Contract Program Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. contractor S Employees the Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population. contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc). contractor Qualifications & Other Responsibilities contractor Shall Obtain All Necessary Licenses Required To Perform This Work. Contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Cor With The Final Decision Being Made By The Contracting Officer. invoicing And Payment overtime & Holiday Pay any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein. invoices payment Of Services Rendered Under This Contract Shall Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice And Submitted By The Contractor To The Payment Address Specified By Contracting. Invoices Shall Reference The Contract Number And Purchase Order Number, Manifest Number(s), Provide A Complete And Accurate Description Of Services/ Supplies Delivered/ Rendered, Including Dates Of Performance, Amounts, Unit Prices, Extended Totals And Any Other Data Relevant For Payment Purposes. the Government Shall Not Authorize Payment Until Such Time That The Vaglahcs Ppoc All Properly Executed And Signed Documentation. no Advance Payments Shall Be Authorized. Payment Shall Be Made On A Monthly Arrears For Services Provided During The Billing Month In Arrears. Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract. payment Of Invoices May Be Delayed If The Appropriate Invoices As Specified In The Contract Are Not Completed And Submitted As Required. ***price/cost Schedule*** base Year line Item description quantity unit Of Measure unit Price total Price 0001 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140 1 yr 0002 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051 1 yr 0003 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720 1 yr 0004 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316 1 yr 0005 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648 1 yr 0006 emergency Repairs, Costs In Relation To Finding From Inspections. 1 jb 0.00 0.00 option Year 1 line Item description quantity unit Of Measure unit Price total Price 1001 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140 1 yr 1002 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051 1 yr 1003 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720 1 yr 1004 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316 1 yr 1005 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648 1 yr 1006 emergency Repairs, Costs In Relation To Finding From Inspections. 1 jb 0.00 0.00 option Year 2 line Item description quantity unit Of Measure unit Price total Price 2001 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140 1 yr 2002 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051 1 yr 2003 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720 1 yr 2004 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316 1 yr 2005 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648 1 yr 2006 emergency Repairs, Costs In Relation To Finding From Inspections. 1 jb 0.00 0.00 **please Use The Format Above For Pricing** the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022) addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition. far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (mar 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), (18)(i), (25), (26)(i), (29), (31), (33), (34)(i), (36), (39)(i), (40), (46), (51), (55), (59), (c), (5). vaar 852.203-70 Commercial Advertising (may 2018). vaar 852.219-73 Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certification Of Compliance For Services And Construction. (jan 2023) (deviation) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018). this Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp This Is Mandatory And The Sole Method For Submitting Invoices. all Quoters Shall Be Submitted In Accordance With Far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services . (sep 2023) all Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Jennell Christofaro At Jennell.christofaro@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Decision Factors To Be Considered Are Technical Capability, Past Performance, Cost Schedule. This Contract/purchase Order Will Consist Of An Estimated Base Plus Two Option Year Period Of Performance: 03/01/2025 02/29/2028. the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. all Rfq Questions Shall Be Received Not Later Than December 26, 2024, 1400 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Inquiry To Rfq 36c26225q0252 For Consideration. All Answers To Inquiries Received By Due Date And Time Will Be Addressed Through An Amendment. No Further Inquiries Will Be Addressed After Due Date. submission Of Your Rfq Response Offer Shall Be Received Not Later Than January 6, 2025, 1400 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0252 For Consideration. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact contract Specialist jennell Christofaro jennell.christofaro@va.gov attachment One: Far 52.212-1 Addendum Instructions To Offerors attachment Two: Far 52.212-2 Evaluation attachment Three: Vaar 852.219-73 Notice Of Total Set-aside For Certified Sdvosb attachment Four: Var 852.219-75 Sdvosb Certification (end Of Provision)

INDIAN HEALTH SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Details: Rfq 75h71325q00002 Is Hereby Amended To Add Clause 52.237-7 Indemnification And Medical Liability Insurance And Attachment 6 – Qa. The Deadline For The Receipt Of Quotes Is Hereby Extended By 5 Days To January 28, 2024. 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. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation No. 75h71325q00002 Has Been Issued As A Request For Quotation For A Firm Fixed Price Commercial Services Contract For Nutritionist Nonpersonal Healthcare Services. See The Attached Performance Work Statement For A Description Of The Services To Be Provided. The Performance Period Is One Year, To Start Within 30 Days Of The Date Of Award. The Performance Period Includes A One-year Base Period, And Four (4) One-year Option Periods. The Place Of Performance Is Western Oregon Service Unit (chemawa Indian Health Center), 3750 Chemawa Road Ne, Salem, Oregon 97305. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-07 Dated 08/29/2024. The Provision At 52.212-1, Instructions To Offerors – Commercial, Applies To This Acquisition. The Provision At 52.212-2, Evaluation – Commercial Items, Applies To This Acquisition. The Following Factors Shall Be Used To Evaluate Offers: Price And Past Performance. Offerors Are Advised To Submit A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications – Commercial Items, With Its Offer. The Clause At 52.212-4, Contract Terms And Conditions – Commercial Items, Applies To This Acquisition. the Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items, Applies To This Acquisition And These Clauses: far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses 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. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Http://www.acquisition.gov. 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) 52.204-9 Personal Identity Verification Of Contractor Personnel (jan 2011) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) 52.204-13, System For Award Management Maintenance (oct 2018) 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) 52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014) 52.204-27, Prohibition On A Byte Dance Covered Application (jun 2023) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or proposed For Debarment (nov 2021) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) 52.219-28, Post-award Small Business Program Rerepresentation (feb 2024) 52.222-3, Convict Labor (june 2003) 52.222-21, Prohibition Of Segregated Facilities (apr 2015) 52.222-26, Equal Opportunity (sept 2016) 52.222-35, Equal Opportunity For Veterans (jun 2020) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) 52.222-37, Employment Reports On Veterans (jun 2020) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) 52.222-41, Service Contract Labor Standards (aug 2018) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) employee Class: Dietician 0630 monetary Wage-fringe Benefits: gs-11 $38.17 - Retirement, Paid Sick Leave, Health & Welfare, Vacation, Holidays 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) 52.222-50, Combating Trafficking In Persons (nov 2021) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2013) 52.233-3, Protest After Award (aug 1996) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) 52.239-1, Privacy Or Security Safeguards (aug 1996) far 52.204-9 Personal Identity Verification Of Contractor Personnel (jan 2011) (a)the Contractor Shall Comply With Agency Personal Identity Verification Procedures Identified In The Contract That Implement Homeland Security Presidential Directive-12 (hspd-12), Office Of Management And Budget (omb) Guidance M-05-24 And Federal Information Processing Standards Publication (fips Pub) Number 201. (b)the Contractor Shall Account For All Forms Of Government-provided Identification Issued To The Contractor Employees In Connection With Performance Under This Contract. The Contractor Shall Return Such Identification To The Issuing Agency At The Earliest Of Any Of The Following, Unless Otherwise Determined By The Government: (1)when No Longer Needed For Contract Performance. (2)upon Completion Of The Contractor Employee's Employment. (3)upon Contract Completion Or Termination. (c)the Contracting Officer May Delay Final Payment Under A Contract If The Contractor Fails To Comply With These Requirements. (d)the Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts When The Subcontractor's Employees Are Required To Have Routine Physical Access To A Federally-controlled Facility And/or Routine Access To A Federally-controlled Information System. It Shall Be The Responsibility Of The Prime Contractor To Return Such Identification To The Issuing Agency In Accordance With The Terms Set Forth In Paragraph (b) Of This Section, Unless Otherwise Approved In Writing By The Contracting Officer. 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed Five (5) Years. 52.237-7idemnification And Medical Liability Insurance (jan 1997) (a)it Is Expressly Agreed And Understood That This Is A Nonpersonal Services Contract, As Defined In Federalacquisitionregulation (far)37.101, Under Which The Professional Services Rendered By The Contractor Are Rendered In Its Capacity As An Independent Contractor. The Governmentmayevaluate The Quality Of Professional And Administrative Services Provided, But Retains No Control Over Professional Aspects Of The Services Rendered, Including By Example, The Contractor’s Professional Medical Judgment, Diagnosis, Or Specific Medical Treatments. The Contractorshallbe Solely Liable For And Expressly Agrees To Indemnify The Government With Respect To Any Liability Producing Acts Or Omissions By It Or By Its Employees Or Agents. The Contractorshallmaintain During The Term Of This Contract Liabilityinsuranceissued By A Responsibleinsurancecarrier Of Not Less Than The Following Amount(s) Per Specialty Per Occurrence: $1,000,000. (b)an Apparently Successfulofferor, Upon Request By Thecontracting Officer,shallfurnish Prior To Contract Award Evidence Of Its Insurability Concerning The Medical Liabilityinsurancerequired By Paragraph (a) Of This Clause. (c)liabilityinsurancemaybe On Either An Occurrences Basis Or On Aclaims-made Basis. If The Policy Is On Aclaims-made Basis, An Extended Reporting Endorsement (tail) For A Period Of Not Less Than 3 Years After The End Of The Contract Termmustalso Be Provided. (d)evidence Ofinsurancedocumenting The Required Coverage For Each Health Care Provider Who Will Perform Under This Contractshallbe Provided To Thecontracting Officerprior To The Commencement Of Services Under This Contract. If Theinsuranceis On Aclaims-made Basis And Evidence Of An Extended Reporting Endorsement Is Not Provided Prior To The Commencement Of Services, Evidence Of Such Endorsementshallbe Provided To Thecontracting Officerprior To The Expiration Of This Contract. Final Payment Under This Contractshallbe Withheld Until Evidence Of The Extended Reporting Endorsement Is Provided To Thecontracting Officer. (e)the Policies Evidencing Requiredinsuranceshallalso Contain An Endorsement To The Effect That Any Cancellation Or Material Change Adversely Affecting The Government’s Interestshallnot Be Effective Until 30 Days After The Insurer Or The Contractor Gives Written Notice To Thecontracting Officer. If, During The Performance Period Of The Contract The Contractor Changesinsuranceproviders, The Contractormustprovide Evidence That The Government Will Be Indemnified To The Limits Specified In Paragraph (a) Of This Clause, For The Entire Period Of The Contract, Either Under The New Policy, Or A Combination Of Old And New Policies. (f)the Contractorshallinsert The Substance Of This Clause, Including This Paragraph (f), In All Subcontracts Under This Contract For Health Care Services Andshallrequire Such Subcontractors To Provide Evidence Of And Maintaininsurancein Accordance With Paragraph (a) Of This Clause. At Least 5 Days Before The Commencement Of Work By Any Subcontractor, The Contractorshallfurnish To Thecontracting Officerevidence Of Suchinsurance. department Of Health And Human Services Acquisition Regulation (hhsar) (48 Cfr Chapter 3) Clauses: 352.239-73, Electronic And Information Technology Accessibility Notice (dec 2015), 352.239-74, Electronic And Information Technology Accessibility (dec 2015), 352.237-70, Pro-children Act. (dec 2015) (a)public Law 103-227, Title X, Part C, Also Known As The Pro-children Act Of 1994 (act), 20 U.s.c. 7183, Imposes Restrictions On Smoking In Facilities Where Certain Federally Funded Children's Services Are Provided. The Act Prohibits Smoking Within Any Indoor Facility (or Portion Thereof), Whether Owned, Leased, Or Contracted For, That Is Used For The Routine Or Regular Provision Of: (i) Kindergarten, Elementary, Or Secondary Education Or Library Services Or (ii) Health Or Day Care Services That Are Provided To Children Under The Age Of 18. The Statutory Prohibition Also Applies To Indoor Facilities That Are Constructed, Operated, Or Maintained With Federal Funds. (b) By Acceptance Of This Contract Or Order, The Contractor Agrees To Comply With The Requirements Of The Act. The Act Also Applies To All Subcontracts Awarded Under This Contract For The Specified Children's Services. Accordingly, The Contractor Shall Ensure That Each Of Its Employees, And Any Subcontractor Staff, Is Made Aware Of, Understands, And Complies With The Provisions Of The Act. Failure To Comply With The Act May Result In The Imposition Of A Civil Monetary Penalty In An Amount Not To Exceed $1,000 For Each Violation And/or The Imposition Of An Administrative Compliance Order On The Responsible Entity. Each Day A Violation Continues Constitutes A Separate Violation. 352.237-71 Crime Control Act Of 1990-reporting Of Child Abuse (dec 2015) (a)public Law 101-647, Also Known As The Crime Control Act Of 1990 (act), Imposes Responsibilities On Certain Individuals Who, While Engaged In A Professional Capacity Or Activity, As Defined In The Act, On Federal Land Or In A Federally-operated (or Contracted) Facility, Learn Of Facts That Give The Individual Reason To Suspect That A Child Has Suffered An Incident Of Child Abuse. (b) The Act Designates "covered Professionals" As Those Persons Engaged In Professions And Activities In Eight Different Categories Including, But Not Limited To, Teachers, Social Workers, Physicians, Dentists, Medical Residents Or Interns, Hospital Personnel And Administrators, Nurses, Health Care Practitioners, Chiropractors, Osteopaths, Pharmacists, Optometrists, Podiatrists, Emergency Medical Technicians, Ambulance Drivers, Alcohol Or Drug Treatment Personnel, Psychologists, Psychiatrists, Mental Health Professionals, Child Care Workers And Administrators, And Commercial Film And Photo Processors. The Act Defines The Term "child Abuse' As The Physical Or Mental Injury, Sexual Abuse Or Exploitation, Or Negligent Treatment Of A Child. (c) Accordingly, Any Person Engaged In A Covered Profession Or Activity Under An Hhs Contract Or Subcontract, Regardless Of The Purpose Of The Contract Or Subcontract, Shall Immediately Report A Suspected Child Abuse Incident In Accordance With The Provisions Of The Act. If A Child Is Suspected Of Being Harmed, The Appropriate State Child Abuse Hotline, Local Child Protective Services (cps), Or Law Enforcement Agency Shall Be Contacted. For More Information About Where And How To File A Report, The Childhelp Usa, National Child Abuse Hotline (1-800-4-a-child) Shall Be Called. Any Covered Professional Failing To Make A Timely Report Of Such Incident Shall Be Guilty Of A Class B Misdemeanor. (d) By Acceptance Of This Contract Or Order, The Contractor Agrees To Comply With The Requirements Of The Act. The Act Also Applies To All Applicable Subcontracts Awarded Under This Contract. Accordingly, The Contractor Shall Ensure That Each Of Its Employees, And Any Subcontractor Staff, Is Made Aware Of, Understands, And Complies With The Provisions Of The Act. 352.237-72 Crime Control Act Of 1990-requirement For Background Checks (dec 2015) (a) Public Law 101-647, Also Known As The Crime Control Act Of 1990 (act), Requires That All Individuals Involved With The Provision Of Child Care Services To Children Under The Age Of 18 Undergo A Criminal Background Check. "child Care Services" Include, But Are Not Limited To, Social Services, Health And Mental Health Care, Child (day) Care, Education (whether Or Not Directly Involved In Teaching), And Rehabilitative Programs. Any Conviction For A Sex Crime, An Offense Involving A Child Victim, Or A Drug Felony, May Be Grounds For Denying Employment Or For Dismissal Of An Employee Providing Any Of The Services Listed Above. (b) The Contracting Officer Will Provide The Necessary Information To The Contractor Regarding The Process For Obtaining The Background Check. The Contractor May Hire A Staff Person Provisionally Prior To The Completion Of A Background Check, If At All Times Prior To The Receipt Of The Background Check During Which Children Are In The Care Of The Newly-hired Person, The Person Is Within The Sight And Under The Supervision Of A Previously Investigated Staff Person. (c) By Acceptance Of This Contract Or Order, The Contractor Agrees To Comply With The Requirements Of The Act. The Act Also Applies To All Applicable Subcontracts Awarded Under This Contract. Accordingly, The Contractor Shall Ensure That Each Of Its Employees, And Any Subcontractor Staff, Is Made Aware Of, Understands, And Complies With The Provisions Of The Act. 352.237-75 Key Personnel (dec 2015) The Key Personnel Specified In This Contract Are Considered To Be Essential To Work Performance. At Least 30 Days Prior To The Contractor Voluntarily Diverting Any Of The Specified Individuals To Other Programs Or Contracts The Contractor Shall Notify The Contracting Officer And Shall Submit A Justification For The Diversion Or Replacement And A Request To Replace The Individual. The Request Must Identify The Proposed Replacement And Provide An Explanation Of How The Replacement's Skills, Experience, And Credentials Meet Or Exceed The Requirements Of The Contract (including, When Applicable, Human Subjects Testing Requirements). If The Employee Of The Contractor Is Terminated For Cause Or Separates From The Contractor Voluntarily With Less Than Thirty Days’ Notice, The Contractor Shall Provide The Maximum Notice Practicable Under The Circumstances. The Contractor Shall Not Divert, Replace, Or Announce Any Such Change To Key Personnel Without The Written Consent Of The Contracting Officer. The Contract Will Be Modified To Add Or Delete Key Personnel As Necessary To Reflect The Agreement Of The Parties. Health Insurance Portability And Accountability Act (hipaa) The Indian Health Service (ihs) Is Required To Comply With Hipaa In The Provision Of Health Care To Ihs Patients. Hipaa Was Implemented By The U.s. Department Of Health And Human Services, Office Of Civil Rights, Under The Code Of Federal Regulations, Part 160 And 164. Accordingly, All Health Care Providers, Including Contracted Health Care Providers Are Required To Comply With Hipaa Requirements (full Text Will Be Furnished Upon Request). far 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 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 Asolicitation Provision May Be Accessed Electronically At This Address: Http://www.acquisition.gov. 52.204-7, System For Award Management (oct 2018) 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) health Insurance Portability And Accountability Act (hipaa) The Indian Health Service (ihs) Is Required To Comply With Hipaa In The Provision Of Health Care To Ihs Patients. Hipaa Was Implemented By The U.s. Department Of Health And Human Services, Office Of Civil Rights, Under The Code Of Federal Regulations, Part 160 And 164. Accordingly, All Health Care Providers, Including Contracted Health Care Providers Are Required To Comply With Hipaa Requirements (full Text Will Be Furnished Upon Request). this Requirement Is Set-aside For Indian Small Business Economic Enterprise (isbee). The Naics Code Is 621399 And The Small Business Size Standard Is $10.0 Million. attachments attachment 1 – Schedule Of Items attachment 2 – Performance Work Statement attachment 3 – Business Associate Agreement attachment 4 – Wage Determination attachment 5 – Ihs Iee Representation Form quotation Instructions: the Government Intends To Award A Contract To The Responsible Quoter Whose Quote Represents The Best Value To The Government. The Basis For Award Will Be Best Value To The Government, Considering All Evaluation Factors. The Government Will Make An Award To The Responsible Quoter, Whose Quote Is Most Advantageous To The Government, Price And Other Factors Considered. Accordingly, Since It May Be In The Best Interest Of The Government To Consider Award To Other Than The Lowest Priced Quoter Or Other Than The Highest Technically Rated Quoter, The Government Will Use A Best Value Approach. Evaluations Will Be Based Solely On The Materials Included In The Quote. Therefore, The Respondent's Initial Quote Should Contain The Best Terms. Quoters Must Include A Completed Copy Of Attachment 5 – Ihs Iee Representation Form With Each Quote. After Receipt Of Quotes, The Government Will Conduct An Evaluation. However, During The Evaluation Process, The Government May, Solely At Its Discretion, Communicate With A Quoter For Clarification Purposes. At Any Time Prior To Award, Including Upon Receipt Of Quotes, The Government May Exclude A Quote From Further Consideration For Any Material Failure To Follow Instructions. evaluation Factor 1: Price. respondent Shall Remit A Copy Of Attachment 1. Price Quotation Shall Include All Necessary Supervision, Management, Labor, Transportation, Equipment, Materials, Shipping, Any Other Incidental Costs, Overhead And Profit. evaluation Factor 2: Demonstrated Prior Experience the Government Will Assess Its Level Of Confidence That The Contractor Will Successfully Perform The Requirements based On The Quoter's Relevant Demonstrated Prior Experience Providing Nutritionist Services In A Clinical Setting. This Evaluation Of This Factor Is Based On The Demonstrated Prior Experience Presented By The Quoter, And How Closely It Aligns With The Scope Of Work Detailed In Attachment 2. quoters Are Requested To Provide/reference Up To Three (3) Recent Examples Of Demonstrated Prior Experience In Their Submission With Accurate And Up To Date Contact Information For The Respective Customers. Quoters Are Encouraged To Submit Experience Performed As A Prime, Through Teaming Agreements, Or As The Sole Sub-contractor On The Relevant Projects. Depending On The Circumstances, More Weight May Be Given To Experience Serving As The Prime Contractor. evaluation Factor 3: Past Performance the Government Will Assess Its Level Of Confidence That The Contractor Will Successfully Perform The Requirements Based On The Quoter's Past Performance. in Addition To Any Information Provided By The References Submitted By The Quoter Under Evaluation Factor 2, Past Performance Information Based On The Government’s Knowledge Of And Previous Experience With The Quoter, Or Another Reasonable Basis, May Be Considered When Evaluating The Quoter’s Past Performance. Quoters Without A Record Of Relevant Past Performance Will Be Assigned A Neutral Rating On This Evaluation Factor. evaluation Process all Quotes Shall Be Evaluated By The Government In Accordance With The Factors And Criteria Established Above. The Government Will Conduct A Comparative Evaluation To Select The Contractor That Is Best Suited And Provides Best Value, Considering The Evaluation Factors In This Solicitation. The Government Reserves The Right Not To Make An Award As A Result Of This Solicitation, If In The Opinion Of The Government, None Of The Submissions Would Provide Satisfactory Performance At A Cost That Is Considered Fair And Reasonable And/or Economically Feasible. a Written Notice Of Award Or Acceptance Of A Quote, Mailed Or Otherwise Furnished To The Successful Quoter Within The Time For Acceptance Specified In The Quote, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Quote’s Specified Expiration Time, The Government May Accept A Quote, Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. award Will Be Made To The Responsible Respondent Pursuant To Far Subpart 9.1. Quotes Are Due By January 28, 2024 At 5:00 Pm Pst By Email To Jacob.blalock@ihs.gov And Poraoacquisition@ihs.gov. E-mail Subject Line Shall Include The Solicitation Number “75h71325q00002/vendor Name”. For Information Regarding This Solicitation, Contact Jacob Blalock By Email At Jacob.blalock@ihs.gov And Copy Poraoacquisition@ihs.gov. Questions By Telephone Will Not Be Considered.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services Description This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. This Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02, Effective 01/03/2025. This Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business (sdvosb). This Is A Firm Fixed Price Contract. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance With A Small Business Size Standard Of $34.0 Million. The Fsc/psc Is J065 Maintenance, Repair, And Rebuilding Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies The Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. Price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation . Statement Of Work 1. Contract Title: Candela Vbeam Perfecta Preventative Maintenance And Corrective Maintenance 2. Backround / Scope: The Contractor Shall Provide All Necessary Labor, Materials, Supplies, Parts, Software (needed For The General Operation Of The Equipment), Tools, Equipment, Travel, Transportation Expenses, And Other Related Costs To Provide Preventive Maintenance Inspection (pmi) And Corrective Maintenance Services On The Selected Government-owned Candela Vbeam Perfecta Unit At The Participating Facility Listed Herein At The Greater Los Angeles Va Healthcare System. Candela Laser Model# Vbeam Perfecta S/n 9914-0300-1115 Ee# 129137 Bldg. 500 Room 1672 Dermatology It Is The Intent Of The Government To Enter Into A Single Award Contract For Pmi Services On The Candela Vbeam Perfecta Equipment In Accordance With The Terms And Conditions Contained Herein. The Contract Period Shall Be For One (1) Base Year With The Government Having The Option To Exercise Four (4) - One-year Options. 3. General Requirement: All Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Replacement Of Defective Parts, Etc. The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. 4. Participating Facility: Va Greater Los Angeles Healthcare System 11301 Wilshire Blvd. Los Angeles, Ca 90073 5. Hours Of Work: This Contract Is A Full-service Contract To Include Dispatch And Technical Support Five (5) Days Per Week, Monday Through Friday, 8:30am-5:00pm Local Time Excluding National Holidays. On-site Service Shall Be Included Five (5) Days Per Week, Monday Through Friday, 8:30am- 5:00pm Local Time, Excluding National Holidays. On-call Emergency Telephone Support Service Should Be Included Weeknights After 5:00pm Et, National Holidays, And Weekends. Any Service Performed During Other Than Normal Work Hours Must Have Prior Approval And Coordinated With The Poc And Co. National Holidays: New Year S Day January 01 Martin Luther King S Birthday Third Monday In January President S Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19 Independence Day July 04 Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11 Thanksgiving Day Fourth Thursday In November Christmas Eve December 24 Christmas Day December 25 If The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. 6. Intervening Service Call: When Repairs Are Needed Between Regular Scheduled Pmi, Such Repairs Are Rendered As Directed Only By The Poc Or The Contracting Officer (co). These Repairs Shall Be Verbally Directed To The Contractor S Employees, Requested In Writing, Be Transmitted Electronically, By Telephone, Or Any Manner Consistent With Accepted Commercial Business Practices. When Intervening Service Is Required, Contractor Shall Respond Within 24 Hours And Be On-site Within 48 Hours. Any Alternate, On-site Response Time Will Require Approval From The Poc Or Site Designee. 7. Overtime & Holiday Pay: Any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein. 8. Qualification: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacture S Pmi/ Repair Procedures. Fully Qualified Is Defined As Factory-trained Or Equivalent* And Experienced To Work On The Equipment Assigned. 9. Contractor Specific Tasks: A. Preventive Maintenance: I. Contractor Shall Conduct Preventive Maintenance Inspections (pmi). On-site Pmi Shall Be Performed Once Per Calendar Year By A Manufacturer-certified Vendor In Accordance With The Equipment Manufacturer During The Life Of The Contract. All Equipment Must Also Be Maintained In Such A Condition That Will Satisfy The Requirements Of The Joint Commission. The Contractor May Request A Copy Of The Joint Commission Standards From The Poc. Ii. Pmi Must Be Scheduled At Least Three (3) Days In Advance With The Poc. Iii. The Contractor Shall Provide All Necessary Labor, Travel Expenses, And Parts At No Expense To The Government. Iv. The Contractor Shall Provide Performance Related Equipment Enhancements And Updates That Can Be Installed In The Field To The Equipment Listed Above. V. The Contractor Shall Provide Service Reports To The Poc To Note All Service, Repair, And Maintenance Activities. The Report Must Be Legible And Signed By The Poc After The Contractor Has Demonstrated To The Poc And The Equipment User That The Equipment Is In Proper Operating Condition And Meets The Manufacturer S Specifications. The Report At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, Detailed Description Of All Services Performed On The Equipment (model Number And Location Included), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment. B. Corrective Maintenance: I. Contractor Shall Conduct Corrective Maintenance Or Repair Services As Required By The Government. All Equipment Must Also Be Maintained In Such A Condition That Will Satisfy The Requirements Of The Joint Commission. The Contractor May Request A Copy Of The Joint Commission Standards From The Poc. Ii. The Contractor Shall Respond Within 24 Hours Of Notification Of Needed Service And Repairs. Iii. If On-site Repair Is Required, The Contractor Shall Be On-site Within 48 Hours Of Response To Customer, Unless Otherwise Specified By The Customer. Iv. Contractor Shall Provide All Necessary Labor, Travel Expenses, And Parts At No Expense To The Government. V. The Contractor Shall Provide Service Reports To The Poc To Note All Service, Repair, And Maintenance Activities. The Report Must Be Legible And Signed By The Poc After The Contractor Has Demonstrated To The Poc And The Equipment User That The Equipment Is In Proper Operating Condition And Meets The Manufacturer S Specifications. The Report At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, Detailed Description Of All Services Performed On The Equipment (model Number And Location Included), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment. 10. Parts: Only Standard New Or Like-new Parts Shall Be Furnished By The Contractor. All Parts Shall Be Of Current Manufacture And Shall Have Versatility With Presently Installed Equipment. All Major Components And Parts Furnished Shall Carry The Manufacturers Standard Commercial Warranty. All Newly Installed Parts Will Become Property Of The Government. Replaced Parts Are To Be Disposed By The Contractor After Approval Of Poc. All Worn Or Defective Parts Are To Be Replaced At No Cost To The Government. Operating And Consumable Supplies Are Not Included In This Contract. Contractor Will Provide Replacement Parts Within 1 Business Day Of Notification From Poc Or Co. The Veterans Affairs Healthcare Facility Shall Not Furnish Parts, Service Manuals And/or Test Equipment For The Performance Of This Contract. It Is The Responsibility Of The Contractor To Bring The Appropriate Equipment And /or Supplies Necessary To Complete The Work As Required. 11. Reporting: The Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Poc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee#), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. 12. General Information: Contractor S Program Manager: The Contractor Shall Provide A Program Manager Who Shall Be Responsible For Managing The Performance Of Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Matters Relating To Daily Operations Of This Contract. Contractor Employees: The Contractor Shall Not Employ Any Person For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, And General Well-being Of The Public. Both The Check-in And Check-out Procedures For All Va Stations Are Mandatory And Shall Be Strictly Enforced. Parking: It Is The Responsibility Of Contractor Personnel To Park Only In Designated Parking Areas. Not Every Visn 22 Facility To Be Serviced Under This Contract Will Have On-site Parking Available For Contractor Personnel. The Contractor Shall Make Alternate Arrangements For Its Personnel To Park Off- Site If Motor Vehicles Are Required To Access Those Facilities. Parking Information Is Available From The Va Police & Security Service Office. The Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor's Personnel Under Any Circumstances. The Contractor Assumes Full Responsibility For Any Parking Violations. Smoking: Smoking Is Prohibited On Va Property, Items To Include: Cigarettes, Cigars. Pipes, Any Other Combustion Of Tobacco, Or Non-federal Drug Administration (fda) Approved Electronic Nicotine Delivery Systems (ends), Electronic/e-cigarettes, Vape Pens, Or E-cigars. 13. Security: The C&a Requirement Do Not Apply, And The Security Accreditation Package Is Not Required. This Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. 14. Invoicing & Payment: Invoicing & Payment: 14.1 The Contractor Shall Submit A Monthly Invoice That Will Be Paid In Arears. 14.2 The Contractor Shall Submit In Arrears A Properly Completed Itemized Invoice In Commercial Items Via Tungsten Network: Http://www.tungsten-network.com/customer-campaigns/veterans-affairs/ No Advance Payments Shall Be Authorized. Payment Shall Be Made Monthly For Services Provided During The Billing Month In Arrears In Accordance With Far 52.212-4, Para. (i). Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract. 15. Delivery Schedule: Base Plus Four (4) Option Years To Follow. 16. Insurance Coverage: The Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers Compensation And Employee S Public Liability Insurance In Accordance With Federal And State Of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May Be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. The Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In The Performance Of This Contract. Before Commencing Work Under This Contract, The Contracting Officer Shall Require The Contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage Specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May Not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. Contractor Is Required To Provide Copies Of Proof Of Workers Compensation And Employee Public Liability Insurance Within Fifteen (15) Calendar Days After Notification Of Contract Award. All Interested Companies Shall Provide Quotations For The Following: **price/cost Schedule Base Year Line Item Description Quantity Unit Of Measure Unit Price Total Price 0001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year One (1) Line Item Description Quantity Unit Of Measure Unit Price Total Price 1001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Two (2) Line Item Description Quantity Unit Of Measure Unit Price Total Price 2001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Three (3) Line Item Description Quantity Unit Of Measure Unit Price Total Price 3001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Four (4) Line Item Description Quantity Unit Of Measure Unit Price Total Price 4001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # **please Use The Format Above For Pricing** The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.htm. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Far 52.212-3, Offerors Representations And Certifications- Commercial Products And Commercial Services Addendum To 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) Far 52.204-1, System For Award Management (nov 2024) Far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) Far 52.204-20, Predecessor Of Offeror (aug 2020) Far 52.217-5, Evaluation Of Options (jul 1990) (end Of Addendum To 52.212-1) Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) Addendum To Far 52.212-4, Contract Terms And Conditions- Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.252-2, Clauses Incorporated By Reference (feb 1998) Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) Far 52.204-13, System For Award Management Maintenance (oct 2018) Far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) Far 52.217-8, Option To Extend Services (nov 1999) Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000) Vaar 852.203-70, Commercial Advertising (may 2018) Vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) Vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) Vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) (end Of Addendum To 52.212-4) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025) The Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), 18(i), (23), (25), (26)(i), (33), (34)(i), (36), (39)(i), (46), (51), (55), (59), (c)(5) All Quoters Shall Submit The Following In Accordance With Far 52.212-1, Attachment 1, Instructions To Offerors- Commercial Products And Commercial Services (sept 2023 . All Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Loan Dho At Loan.dho@va.gov. Award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Decision Factors To Be Considered Are Technical Capability, Past Performance, And Cost Schedule (see Attachment 2), Addendum To Far 52.212-2, Evaluation- Commercial Products And Commercial Services . Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. This Contract/ Purchase Order Will Consist Of An Estimated Base Plus Four (4) Option Year Period Of Performance: 03/01/2025 02/28/2030. The Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. Responses Should Contain Your Best Terms, Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. Questions Should Be Submitted No Later Than January 23rd, 2025 At 14:00 Pacific Standard Time To Loan Dho At Loan.dho@va.gov. All Responses To Questions Will Be Posted Via Amendment On Sam.gov On Or About January 24th, 2025. Submission Of Your Response Shall Be Received No Later Than January 30th 2025 At 14:00 Pacific Standard Time At Loan.dho@va.gov. Subject Line Shall Include: "response To Rfq 36c26225q0342" For Consideration. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Point Of Contact Contract Specialist Loan Dho Loan.dho@va.gov Attachment One: Far 52.212-1 Addendum Instructions To Offerors Attachment Two: Far 52.212-2 Evaluation Attachment Three: Vaar 852.219-73 Notice Of Total Set-aside For Certified Sdvosb Attachment Four: Var 852.219-75 Sdvosb Certification

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Details: This Is Not A Solicitation. This Is A Sources Sought Notice Only And Is Issued To Conduct Market Research And Gain Knowledge Of Current Market Capabilities. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Notice Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation Or A Guarantee To Issue A Solicitation In The Future. This Notice Does Not Commit The Government To Contract For Any Supply Or Service. All Information Submitted In Response To This Announcement Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation, If Issued. This Announcement Is Based On The Best Information Available At This Time And Is Subject To Future Amendment. the Department Of Veterans Affairs, Network Contracting Office 4, Is Conducting A Market Survey To Identify Potential Sources To Perform A Firm Fixed Price Contract For Procurement Of Scrub Dispensing Machines For The Lebanon Va Medical Center, 1700 S. Lincoln Ave., Lebanon, Pa 17042: draft Requirements Description (not Comprehensive) the Lebanon Va Medical Center Is Seeking To Procure A Contract For Scrub Dispensing Machines To Cover A Five-year Period. description the Lebanon Veterans Affairs Medical Center (lvamc), Located At 1400 S. Lincoln Avenue, Lebanon, Pa 17042, Has A Requirement For A Firm Fixed Price Five-year Idiq Requirements Contract For Automated Scrub Dispensing Machines. the Contractor Shall Provide All Resources Necessary To Install And Maintain Four Automated Scrub Dispensing Machines, Eight Automated Return Units, And All Scrub Rentals To Include A Loss/replacement Program, Laundering, And Restocking Of The Dispensers. The Automated Dispensing Machines And Automated Return Units Shall Be Located Throughout The Lvamc. the Contractor Shall Provide All Labor, Equipment, Tools, Materials, Supervision, And Technical Expertise Necessary To Maintain A Properly Managed Automated Dispensing And Scrub Rental Program. place Of Performance: department Of Veterans Affairs lebanon Va Medical Center 1700 South Lincoln Ave lebanon, Pa 17042 anticipated Period Of Performance: year 1 - 05/10/2025 Through 05/09/2026 year 2 - 05/10/2026 Through 05/09/2027 year 3 - 05/10/2027 Through 05/09/2028 year 4 - 05/10/2028 Through 05/09/2029 year 5 - 05/10/2029 Through 05/09/2030 scope Of Work: contractor Shall Provide The Lebanon Va Medical Center With Surgical Scrub Services. All Personnel, Equipment, Tools, Materials, Supervision Shall Be Provided By The Contractor. Contractor Shall Provide, Install, And Maintain Four Automated Scrub Dispensing Machines, Eight Automated Return Units, Along With All Scrub Rentals To Include An Auto-loss Replacement Program, Laundering And Restocking The Dispensers. The Contractor Shall Furnish Everything Needed To Perform This Contract According To All Its Terms. all Automated Dispensing And Return Units Shall Adhere To The Provided Size Restraints Annotated Herein, And All Scrubs Shall Be Laundered, Folded And Tracked In Accordance With This Statement Of Work. performance Requirements the Contractor Shall Provide, Install, And Maintain To Ensure Proper Operations Of: 4 Automated Scrub Dispensers: dispenser #1 Shall Fit Into The Dimensions Of 93 H X 158 W X 34 D dispenser #2 Shall Fit Into The Dimensions Of 108 H X 158 W X 34 D dispenser #3 Shall Fit Into The Dimensions Of 100 H X 79 W X 30 D dispenser #4 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D 8 Automated Scrub Return Units: return Unit #1 Shall Fit Into The Dimensions Of 94 H X 106 W X 30 D return Unit #2 Shall Fit Into The Dimensions Of 96 H X 95.5 W X 29 D return Unit #3 Shall Fit Into The Dimensions Of 109 H X 37 W X 24 D return Unit #4 Shall Fit Into The Dimensions Of 108 H X 60 W X 33 D return Unit #5 Shall Fit Into The Dimensions Of 100 H X 40 W X 25 D return Unit #6 Shall Fit Into The Dimensions Of 100 H X 40 W X 25 D return Unit #7 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D return Unit #8 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D the Contractor Shall Provide, Stock, Collect, Transport, Hygienically Launder, Fold, Individually Package In Poly Wrap, And Maintain Stock Of Contractor-owned Scrubs Of Various Sizes With Estimated: minimum Annual Order Of 300,000 Scrubs maximum Annual Order Of 800,000 Scrubs the Contractor Shall Have The Ability To Track Weekly Use Of Garments Via An Electronic Monitoring System And Provide A Report Of Items Serviced Upon Request. The Contractor Shall Provide A Rental Program For Scrub Pants, Shirts And Jackets And Provide The Lvamc With An Auto-loss Replacement Policy To Replace Any Scrubs That May Become Damaged Or Deemed No Longer Usable. detailed Performance Requirements automated Scrub Dispensers contractor Shall Deliver All Automated Scrub Dispensers To Proper Locations, Install, Program, Stock And Insure Proper Operations Of Every System. the Dispensing Machine Units Shall Be Provided By The Contractor On A Rental Basis For As Long As The Contract Is In Place. The Machines Shall Be Installed, Serviced, And Maintained By The Contractor As Well As Be Fully Functional. If A Machine Has Any Technical Difficulties And/or Malfunctions, The Contractor Shall Make Every Effort To Properly Resolve The Issue By Coming On Site As Needed, As Well As Maintaining Open Communication With The Program Point Of Contact (poc) During This Process. The Contractor May Leave A Key To The Dispensing Machines With The Poc In Case Of A Malfunction, Requiring Them To Be Opened For Simple Fixes. contractor Shall Gather Usage Data Through Input Collected At Each Station. The Collected Data Will Not Require Any Medical Staff Phi/pii Information. Contractor Shall Have No Need To Connect To The Lvamc Network. At No Time Will Patient Or Employee Information Be Shared With The Contractor. contractor Shall Train All Necessary Staff On How To Properly Use The Dispenser/return Units. dispenser Locations: Dispenser #1 Shall Be Housed Within Building 1 Sterile Processing Service Department Dispenser #2 Shall Be Housed Within Building 101 Operating Room Dispenser #3 Shall Be Housed Within Building 17, 5th Floor, Dental Dispenser #4 Shall Be Housed Within Building 101, Room 140 automated Scrub Returns contractor Shall Deliver All Automated Scrub Returns To Proper Locations, Install, Program, Stock And Insure Proper Operations Of Every System. the Return Machine Units Shall Be Provided By The Contractor On A Rental Basis For As Long As The contract Is In Place. The Machines Shall Be Installed, Serviced, And Maintained By The Contractor As Well As Be Fully Functional. If A Machine Has Any Technical Difficulties And/or Malfunctions, The Contractor Shall Make Every Effort To Properly Resolve The Issue By Coming On Site As Needed, As Well As Maintaining Open Communication With The Poc During This Process. The Contractor May Leave A Key To The Return Machines With The Poc In Case Of A Malfunction And The Machine Would Need To Be Opened For Simple Fixes. contractor Shall Gather Usage Data Thru Input Collected At Each Station. The Collected Data Will Not Require Any Medical Staff Phi/pii Information. Contractor Shall Have No Need To Connect To The Lvamc Network. At No Time Will Patient Or Employee Information Be Shared With The Contractor. contractor Shall Train All Necessary Staff On How To Properly Use The Return Units. return Locations: Return Unit #1 And #2 Shall Be Housed Within Building 1 Sterile Processing Service Department Return Unit #3 Shall Be Housed Within Building 101 Operating Room Locker Room #1 Return Unit #4 Shall Be Housed Within Building 101 Operating Room Locker Room #2 Return Unit #5 Shall Be Housed Within Building 17, 5th Floor, Dental Lab Return Unit #6 Shall Be Housed Within Building 17, 5th Floor, Dental Lab Return Unit #7 Shall Be Housed Within Building 101, Room 140 Return Unit #8 Shall Be Housed Within Building 101, Room 140 scrubs the Contractor Shall Be Capable Of Providing Hygienically Clean Scrubs Individually Folded And In Individually Poly-wrapped Packages. The Contractor Shall Have A Management System That Uses Barcoded Garments To Determine Lifecycle Of The Garments For Replacement And Be Capable Of Delivering Disinfected, Sterilized, And Cleaned Scrubs Within 24 Hours To The Facility. contractor Shall Barcode Each Item To Maintain Precise Management Of Rental Garments In Accordance With Contractor S Regular Business Practices. Contractor Shall Sort And Stock/restock Clean Scrubs Into Dispensing Machines In Designated Areas Of The Medical Center. Contractor Shall Empty Out Soiled Items From The Return Units Located In Designated Areas Of The Medical Center. Contractor Shall Launder Scrubs To Infection Control Standards As Well As The Removal Of Foreign Material (e.g., Soil, And Organic Material) From Scrub Supply Using High-level Disinfection And Sterilization Process. Contractor Shall Also Provide Cleaned Scrubs With No Stained, Marked, Tinted, Or Any Other Foreign Material That Did Not Come With The Original Fabric Of The Surgical Scrubs. All Scrubs Shall Be Cleaned Within Hohenstein And Cdc Approved Standards. each Item Shall Be Individually Folded And Individually Poly-wrapped Prior To Delivery. Each Item Shall Be Loaded Individually As To Allow For Mix Matching Of Sizes To Be Dispersed As Needed. contractor Shall Track The Weekly Use Of Garments And Provide A Report Of What Items Have Been Serviced To The Poc Upon Request. contractor Shall Have The Ability To Custom Tailor Garments To Fit Staffing Sizing Needs And requirements. Each Dispenser Is To Stock Complete Sizes Of Scrub Sets, I.e. Extra Small, Small, Medium, Large, Extra-large, 2 Extra-large, 3 Extra-large, 4 Extra-large Etc. Request For More Or Less Of Certain Sizes Due To Employee Needs And/or New Sizes Of Scrubs, Due To Change Of Employees, Shall Be Communicated On A Written Request Through The Poc. Contractor Shall Fill The Dispensers To Their Full Capacity On Each Visit. Sizes For Each Dispenser Shall Be Adjusted Based On The Average Weekly Demand History After The Contract Is Awarded. The Contractor Shall Establish, Track, And Modify Distribution Based On Demand History. the Contractor Shall Provide All Personnel, Rental Equipment, Tools, Materials, Supervision, Other Items And Services Necessary To Manage The Required Garments For Pick-up Three Times Per Week (mondays, Wednesdays And Fridays), Cleaning, Drop-off Three Times Per Week (mondays, Wednesdays And Fridays) And Restocking Of Cotton/polyester Blend Scrub Uniforms/scrub Jackets For The Lebanon Va Medical Center As Defined In This Statement Of Work. the Following Scrub Colors Shall Be Available And Decided Upon Award Of Contract: ceil Blue royal Blue navy steel Grey teal black forecasted Demand Per Dispenser By Size: regular Sizes 4-xl-5% 3-xl-5% 2-xl 10% xl-25% large 25% medium 10% small-5% extra Small-5% hours Of Operation the Contractor Shall Perform The Tasks As Required By The Sow Under This Contract During The Following Hours: Monday, Wednesday, And Friday Between 6:00am, Et, And 2:30pm, Et, Unless Other Time Is Specified. holidays: Delivery Of Scrubs Shall Not Occur On Federal Holidays. Should A Delivery Be Regularly Scheduled On A Holiday, The Delivery Shall Occur On The Workday Prior To The Holiday. The Observed Federal Government Holidays Are: New Year S Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, veterans Day, Thanksgiving Day, And Christmas Day. When Such Holiday Falls On First Non-workday, The Preceding Workday Shall Be Considered A Holiday. When Such Holiday Falls On The Second Non-workday, The Next Workday Shall Be Considered A Holiday. a Special Event Or Adjusted Work Hours: If Circumstances Should Arise Wherein The Contractor Desires A Different Work Schedule As Required, The Contractor Shall Request This In Writing. Submit A Written Request To The Government Poc A Minimum Of 72 Hours Before The Requested Adjusted Work Schedule, To Include Inclement Weather. general Information quality Control the Contractor Shall Monitor Its Employees' Performance And Based Upon The Results Of Such monitoring, Shall Establish Performance Improvement Activities To Assure Employee Efficiency And Knowledge Meets Standards. Contractor Shall Ensure Employees Are Performing Their Duties In A Manner Consistent With All Federal, State, And Local Rules And Regulations As Set Forth By Applicable Regulatory Agencies And This Contractual Agreement. quality Assurance if The Government Performs Inspections Or Tests On The Premises Of The Contractor, The contractor Shall Furnish, Without Additional Charge, All Reasonable Facilities And Assistance For the Safe And Convenient Performance Of These Duties. infection Control all Laundering Employees, Including Truck Drivers, Shall Be Educated As Well As Practice Proper hand-washing Techniques And Shall Also Participate In Educational Programs To Learn About Blood Borne-pathogen Management And The Use Of Personal Protective Equipment (ppe). Care Shall Be Taken To Contain Pathogens During Transport (separation Of Clean From Soiled), Efforts To Avoid Cross Contamination Between Soiled And Clean Items And Use Of A Consistent Thorough Wash Process. A Quality Assurance Program Shall Be Used To Ensure Life Of Textile Is Not Exceeded Per Manufacture Recommendations. Transportation Of Any Scrubs Shall Be Covered With Heavy Plastic Prior To Leaving The Plant To Avoid Any Pathogen Contamination And Handled In Accordance With Industry Best Practice To Ensure That They Remain Hygienically Clean. This Includes The Use Of A Truck Dedicated To Healthcare Transport And Proper Use Of Personal Protective Equipment (ppe). inspections the Government, At All Reasonable Times, Shall Have Access And Permission To Inspect The Delivery Truck And Carts. contractor Staff Information the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person, And An Alternate Or Alternates, Who Shall Act For The Contractor When The Manager Is Absent, Shall Be Designated In Writing To The Contracting Officer. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager And Alternate Or Alternates Shall Be Able To Read, Write, Speak, And Understand The English Language. uniforms all Employees Shall Wear Contractor Provided Uniforms (contractor Code Of Dress), Which Include Pants, Shirts Or Blouses, And Protective Clothing Which Are Clearly Distinguishable From Other Lvamc Uniforms Currently In Use. The Uniform Shall Be Worn As Designed By The Manufacturer. Open Toe Shoes Or Sandals Shall Not Be Worn. A Basic Leather Shoe Covering The Entire Foot Is Recommended. All Personnel Shall Display Identification Badges On Their Uniforms, Which Will Show The Employee S Last Name And The Contractor S Full Name. personal Hygiene contractor S Personnel Shall Be Clean, Bathe Daily (including Hair), And Wear A Clean Uniform Daily. Fingernails Shall Be Clean And Free Of Dirt. Hair Shall Be Neatly Trimmed And Combed. security Requirements the Contractor S Employees Shall Wear Visible Identification At All Times While On The Premises. It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. The Department Of Veterans Affairs Shall Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited On Va Grounds. Possession Of Weapons Is Prohibited. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. All Contractor Employees Performing Tasks Related To This Sow, While On Lvamc Property, Shall Have Proper Valid Identification. All Applicable Background Checks Shall Be Completed Before Contractor Employees May Begin Work. Badges After Security Clearances Shall Be Worn At All Times While On Va Grounds. damage extreme Caution Shall Be Exercised To Prevent Damage To The Building And Its Contents. Any Damage Shall Be Reported To The Poc Immediately For Appropriate Action. Any Damage Caused By The Contractor Shall Be Repaired And Or Replaced To The Satisfaction Of The Va At The Contractor S Expense. Damage To The Building, Its Contents Or Loss Of Government Property In Excess Of $100,000 Shall Require A Report Of Survey Or Investigation Report By The Vacc. Appropriate Government Personnel Shall Conduct The Investigation. The Responsible Party Shall Be Required To Replace And/or Submit Payment For Damage Or Loss. access (keys) if The Poc Provides Keys For Access, It Shall Be The Contractors Responsibility To Safeguard And Control Keys Provided. capabilities Statement And Documentation: companies Are Invited To Provide Their Capabilities, Experience, And Knowledge In The Provision Of Scrub Dispensing Machines. Sources Are Asked To Provide Information To Demonstrate Their Answers To The Following Items Of Information: 1. General Information About Your Company To Include: company Name: company Address: socioeconomic Status: gsa Contract Number Covering These Services And Expiration Date (if Applicable): company Unique Equity Identifier (uei): company Naics Code(s): point Of Contact Name: point Of Contact Phone Number: point Of Contact Email Address: company Website (if Available): 2. The North American Industry Classification System Code (naics) Is 812332 (industrial Launderers), And The Small Business Size Standard Is $47 Million. 3. Based On Market Response, The Following Clauses May Be Included In A Resulting Solicitation, Should One Be Issued: vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. vaar 852.219-11, Va Notice Of Total Veteran-owned Small Business Set-aside. far 52.219-6, Notice Of Total Small Business Set-aside. accordingly, Prospective Contractors Will Be Required At Time Of Solicitation Response To Certify To The Applicable Limitation On Subcontracting Requirements In 13 Cfr 125.6, With Reference To The Appropriate Set-aside. Please Include In The Response To This Sources Sought Notice Your Ability Or Inability To Certify To The Clause Applicable To Your Organization. 4. Provide A Summary Of Your Firm S Ability To Provide The Services Described In This Announcement. In Addition To A Capability Statement, Submissions Can Include Specifications, Brochures, And Manuals As Attachments. submit Responses Via Email Only To Contracting Officer Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00 Pm Est, Tuesday, January 14, 2025, With Sources Sought Number 36c24425q0186 In The Subject Line. Telephone Responses And/or Questions Shall Not Be Accepted. The Government Will Not Provide Feedback In Response To Vendor Questions About The Requirement At This Time. If You Identify Ambiguities Or Have Concerns About Anything In The Description Of The Requirement, However, Please Include Them With Your Response. Confirming Receipt Of The Response Is The Responsibility Of The Contractor. Contact The Contract Specialist If The Government Does Not Confirm Receipt Of The Sources Sought Response Within 2 Business Days. simply Responding As An Interested Party Does Not Constitute Your Company As A Source. Prospective Contractors Must Provide The Above Requested Information. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Be Published On The Sam, Nasa Sewp V Or Gsa Websites In The Near Future. Responses To This Sources Sought Notice Are Not Considered Adequate Responses To A Solicitation Announcement. All Prospective Contractors Are Required To Respond To A Solicitation Announcement In Addition To Responding To This Sources Sought Notice. prospective Contractors Are Reminded That In Accordance With Far 4.11 They Shall Be Registered In The System For Award Management (sam) Database And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of A Contract. Sam Is Located At Https://sam.gov/sam/ And Consolidated The Capabilities Of Ccr/fedreg, Orca, And Epls. There Is No Cost To Use Sam. no Solicitation Document Is Available At This Time; This Notice Is To Acquire Information Only.

INDIAN HEALTH SERVICE USA Tender

Finance And Insurance Sectors
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Rfq 75h71325q00011 Is Hereby Amended To Add Clause 52.237-7 Indemnification And Medical Liability Insurance And Attachment 6 – Qa. The Deadline For The Receipt Of Quotes Is Hereby Extended By 7 Days To January 30, 2024. 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. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation No. 75h71325q00011 Has Been Issued As A Request For Quotation For A Firm Fixed Price Commercial Services Contract For Behavioral Health Nonpersonal Services. See The Attached Performance Work Statement For A Description Of The Services To Be Provided. The Performance Period Is One Year, To Start Within 30 Days Of The Date Of Award. The Performance Period Includes A One-year Base Period, And Four (4) One-year Option Periods. The Place Of Performance Is Western Oregon Service Unit (chemawa Indian Health Center), 3750 Chemawa Road Ne, Salem, Oregon 97305. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-07 Dated 08/29/2024. The Provision At 52.212-1, Instructions To Offerors – Commercial, Applies To This Acquisition. The Provision At 52.212-2, Evaluation – Commercial Items, Applies To This Acquisition. The Following Factors Shall Be Used To Evaluate Offers: Price And Past Performance. Offerors Are Advised To Submit A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications – Commercial Items, With Its Offer. The Clause At 52.212-4, Contract Terms And Conditions – Commercial Items, Applies To This Acquisition. the Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items, Applies To This Acquisition And These Clauses: far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses 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. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Http://www.acquisition.gov. 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) 52.204-9 Personal Identity Verification Of Contractor Personnel (jan 2011) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) 52.204-13, System For Award Management Maintenance (oct 2018) 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) 52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014) 52.204-27, Prohibition On A Byte Dance Covered Application (jun 2023) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or proposed For Debarment (nov 2021) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) 52.219-28, Post-award Small Business Program Rerepresentation (feb 2024) 52.222-3, Convict Labor (june 2003) 52.222-21, Prohibition Of Segregated Facilities (apr 2015) 52.222-26, Equal Opportunity (sept 2016) 52.222-35, Equal Opportunity For Veterans (jun 2020) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) 52.222-37, Employment Reports On Veterans (jun 2020) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) 52.222-41, Service Contract Labor Standards (aug 2018) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) employee Class:social Worker 0185 monetary Wage-fringe Benefits" gs-11 $38.17 - Retirement, Paid Sick Leave, Health & Welfare, Vacation, Holidays 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) 52.222-50, Combating Trafficking In Persons (nov 2021) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2013) 52.233-3, Protest After Award (aug 1996) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) 52.239-1, Privacy Or Security Safeguards (aug 1996) far 52.204-9 Personal Identity Verification Of Contractor Personnel (jan 2011) (a)the Contractor Shall Comply With Agency Personal Identity Verification Procedures Identified In The Contract That Implement Homeland Security Presidential Directive-12 (hspd-12), Office Of Management And Budget (omb) Guidance M-05-24 And Federal Information Processing Standards Publication (fips Pub) Number 201. (b)the Contractor Shall Account For All Forms Of Government-provided Identification Issued To The Contractor Employees In Connection With Performance Under This Contract. The Contractor Shall Return Such Identification To The Issuing Agency At The Earliest Of Any Of The Following, Unless Otherwise Determined By The Government: (1)when No Longer Needed For Contract Performance. (2)upon Completion Of The Contractor Employee's Employment. (3)upon Contract Completion Or Termination. (c)the Contracting Officer May Delay Final Payment Under A Contract If The Contractor Fails To Comply With These Requirements. (d)the Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts When The Subcontractor's Employees Are Required To Have Routine Physical Access To A Federally-controlled Facility And/or Routine Access To A Federally-controlled Information System. It Shall Be The Responsibility Of The Prime Contractor To Return Such Identification To The Issuing Agency In Accordance With The Terms Set Forth In Paragraph (b) Of This Section, Unless Otherwise Approved In Writing By The Contracting Officer. 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed Five (5) Years. 52.237-7 Idemnification And Medical Liability Insurance (jan 1997) (a)it Is Expressly Agreed And Understood That This Is A Nonpersonal Services Contract, As Defined In Federalacquisitionregulation (far)37.101, Under Which The Professional Services Rendered By The Contractor Are Rendered In Its Capacity As An Independent Contractor. The Governmentmayevaluate The Quality Of Professional And Administrative Services Provided, But Retains No Control Over Professional Aspects Of The Services Rendered, Including By Example, The Contractor’s Professional Medical Judgment, Diagnosis, Or Specific Medical Treatments. The Contractorshallbe Solely Liable For And Expressly Agrees To Indemnify The Government With Respect To Any Liability Producing Acts Or Omissions By It Or By Its Employees Or Agents. The Contractorshallmaintain During The Term Of This Contract Liabilityinsuranceissued By A Responsibleinsurancecarrier Of Not Less Than The Following Amount(s) Per Specialty Per Occurrence: $1,000,000. (b)an Apparently Successfulofferor, Upon Request By Thecontracting Officer,shallfurnish Prior To Contract Award Evidence Of Its Insurability Concerning The Medical Liabilityinsurancerequired By Paragraph (a) Of This Clause. (c)liabilityinsurancemaybe On Either An Occurrences Basis Or On Aclaims-made Basis. If The Policy Is On Aclaims-made Basis, An Extended Reporting Endorsement (tail) For A Period Of Not Less Than 3 Years After The End Of The Contract Termmustalso Be Provided. (d)evidence Ofinsurancedocumenting The Required Coverage For Each Health Care Provider Who Will Perform Under This Contractshallbe Provided To Thecontracting Officerprior To The Commencement Of Services Under This Contract. If Theinsuranceis On Aclaims-made Basis And Evidence Of An Extended Reporting Endorsement Is Not Provided Prior To The Commencement Of Services, Evidence Of Such Endorsementshallbe Provided To Thecontracting Officerprior To The Expiration Of This Contract. Final Payment Under This Contractshallbe Withheld Until Evidence Of The Extended Reporting Endorsement Is Provided To Thecontracting Officer. (e)the Policies Evidencing Requiredinsuranceshallalso Contain An Endorsement To The Effect That Any Cancellation Or Material Change Adversely Affecting The Government’s Interestshallnot Be Effective Until 30 Days After The Insurer Or The Contractor Gives Written Notice To Thecontracting Officer. If, During The Performance Period Of The Contract The Contractor Changesinsuranceproviders, The Contractormustprovide Evidence That The Government Will Be Indemnified To The Limits Specified In Paragraph (a) Of This Clause, For The Entire Period Of The Contract, Either Under The New Policy, Or A Combination Of Old And New Policies. (f)the Contractorshallinsert The Substance Of This Clause, Including This Paragraph (f), In All Subcontracts Under This Contract For Health Care Services Andshallrequire Such Subcontractors To Provide Evidence Of And Maintaininsurancein Accordance With Paragraph (a) Of This Clause. At Least 5 Days Before The Commencement Of Work By Any Subcontractor, The Contractorshallfurnish To Thecontracting Officerevidence Of Suchinsurance. department Of Health And Human Services Acquisition Regulation (hhsar) (48 Cfr Chapter 3) Clauses: 352.239-73, Electronic And Information Technology Accessibility Notice (dec 2015), 352.239-74, Electronic And Information Technology Accessibility (dec 2015), 352.237-70, Pro-children Act. (dec 2015) (a)public Law 103-227, Title X, Part C, Also Known As The Pro-children Act Of 1994 (act), 20 U.s.c. 7183, Imposes Restrictions On Smoking In Facilities Where Certain Federally Funded Children's Services Are Provided. The Act Prohibits Smoking Within Any Indoor Facility (or Portion Thereof), Whether Owned, Leased, Or Contracted For, That Is Used For The Routine Or Regular Provision Of: (i) Kindergarten, Elementary, Or Secondary Education Or Library Services Or (ii) Health Or Day Care Services That Are Provided To Children Under The Age Of 18. The Statutory Prohibition Also Applies To Indoor Facilities That Are Constructed, Operated, Or Maintained With Federal Funds. (b) By Acceptance Of This Contract Or Order, The Contractor Agrees To Comply With The Requirements Of The Act. The Act Also Applies To All Subcontracts Awarded Under This Contract For The Specified Children's Services. Accordingly, The Contractor Shall Ensure That Each Of Its Employees, And Any Subcontractor Staff, Is Made Aware Of, Understands, And Complies With The Provisions Of The Act. Failure To Comply With The Act May Result In The Imposition Of A Civil Monetary Penalty In An Amount Not To Exceed $1,000 For Each Violation And/or The Imposition Of An Administrative Compliance Order On The Responsible Entity. Each Day A Violation Continues Constitutes A Separate Violation. 352.237-71 Crime Control Act Of 1990-reporting Of Child Abuse (dec 2015) (a)public Law 101-647, Also Known As The Crime Control Act Of 1990 (act), Imposes Responsibilities On Certain Individuals Who, While Engaged In A Professional Capacity Or Activity, As Defined In The Act, On Federal Land Or In A Federally-operated (or Contracted) Facility, Learn Of Facts That Give The Individual Reason To Suspect That A Child Has Suffered An Incident Of Child Abuse. (b) The Act Designates "covered Professionals" As Those Persons Engaged In Professions And Activities In Eight Different Categories Including, But Not Limited To, Teachers, Social Workers, Physicians, Dentists, Medical Residents Or Interns, Hospital Personnel And Administrators, Nurses, Health Care Practitioners, Chiropractors, Osteopaths, Pharmacists, Optometrists, Podiatrists, Emergency Medical Technicians, Ambulance Drivers, Alcohol Or Drug Treatment Personnel, Psychologists, Psychiatrists, Mental Health Professionals, Child Care Workers And Administrators, And Commercial Film And Photo Processors. The Act Defines The Term "child Abuse' As The Physical Or Mental Injury, Sexual Abuse Or Exploitation, Or Negligent Treatment Of A Child. (c) Accordingly, Any Person Engaged In A Covered Profession Or Activity Under An Hhs Contract Or Subcontract, Regardless Of The Purpose Of The Contract Or Subcontract, Shall Immediately Report A Suspected Child Abuse Incident In Accordance With The Provisions Of The Act. If A Child Is Suspected Of Being Harmed, The Appropriate State Child Abuse Hotline, Local Child Protective Services (cps), Or Law Enforcement Agency Shall Be Contacted. For More Information About Where And How To File A Report, The Childhelp Usa, National Child Abuse Hotline (1-800-4-a-child) Shall Be Called. Any Covered Professional Failing To Make A Timely Report Of Such Incident Shall Be Guilty Of A Class B Misdemeanor. (d) By Acceptance Of This Contract Or Order, The Contractor Agrees To Comply With The Requirements Of The Act. The Act Also Applies To All Applicable Subcontracts Awarded Under This Contract. Accordingly, The Contractor Shall Ensure That Each Of Its Employees, And Any Subcontractor Staff, Is Made Aware Of, Understands, And Complies With The Provisions Of The Act. 352.237-72 Crime Control Act Of 1990-requirement For Background Checks (dec 2015) (a) Public Law 101-647, Also Known As The Crime Control Act Of 1990 (act), Requires That All Individuals Involved With The Provision Of Child Care Services To Children Under The Age Of 18 Undergo A Criminal Background Check. "child Care Services" Include, But Are Not Limited To, Social Services, Health And Mental Health Care, Child (day) Care, Education (whether Or Not Directly Involved In Teaching), And Rehabilitative Programs. Any Conviction For A Sex Crime, An Offense Involving A Child Victim, Or A Drug Felony, May Be Grounds For Denying Employment Or For Dismissal Of An Employee Providing Any Of The Services Listed Above. (b) The Contracting Officer Will Provide The Necessary Information To The Contractor Regarding The Process For Obtaining The Background Check. The Contractor May Hire A Staff Person Provisionally Prior To The Completion Of A Background Check, If At All Times Prior To The Receipt Of The Background Check During Which Children Are In The Care Of The Newly-hired Person, The Person Is Within The Sight And Under The Supervision Of A Previously Investigated Staff Person. (c) By Acceptance Of This Contract Or Order, The Contractor Agrees To Comply With The Requirements Of The Act. The Act Also Applies To All Applicable Subcontracts Awarded Under This Contract. Accordingly, The Contractor Shall Ensure That Each Of Its Employees, And Any Subcontractor Staff, Is Made Aware Of, Understands, And Complies With The Provisions Of The Act. 352.237-75 Key Personnel (dec 2015) The Key Personnel Specified In This Contract Are Considered To Be Essential To Work Performance. At Least 30 Days Prior To The Contractor Voluntarily Diverting Any Of The Specified Individuals To Other Programs Or Contracts The Contractor Shall Notify The Contracting Officer And Shall Submit A Justification For The Diversion Or Replacement And A Request To Replace The Individual. The Request Must Identify The Proposed Replacement And Provide An Explanation Of How The Replacement's Skills, Experience, And Credentials Meet Or Exceed The Requirements Of The Contract (including, When Applicable, Human Subjects Testing Requirements). If The Employee Of The Contractor Is Terminated For Cause Or Separates From The Contractor Voluntarily With Less Than Thirty Days’ Notice, The Contractor Shall Provide The Maximum Notice Practicable Under The Circumstances. The Contractor Shall Not Divert, Replace, Or Announce Any Such Change To Key Personnel Without The Written Consent Of The Contracting Officer. The Contract Will Be Modified To Add Or Delete Key Personnel As Necessary To Reflect The Agreement Of The Parties. Health Insurance Portability And Accountability Act (hipaa) The Indian Health Service (ihs) Is Required To Comply With Hipaa In The Provision Of Health Care To Ihs Patients. Hipaa Was Implemented By The U.s. Department Of Health And Human Services, Office Of Civil Rights, Under The Code Of Federal Regulations, Part 160 And 164. Accordingly, All Health Care Providers, Including Contracted Health Care Providers Are Required To Comply With Hipaa Requirements (full Text Will Be Furnished Upon Request). far 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 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 This Address: Http://www.acquisition.gov. 52.204-7, System For Award Management (oct 2018) 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) health Insurance Portability And Accountability Act (hipaa) The Indian Health Service (ihs) Is Required To Comply With Hipaa In The Provision Of Health Care To Ihs Patients. Hipaa Was Implemented By The U.s. Department Of Health And Human Services, Office Of Civil Rights, Under The Code Of Federal Regulations, Part 160 And 164. Accordingly, All Health Care Providers, Including Contracted Health Care Providers Are Required To Comply With Hipaa Requirements (full Text Will Be Furnished Upon Request). this Requirement Is Set-aside For Indian Small Business Economic Enterprise (isbee). The Naics Code Is 621112 And The Small Business Size Standard Is $13.5 Million. attachments attachment 1 – Schedule Of Items attachment 2 – Performance Work Statement attachment 3 – Business Associate Agreement attachment 4 – Wage Determination attachment 5 – Ihs Iee Representation Form quotation Instructions: the Government Intends To Award A Contract To The Responsible Quoter Whose Quote Represents The Best Value To The Government. The Basis For Award Will Be Best Value To The Government, Considering All Evaluation Factors. The Government Will Make An Award To The Responsible Quoter, Whose Quote Is Most Advantageous To The Government, Price And Other Factors Considered. Accordingly, Since It May Be In The Best Interest Of The Government To Consider Award To Other Than The Lowest Priced Quoter Or Other Than The Highest Technically Rated Quoter, The Government Will Use A Best Value Approach. Evaluations Will Be Based Solely On The Materials Included In The Quote. Therefore, The Respondent's Initial Quote Should Contain The Best Terms. Quoters Must Include A Completed Copy Of Attachment 5 – Ihs Iee Representation Form With Each Quote. After Receipt Of Quotes, The Government Will Conduct An Evaluation. However, During The Evaluation Process, The Government May, Solely At Its Discretion, Communicate With A Quoter For Clarification Purposes. At Any Time Prior To Award, Including Upon Receipt Of Quotes, The Government May Exclude A Quote From Further Consideration For Any Material Failure To Follow Instructions. evaluation Factor 1: Price. respondent Shall Remit A Copy Of Attachment 1. Price Quotation Shall Include All Necessary Supervision, Management, Labor, Transportation, Equipment, Materials, Shipping, Any Other Incidental Costs, Overhead And Profit. evaluation Factor 2: Demonstrated Prior Experience the Government Will Assess Its Level Of Confidence That The Contractor Will Successfully Perform The Requirements Based On The Quoter's Relevant Demonstrated Prior Experience Providing Behavioral Health Services In A Clinical Setting. This Evaluation Of This Factor Is Based On The Demonstrated Prior Experience Presented By The Quoter, And How Closely It Aligns With The Scope Of Work Detailed In Attachment 2. quoters Are Requested To Provide/reference Up To Three (3) Recent Examples Of Demonstrated Prior Experience In Their Submission With Accurate And Up To Date Contact Information For The Respective Customers. Quoters Are Encouraged To Submit Experience Performed As A Prime, Through Teaming Agreements, Or As The Sole Sub-contractor On The Relevant Projects. Depending On The Circumstances, More Weight May Be Given To Experience Serving As The Prime Contractor. evaluation Factor 3: Past Performance the Government Will Assess Its Level Of Confidence That The Contractor Will Successfully Perform The Requirements Based On The Quoter's Past Performance. in Addition To Any Information Provided By The References Submitted By The Quoter Under Evaluation Factor 2, Past Performance Information Based On The Government’s Knowledge Of And Previous Experience With The Quoter, Or Another Reasonable Basis, May Be Considered When Evaluating The Quoter’s Past Performance. Quoters Without A Record Of Relevant Past Performance Will Be Assigned A Neutral Rating On This Evaluation Factor. evaluation Process all Quotes Shall Be Evaluated By The Government In Accordance With The Factors And Criteria Established Above. The Government Will Conduct A Comparative Evaluation To Select The Contractor That Is Best Suited And Provides Best Value, Considering The Evaluation Factors In This Solicitation. The Government Reserves The Right Not To Make An Award As A Result Of This Solicitation, If In The Opinion Of The Government, None Of The Submissions Would Provide Satisfactory Performance At A Cost That Is Considered Fair And Reasonable And/or Economically Feasible. a Written Notice Of Award Or Acceptance Of A Quote, Mailed Or Otherwise Furnished To The Successful Quoter Within The Time For Acceptance Specified In The Quote, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Quote’s Specified Expiration Time, The Government May Accept A Quote, Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. award Will Be Made To The Responsible Respondent Pursuant To Far Subpart 9.1. Quotes Are Due By January 23, 2024 At 5:00 Pm Pst By Email To Jacob.blalock@ihs.gov And Poraoacquisition@ihs.gov. E-mail Subject Line Shall Include The Solicitation Number “75h71325q00011/vendor Name”. For Information Regarding This Solicitation, Contact Jacob Blalock By Email At Jacob.blalock@ihs.gov And Copy Poraoacquisition@ihs.gov. Questions By Telephone Will Not Be Considered.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Contact Information|4|n733.04|m5g|2156972922|rebecca.l.jordan28.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|invoice And Receiving Reports (combo Source)|tbd|n00383|tbd|tbd|see Schedule|tbd|see Schedule|||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|one Year From The Date Of Delivery|45 Days After Discovery Of Defect||||| safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023)|9|||||||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (jan 2025)|12|336413|1250||||||||||| type Of Contract (apr 1984)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||| 1. Scope 1.1 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.2 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.3 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.4 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 1.5 . Markings Shall Be In Accordance With Mil-std-130. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: drive Unit,hydrauli ;41010810-106; P/n, ;1650-01-474-4638; Nsn, ;repair In Accordnace With Technical Drawings And Specification To Meet Industry Standards.; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. drive Unit,hydrauli ;woodward Hrt, Inc.; Company Name , ;25200 West Rye Canyon Roadsanta Clarita, Ca. 91355-1265; Address , ;81873; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent. responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein. procedures:the Contractor Shall Prepare And Maintain Quality Control documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The performance Spcifications To Perform The Procedures. quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which compliance With Contractual Requirements will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request. purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002). receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings. failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government. nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition. contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification. material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer. responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items. repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing. records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records: receipt Inspection Documentation. repair Shop Travelers Or Repair Cards. parts Replacement Records. parts Inspection Data Before And After Repair As Applicable. acceptance Test Data. qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02, Effective 12/22/2023. this Solicitation Is Set-aside For 100% Small Business (sba). this Is A Firm-fixed Price Contract. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34.0 Million. the Fsc/psc Is J066. the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation statement Of Work contract Title 3500xl Genetic Analyzers And 7500 Fast Polymerase Chain Reaction (pcr) Systems Service Contract the Va Greater Los Angeles Healthcare System (vaglahcs) Requires Annual Maintenance Services On Selected Government Owned 3500xl Genetic Analyzers And 7500 Fast Pcr Systems Equipment At The West La Va Medical Center (wla Vamc). The Services Shall Comply With This Statement Of Work (sow), All Va, Local, State, And Federal Policies, And Regulations. objective the Objective Of This Service Contract Is To Have A Contractor To Furnish All Labor, Materials, Supplies, Tools, Equipment, And Qualified Personnel To Complete Maintenance Services As Per Below Scope. scope the Contractor Shall Provide All Labor, Materials, Freight Costs, And Equipment To Accomplish The Tasks Outlined In This Sow. Contractor Is Responsible For All Subcontractors Required To Complete Reports. all Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Program Point Of Contact (ppoc) Or His/her Designee. all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/ Or Defective Parts, The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. maintenance And Inspection (pmi) the Contractor Shall Perform Maintenance On The 3500xl Genetic Analyzers And 7500 Fast Pcr Systems According To The Manufacturer Recommendations Unless Otherwise Stated By Ppoc. the Contractor Shall Provide All Preventive Maintenance Replacement Parts At No Cost To The Government. the Contractor Shall Provide All Travel And Transportation Expenses At No Additional Cost To The Government. emergency Repair Services intervening Service Calls Are Calls Placed Outside Regularly Scheduled Preventive Maintenance Service.â  the Contractor Shall Respond On-site As Required Within 2-3 Business Days After Receipt Of A Service Call For Any Instrument Listed.â  response Time Is Applicable For Any Calls Placed Before 2pm Pacific Standard Time.â  failure To Respond Within The Response Time Due To No Fault Of The Government Shall Result In A Prorated Credit Equal To The Proportion Of The Instruments Service Cost For Each Late Day.â  equipment List covered Equipment equipment Name serial Numbers ee# equipment Description 3500xl 24342-140 144937 genetic Analyzer 3500xl 29338-051 177257 genetic Analyzer 7500 Fast 275002720 110018 real Time Pcr System 7500 Fast 275011316 111965 real Time Pcr System 7500 Fast 275013648 134711 real Time Pcr System maintenance Requirements the Contractor Shall Provide On-site Preventive Maintenance And System Calibrations As Necessary To Maintain Recommended Factory Specifications Of The Covered Systems. the Preventive Maintenance Visit Shall Be Scheduled At A Time Agreeable To The Government And Will Be Performed Once Per Year During The Contract Period For Each Equipment Covered. maintenance Shall Be Performed In Accordance With Manufacturer S Instructions. maintenance Shall Be Scheduled A Minimum Of Three (3) Days In Advance With The Ppoc. qualification personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. additional Requirements contractor Shall Ensure All Equipment Is In Optimal Working Condition At The Expiration Date Of The Contract. contractor Personnel That Perform Changes, Updates, Or Retrofits Made On Any Component, System, Or Equipment Will Log It In The Station Equipment Manual. contractor Will Maintain All Manufactures Manual Necessary To Perform Maintenance. submission Of Reports the Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Ppoc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee# - If Applicable) Of The Equipment Being Worked On, Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. security Requirements the C&a Requirements Do Not Apply, And Security Accreditation Package Is Not Required. this Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. period Of Performance base Year, Followed By Two, One-year Options. estimated Start Date: 03/01/2025 Participating Facility: va Greater Los Angeles Healthcare System 11301 Wilshire Blvd. los Angeles, Ca 90073 work Hours normal Hours Of Operation Are Monday Through Friday From 6:00 Am To 6:00 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Ppoc Or His/her Designee. before Commencement Of Work, The Contractor Shall Confer With The Va Ppoc And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Ppoc Or His/her Designee. all Time Shall Be Approved In Advance By The Ppoc. Allow 5-days For Approval Of Any Alternate Working Hours Needed. federal Holidays new Year S Day january 01 martin Luther King S Birthday third Monday In January president S Day third Monday In February memorial Day last Monday In May juneteenth june 19 independence Day july 04 labor Day first Monday In September columbus Day second Monday In October veterans Day november 11 thanksgiving Day fourth Thursday In November christmas Day december 25 if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. identification, Check-in, Parking, And Smoking Regulations identification the Vendor's Employees Shall Wear Visible Identification At All Times While On Vaglahcs Premises. Contractor Employees Shall Report To Va Police Upon Entry To The Vaglahcs Facility To Get A Visitor Badge. Contractor Employees Are Required To Be Escorted By The Ppoc Or Designee S Office Once On Campus Prior To Commencement Of Work. During Emergencies Contractor Personnel Shall Check In With Vaglahcs Police If The Vaglahcs Ppoc Or Designee Is Not Available. parking it Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. smoking contractor Personnel May Smoke Only In Designated Areas. It Is The Responsibility Of The Visn 22 Healthcare Facilities To Provide A Safe And Healthful Environment For Employees And Patients And To Serve As A Leader In Community Health Awareness And Education. It Is In Fulfillment Of This Obligation That The Facilities Are Committed To The Establishment Of A Smoke-free Environment. This Policy Applies To Every Location In The Healthcare Facilities. There Shall Be No Smoking Within 25 Feet Of All Entrances To Buildings. Smoking Is Allowed In All Outside Areas That Are 25 Feet Away From Entrances To Buildings Unless Indicated Otherwise. Enclosed Patios Connected To Facility Buildings Are Considered Part Of The Building And As Such Are Non-smoking Areas. weapons And Contraband possession Of Weapons Or Contraband Is Prohibited And Shall Be Subject To Arrest And Termination From Future Performance Under This Contract. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Vaglahcs Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. safety all Personnel Employed By The Contractor In The Performance Of This Contract, Or Any Representative Of The Contractor Entering On Vaglahcs Shall Comply With Applicable Federal, State, And Va Safety And Fire Regulations And Codes, Which Are In Effect During The Performance Period Of The Contract. contractor Shall Perform Work In Strict Accordance With Existing Relevant, Accredited Standards And Codes To Minimize The Possibility Of Injury To Personnel, Or Damage To Government Equipment. Every Effort Shall Be Made To Safeguard Human Life And Property. contractor Shall Comply With All Applicable Federal, State, And Local Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr), Parts 1910 And 1926, Nfpa 70e, Article 130.7 29 Cfr 1910.132(d)(1)(iii), 29cfr1910.137. contractor Shall Provide All Necessary Tools, And Personal Protective Equipment (ppe) To Perform The Work Safely, Effectively, And Timely. contractor Personnel contractor S Program Manager the Contractor Shall Provide A Contract Program Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. contractor S Employees the Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population. contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc). contractor Qualifications & Other Responsibilities contractor Shall Obtain All Necessary Licenses Required To Perform This Work. Contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Cor With The Final Decision Being Made By The Contracting Officer. invoicing And Payment overtime & Holiday Pay any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein. invoices payment Of Services Rendered Under This Contract Shall Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice And Submitted By The Contractor To The Payment Address Specified By Contracting. Invoices Shall Reference The Contract Number And Purchase Order Number, Manifest Number(s), Provide A Complete And Accurate Description Of Services/ Supplies Delivered/ Rendered, Including Dates Of Performance, Amounts, Unit Prices, Extended Totals And Any Other Data Relevant For Payment Purposes. the Government Shall Not Authorize Payment Until Such Time That The Vaglahcs Ppoc All Properly Executed And Signed Documentation. no Advance Payments Shall Be Authorized. Payment Shall Be Made On A Monthly Arrears For Services Provided During The Billing Month In Arrears. Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract. payment Of Invoices May Be Delayed If The Appropriate Invoices As Specified In The Contract Are Not Completed And Submitted As Required. ***price/cost Schedule*** base Year line Item description quantity unit Of Measure unit Price total Price 0001 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140 1 yr 0002 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051 1 yr 0003 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720 1 yr 0004 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316 1 yr 0005 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648 1 yr 0006 emergency Repairs, Costs In Relation To Finding From Inspections. 1 jb 0.00 0.00 option Year 1 line Item description quantity unit Of Measure unit Price total Price 1001 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140 1 yr 1002 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051 1 yr 1003 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720 1 yr 1004 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316 1 yr 1005 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648 1 yr 1006 emergency Repairs, Costs In Relation To Finding From Inspections. 1 jb 0.00 0.00 option Year 2 line Item description quantity unit Of Measure unit Price total Price 2001 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140 1 yr 2002 preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051 1 yr 2003 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720 1 yr 2004 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316 1 yr 2005 preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648 1 yr 2006 emergency Repairs, Costs In Relation To Finding From Inspections. 1 jb 0.00 0.00 **please Use The Format Above For Pricing** the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022) addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition. far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (mar 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), (18)(i), (26)(i), (29), (31), (33), (34)(i), (36)(i), (39)(i), (40), (46), (51), (55), (59), (c), (5). vaar 852.203-70 Commercial Advertising (may 2018). vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certification Of Compliance For Services And Construction. (jan 2023) (deviation) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018). this Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp This Is Mandatory And The Sole Method For Submitting Invoices. all Quoters Shall Be Submitted In Accordance With Far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services . (sep 2023) all Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Jennell Christofaro At Jennell.christofaro@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Decision Factors To Be Considered Are Technical Capability, Past Performance, Cost Schedule. Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. this Contract/purchase Order Will Consist Of An Estimated Base Plus Two Option Year Period Of Performance: 03/01/2025 02/29/2028. the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. no Inquiries Will Be Addressed For This Rfq Solicitation 36c26225q0319. submission Of Your Rfq Response Offer Shall Be Received Not Later Than January 21, 2025, 1400 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0319 For Consideration. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact contract Specialist jennell Christofaro jennell.christofaro@va.gov attachment One: Far 52.212-1 Addendum Instructions To Offerors attachment Two: Far 52.212-2 Evaluation attachment Three: Var 852.219-75 Sdvosb Certification
4771-4780 of 4823 archived Tenders