Transportation Tenders
Transportation Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Others...+2Civil And Construction, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 02 Is Issued To Incorporate The Below Changes To Solicitation # Sp4702-25-r-0002:
post The Site Visit Attendance List And Updated Section L. Please Review Attachments.
solicitation Question Period Is Extended To Friday Jan 24th, 2025 At 12- Noon, Est.
solicitation Due Date Is Extended To Wednesday Jan 29th, 2025 At 12- Noon, Est.
in Order For An Offer To Be Considered Complete, A Complete B Section Bid Form Must Be Submitted. If An Incomplete Bid Form Is Submitted, The Offer Will Not Be Considered For Award.
all Other Terms And Conditions Remain The Same.
--------------------------------------------------------------------------
amendment 01 Is Issued To Incorporate The Below Changes To Solicitation # Sp4702-25-r-0002:
extend The Solicitation Due Date:
new Solicitation Closing Date: January 24th, 2025 At 3pm Est.
response To Solicitations Questions: See Attachment
site Visit:
- A Pre-proposal Site Visit Will Be Held On January 22, 2025, At 10:00 Am. All Prospective Contractors Are
encouraged To Attend.
- Any Contractor Who Plans To Attend Must Notify The Contracting Specialist, Becky Hard At Becky.hard@dla.mil
no Later Than (nlt) January 21, 2025, Atm 10am Est With Their Dbids Number.
o A Pre-enrollment In The Dbids System Is Required. Please Visit The Following Link ( Https://dbids-globalenroll.
dmdc.mil/preenrollui/#!/ ), Fill Out The Form Using Becky Hard As A Sponsor, And Send The Resulting Dbids Number To
the Contracting Specialist Nlt January 21st, 2025 At 10am Est. This Date Will Not Be Extended.
- Site Visit Clauses Is Hereby Incorporated: 52.237-1
- 52.237-1 Site Visit. --site Visit (apr 1984)
offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy
themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That
the Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After
contract Award.
- (end Of Provision)
clins Added To Allow Pricing To Be Quoted By Job Role:
clin 0006 - Program Manager – The Work Specified Within The Pws Relies On The Management Of A Pm
clin 0007 - Management Analyst – Work Specified Within The Pws Requires Procurement Of Parts And Material(s), Which
are Duties And Responsibilities Of A Management Analyst.
clin 0008 - Drafter – Duties Specified Within The Pws, As Well As Certain Deliverables Require The Expertise Of A Drafter.
*use Attached Updated Bid Sheet When Submitting Quotes.
all Other Terms And Conditions Remain The Same
------------------------------------------------------------------------------------------
the Contractor Shall Provide All Personnel,
equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And
non-personal Services Necessary To Perform Maintenance And Support Services For The Ess
and Ekc System As Defined In This Performance Work Statement Except For Those Items
specified As Government Furnished Property And Services. The Contractor Shall Perform To The
standards, Terms And Conditions Set Forth In In This Pws.
Closing Date24 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others...+1Electrical and Electronics
United States
Details: A. This Notice Is A Pre-solicitation Synopsis Of Commercial Items Prepared In Accordance With The Format In Far 5.207, As Supplemented With Additional Information Included In This Notice. The Solicitation For This Notice Will Be Published On Https://sam.govas A Request For Quote (rfq) On Or About 4 February 2025. This Is Not A Request For Quote Or Proposal. Separate Notices Will Be Posted Prior To Or When Solicitations Are Issued To Industry.
b. The Virginia Army National Guard (vaarng) Intends To Post A Solicitation For The Rental And Service Of Up To 60 Generator Powered Mobile Light Towers For A 3-week Period In June 2025. Specific Requirement Details And Delivery Are Listed As Follows:
-deliver To And Pick-up From Fort Barfoot In Blackstone, Va 23824.
-provide Field Maintenance/ Servicing Plan Or Ability To Replace A Defective Light Within 12 Hours.
-each Light Tower Shall Have A Mast That Is Able To Retract And Stow Horizontally For Travel.
-each Light Tower Shall Have A Telescoping Mast That Has A Position Lock Feature.
-each Light Tower Shall Have Four (4) Lights, With Each Lamp Being At Least 1,000 Watts (other Configurations With Equivalent Or Similar Lumen Output May Be Considered).
-minimum Of 12 Consecutive Hour Run Time Each Day.
-generator Fueled By Diesel.
-lights May Be Metal-halide Or Led.
-each Light Tower Shall Have A Pintle Hitch Of 2 ½ Or 3 Inches Or Include An Adapter For Each Hitch That Enables Towing By A Military Tactical Vehicle (hmmwv).
-each Light Tower Shall Have Tires That Meet Or Exceed The Department Of Transportation (dot) Regulations.
c. The Government Intends To Award A Firm-fixed-price Contract Resulting From The Rfq. Multiple Awards Will Not Be Made. The Associated North American Industrial Classification System (naics) Code For These Services Is 532490 (other Commercial And Industrial Machinery And Equipment Rental And Leasing). The Product Service Code (psc) Is W062 (lease Or Rental Of Equipment-lighting Fixtures And Lamps). This Requirement Will Be A 100% Set Aside For Small Business ($40 Million). Only Qualified Offerors May Submit Quotes.
d. Payment Will Be Made Through The Wide Area Workflow (wawf) Application In Accordance With Dfars Clause 252.232-7006, Wide Area Workflow Payment Instructions.
e. To Be Considered For An Award, Vendors Shall Have An Active Registration In The System For Award Management (sam) At Https://sam.gov. Vendors Are Responsible For Ensuring That The Representations And Certifications In Their Sam Registration Are Accurate And Current.
f. On Behalf Of The Government, The Contracting Officer Intends To Evaluate Each Quote And Make An Award Without Discussions. The Contracting Officer Unilaterally Reserves The Right To Determine If It Is Necessary To Conduct Discussions.
g. Funds Are Not Presently Available For Performance Under This Contract Beyondmarch 14, 2025. The Government’s Obligation For Performance Of This Contract Beyond That Date Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Paymentmayarise For Performance Under This Contract Beyondmarch 14, 2025, Until Funds Are Made Available To Thecontracting Officerfor Performance And Until The Contractor Receives Notice Of Availability, To Be Confirmedin Writingby Thecontracting Officer.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Mangaldan Water District Tender
Civil And Construction...+3Consultancy Services, Civil And Architectural Services, Water Storage And Supply
Philippines
Details: Description I. Instructions To Prospective Bidder(s)/consultant 1. The Prospective Bidder/consultant Shall Submit Its Bid Proposal Together With The Required Documents Listed Hereunder, In A Sealed Envelope On Or Before 2:00 P.m. Of February 7, 2025. Documentary Requirements To Be Attached Upon Submission Of The Quotation Are As Follows, To Wit: 1.1 Philgeps Registration 1.2 Mayor’s/business Permit (official Receipt For Application Of Renewal Is Accepted For Recently Expired Permit, Provided That Renewed Permit Shall Be Submitted If Awarded The Contract) 1.3 Latest Income/business Tax Return/tax Clearance In Electronic Filing And Payment System Form Stamped “received” By Bir (bureau Of Internal Revenue); 1.4 Omnibus Sworn Statement; 1.5 Statement Of The Prospective Bidder Of All Its Ongoing And Completed Projects. The Statement Shall Include For Each Contract The Following: F.1 The Name And Location Of The Contract; F.2 Date Of Award Of The Contract; F.3 Type And Brief Description Of Consulting Service; F.4 Consultant Role; F.5 Amount Of Contract; F.6 Contract Duration; F.7 Certificate Of Satisfactory Completion Issued By The Client For Completed Projects. 1.6 Statement Of The Consultant Specifying Its Nationality And Confirming That Those Who Will Actually Perform The Service Are Registered Professionals Authorized By The Appropriate Regulatory Body To Practice Those Professions Including Their Respective Licenses, Certifications And Curriculum Vitae; 1.7 Audited Financial Statements Stamped “received” By The Bir For The Preceding Calendar Year Not Earlier Than Two (2) Years From Date Of Submission. 1.8 Authority Of The Signatory To Transact And Enter Into A Contract With The Mangaldan Water District 2. Failure To Submit One Or More Of The Required Documents Will Mean Bac’s Rating Of The Bidder/consultant As “failed”. 3. Deadline For The Submission Of Bid Proposal And Required Documents Shall Be At 2:00 P.m. Of February 7, 2025 Only. 4. Proposal And Required Documents Submitted After The Deadline Shall Not Be Accepted By The Bac. 5. All Documents Submitted Shall Be Signed By The Authorized Representative. 6. The Mangaldan Water District Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process And To Reject All Bids At Any Time Prior To Award Of Contract Without Thereby Incurring Any Liabilities To The Affected Bidder(s). 7. The Contract Duration Is Thirty (30) Calendar Days Of The Initial Delivery Of The Services Upon Receipt Of The Notice To Proceed. Specifications Audit Year 1 – Iso 9001:2015 Recertification Audit Year 2 – 1st Surveillance Audit Year 3 – 2nd Surveillance Audit Iso Certification Audit Is Covered By Frontline Services Only Under One (1) Division – Commercial Division Scope Of Certification: Provision Of Frontline Services (commercial) Meals, Transportation And Accommodation Of Consultant/auditors Shall Be Provided As Needed. Audit Scheduling And Audit Registration Shall Commence Upon Receipt Of The Signed Contract. Audit Must Be Conducted Before The Expiration Of Our Existing Validity On May 20, 2025. There Should Be No Gap On The Timeline.
Closing Date7 Feb 2025
Tender AmountPHP 190 K (USD 3.2 K)
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Details: Rfq Type Goods Goods Corporate Merchandise Reference Number Gl12500494 Title Flag Poles With Stands Description 20 Activity Unit X Flag Poles With Stands Specification* Request For Flag Poles With Stands Indoor Flag Poles Specifications - Indoor - Aluminium Material - Gold Finish - Size 2.2m Height - Each Flag Pole To Complete With Cap, Hook And Stand (as Seen In Pictures Below). - Each Flag Pole Must Be Split Into Two Parts For Easy Transportation And Storage (see In Pictures Below). Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Derlivery Address The Events Department City Of Cape Town 10th Floor, 2bay Side Tower Block Civic Centre, 12 Hertzog Boulevard Cape Town, 8001 Ask For Aviwe Tafeni Contact 021 400 1003 E-mail Aviwe.tafeni@capetown.gov. Delivery Date2025/02/28 Delivery Tosupport Services Suse Delivery Address12 Hertzog Boulevard, Cape Town Contact Personaviwe Tafeni Telephone Number0214001003 Cell Number Closing Date2025/02/10 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgl1.quotations@capetown.gov.za Buyer Detailsc.williams Buyer Phone0214001789 Attachments No Attachments Note On 1 August 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date10 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Housekeeping Services
United States
Details: Update-10 Feb 2025 | Amendment 36c79125q0013 0001| Added To Attachments/links
update-10 Feb 2025 | Rfi Q&a | Added To Attachments/links
this Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In 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.
this Solicitation Is Issued As A Request For Quotation (rfq) And The Solicitation Number For This Requirement 36c79125q0013.
this Procurement Is Issued For 100% Sdvosb Set-aside. The Associated Naics Code Is 561730.
the Small Business Size Standard Is $9.5 Million.
the Contractor Shall Provide Shall Furnish All Labor, Supervision, Transportation Equipment, And Supplies To Perform Grounds Maintenance Services At The
hines Va Medical Centerservice And Distribution Center Located At1st Ave., 1 Block North Of 22nd St., Hines Il 60141. Work Shall Be Performed In Accordance With The Specifications, Terms, And Conditions Of This Solicitation.
the Estimated Date For Starting Work Will Be On April 1, 2025.
all Quotations Shall Be Submitted Electronically No Later Friday, February 14th 2025, At 5:00 Pm, Eastern Time, To The Following: Christopher.seitler@va.gov & Regina.rockwood@va.gov.
please Contact Christopher Or Regina For Rfis. Last Day To Submit An Rfi Is Tuesday, February 11th, 2025 At 5:30pm Est.
all Interested Firms Are Advised That Registration In The System For Award Management (sam) Is Required To Eligible For Award Of Contract. For More Information, Please Check The Sam Website At Https://www.sam.gov. Registration In Sam Is Free.
review The Attachments For The Full Contract Terms And Required Clauses.
a Site Visit Is Planned For Monday, February 3rd, 2025, @ 10:00am Cst. See Instructions To Quoters For More Details.
summary Of Expectations
the Contractor Shall Perform Grounds Maintenance For Vasdc, Building 37 That Includes Grass Cutting, Trimming Trees, Trimming Bushes, Pulling And Treating For Weeds, Fertilizing And Feeding Grass, Plants, Flowers, Trees, Bushes And Other Greenery And Plants As Needed. Lawn Maintenance Shall Also Include A Spring And Fall Cleaning Of Grounds And Shall Start On April 1 And End On November 30 Of Each Year.
this Scope Also Includes The Removal Of Snow And Ice From Roadways, Sidewalks, And Parking Lots. The Contractor Shall Be Required To Salt Parking Lots And Roadways And Sidewalks.
the Vasdc Building 37 Facility Is Comprised Of An Approximately 500,000 Square Foot Building On An Approximately 20-acre Parcel Of Land. The 500,000 Square Foot Building Is Surrounded By Paved Roadways And Parking Areas With Curb And Gutter. Also Included In The Snow Removal Is An Approximately 1-acre Parking Area On The West Side Of The Facility That Contains Both Pavement And Gravel Surface Areas With No Curb And Gutter (cmop Upper Parking Lot). Do Not Block Any Parking Spots With Snow.
Closing Date14 Feb 2025
Tender AmountRefer Documents
STATE, DEPARTMENT OF USA Tender
Food Products
United States
Description: This Solicitation Is To Provide The Following Functions Rooms And Services For An Event For The Period Of February 24-28, 2025. The Provider Should Be At Least A Five-star Hotel With International U.s. Brand Chain For The Meeting Venue/packages, Located In Bandung, West Java. The Hotel Must Adhere To The Covid-19 Safe And Health Protocols.
meeting Package:
one (1) Conference Room / Ballroom With At Least 150+ Person-capacity To Accommodate Approximately 85 People On February 24-28, 2025, From 08:00-17:00:
conference Room Must Have No Pillars Inside And Must Have Pa System And Adequate Size For Room Setup To Be Roundtable With 6 Chairs In Each Roundtable, With A Head Table With 4 Seats For Speakers At The Front, 1 (one) Table With 3 Seats For Operators, 3 (three) Tables At The Back With 2 Chairs Each For Organizers And 1 (one) Registration Table With Two Seats Setup Outside Of The Meeting Room. Each Seat Must Be Arranged At Least 2 Meters Apart To Allow Proper Social Distancing. The Room Must Have Ample Space For An Interpreter Booth And Snack/lunch Display.
coffee Breaks (two Times) With Tea, Coffee And At Least 2 Kinds Of Pastries, Savory And Sweet. Menu Choice Should Be Available For Choosing Prior To The Event.
a Conference Lunch Buffet Style From 11:30 Noon – 13:30 Pm Consisting Of A Mix Of Local And Western Food With Free Flow Water And Soft Drinks. Menu Choice Should Be Available For Choosing Prior To The Event.
two (2) Conference Rooms To Accommodate Approximately 40 People To Be Used For Two Days Only Throughout The Period On February 26-27, 2025, From 08:00-17:00:
- Conference Room Must Have No Pillars Inside And Must Have Pa System And Adequate Size For Room Setup To Be Roundtable With 6 Chairs In Each Roundtable, With A Head Table With 4 Seats For Speakers At The Front, 1 (one) Table With 3 Seats For Operators, 3 (three) Tables At The Back With 2 Chairs Each For Organizers And 1 (one) Registration Table With Two Seats Setup Outside Of The Meeting Room. Each Seat Must Be Arranged At Least 2 Meters Apart To Allow Proper Social Distancing. The Room Must Have Ample Space For An Interpreter Booth.
one (1) Flip Chart, One (1) Projector, One (1) Screen, One (1) Podium, Three (3) Wireless Microphones, Portable Electrical Sockets For Each Table, Name Tents For Each Participant, Delegate Amenities For Participants, Free Flow Water For Participants During The Conference. Banquet Attendant, It Support, And Engineer Staff For Should Be Available At Our Disposal During The Conference For Any Technical Issues Or Assistance.
tea, Coffee And Mineral Water Must Be Available.
wifi Connection Must Be Available.
this Will Be Charged Based On Actual Day Use.
internet Connection For All Rented Meeting Rooms:
1 (one) Lan Connection With A Minimum Dedicated Bandwidth Of 30 Mbps On September 24-28, 2025.
wifi Connection Must Be Available On September 24-28, 2025.
equipment And Supplies During The Conference For Main Meeting Room:
one (1) Flip Chart, Two (2) Projectors, Two (2) Screens, One (1) Podium, Three (3) Wireless Microphones, Portable Electrical Sockets For Each Table, Name Tents For Each Participant, Delegate Amenities For Participants, Free Flow Water For Participants During The Conference. Banquet Attendant, It Support, And Engineer Staff For Should Be Available At Our Disposal During The Conference For Any Technical Issues Or Assistance. Appropriate Group Photo Location And Seating Arrangement For Approximately 75 Participants On February 24 And Must Have Sufficient Space To Allow Physical Distancing.
rooms And Transportation Related Required Facilities/services:
hotel Should Have Adequate Numbers Of Standard Room (inclusive Of Breakfast) Of A Five-star Hotel With Access To Lounge/club Room:
check In: February 22; Check Out: March 1 (7 Nights) For 10 People (single Occupancy, Queen/king Size Bed).
a Standard Depository Security Safe Must Be Available In Every Room.
room Must Be Disinfected Prior To Guests Checking In At The Hotel.
number Of Rooms Charged Should Be Based On Actual Stay With No Cancellation Fee For Cancellation Made No Later Than 24 Hours Prior To Check In Time Of The Day.
us Embassy Will Not Cover The Use Of Mini Bar, Room Service, Telephone, Laundry, Early Check In And Late Check Out Cost.
hotel Should Have Adequate Numbers Of Standard Room (inclusive Of Breakfast) Of A Five-star Hotel:
check In: February 23; Check Out: March 1 (6 Nights) For 60 People (single Occupancy, Queen/king Size Bed).
a Standard Depository Security Safe Must Be Available In Every Room.
room Must Be Disinfected Prior To Guests Checking In At The Hotel.
number Of Rooms Charged Should Be Based On Actual Stay With No Cancellation Fee For Cancellation Made No Later Than 24 Hours Prior To Check In Time Of The Day.
us Embassy Will Not Cover The Use Of Mini Bar, Room Service, Telephone, Laundry, Early Check In And Late Check Out Cost.
10 Times Airport Transfers Service By Toyota Alphard For Various Dates Between February 22- March 1, 2025, To Be Charged Based On Actual Cost.
this Solicitation Is To Provide The Following Functions Rooms And Services For An Event For The Period Of February 24-28, 2025. The Provider Should Be At Least A Five-star Hotel With International U.s. Brand Chain For The Meeting Venue/packages, Located In Bandung, West Java. The Hotel Must Adhere To The Covid-19 Safe And Health Protocols.
meeting Package:
one (1) Conference Room / Ballroom With At Least 150+ Person-capacity To Accommodate Approximately 85 People On February 24-28, 2025, From 08:00-17:00:
conference Room Must Have No Pillars Inside And Must Have Pa System And Adequate Size For Room Setup To Be Roundtable With 6 Chairs In Each Roundtable, With A Head Table With 4 Seats For Speakers At The Front, 1 (one) Table With 3 Seats For Operators, 3 (three) Tables At The Back With 2 Chairs Each For Organizers And 1 (one) Registration Table With Two Seats Setup Outside Of The Meeting Room. Each Seat Must Be Arranged At Least 2 Meters Apart To Allow Proper Social Distancing. The Room Must Have Ample Space For An Interpreter Booth And Snack/lunch Display.
coffee Breaks (two Times) With Tea, Coffee And At Least 2 Kinds Of Pastries, Savory And Sweet. Menu Choice Should Be Available For Choosing Prior To The Event.
a Conference Lunch Buffet Style From 11:30 Noon – 13:30 Pm Consisting Of A Mix Of Local And Western Food With Free Flow Water And Soft Drinks. Menu Choice Should Be Available For Choosing Prior To The Event.
two (2) Conference Rooms To Accommodate Approximately 40 People To Be Used For Two Days Only Throughout The Period On February 26-27, 2025, From 08:00-17:00:
- Conference Room Must Have No Pillars Inside And Must Have Pa System And Adequate Size For Room Setup To Be Roundtable With 6 Chairs In Each Roundtable, With A Head Table With 4 Seats For Speakers At The Front, 1 (one) Table With 3 Seats For Operators, 3 (three) Tables At The Back With 2 Chairs Each For Organizers And 1 (one) Registration Table With Two Seats Setup Outside Of The Meeting Room. Each Seat Must Be Arranged At Least 2 Meters Apart To Allow Proper Social Distancing. The Room Must Have Ample Space For An Interpreter Booth.
one (1) Flip Chart, One (1) Projector, One (1) Screen, One (1) Podium, Three (3) Wireless Microphones, Portable Electrical Sockets For Each Table, Name Tents For Each Participant, Delegate Amenities For Participants, Free Flow Water For Participants During The Conference. Banquet Attendant, It Support, And Engineer Staff For Should Be Available At Our Disposal During The Conference For Any Technical Issues Or Assistance.
tea, Coffee And Mineral Water Must Be Available.
wifi Connection Must Be Available.
this Will Be Charged Based On Actual Day Use.
internet Connection For All Rented Meeting Rooms:
1 (one) Lan Connection With A Minimum Dedicated Bandwidth Of 30 Mbps On September 24-28, 2025.
wifi Connection Must Be Available On September 24-28, 2025.
equipment And Supplies During The Conference For Main Meeting Room:
one (1) Flip Chart, Two (2) Projectors, Two (2) Screens, One (1) Podium, Three (3) Wireless Microphones, Portable Electrical Sockets For Each Table, Name Tents For Each Participant, Delegate Amenities For Participants, Free Flow Water For Participants During The Conference. Banquet Attendant, It Support, And Engineer Staff For Should Be Available At Our Disposal During The Conference For Any Technical Issues Or Assistance. Appropriate Group Photo Location And Seating Arrangement For Approximately 75 Participants On February 24 And Must Have Sufficient Space To Allow Physical Distancing.
rooms And Transportation Related Required Facilities/services:
hotel Should Have Adequate Numbers Of Standard Room (inclusive Of Breakfast) Of A Five-star Hotel With Access To Lounge/club Room:
check In: February 22; Check Out: March 1 (7 Nights) For 10 People (single Occupancy, Queen/king Size Bed).
a Standard Depository Security Safe Must Be Available In Every Room.
room Must Be Disinfected Prior To Guests Checking In At The Hotel.
number Of Rooms Charged Should Be Based On Actual Stay With No Cancellation Fee For Cancellation Made No Later Than 24 Hours Prior To Check In Time Of The Day.
us Embassy Will Not Cover The Use Of Mini Bar, Room Service, Telephone, Laundry, Early Check In And Late Check Out Cost.
hotel Should Have Adequate Numbers Of Standard Room (inclusive Of Breakfast) Of A Five-star Hotel:
check In: February 23; Check Out: March 1 (6 Nights) For 60 People (single Occupancy, Queen/king Size Bed).
a Standard Depository Security Safe Must Be Available In Every Room.
room Must Be Disinfected Prior To Guests Checking In At The Hotel.
number Of Rooms Charged Should Be Based On Actual Stay With No Cancellation Fee For Cancellation Made No Later Than 24 Hours Prior To Check In Time Of The Day.
us Embassy Will Not Cover The Use Of Mini Bar, Room Service, Telephone, Laundry, Early Check In And Late Check Out Cost.
10 Times Airport Transfers Service By Toyota Alphard For Various Dates Between February 22- March 1, 2025, To Be Charged Based On Actual Cost.
the Bidders Must Be The Hotel Chain Companies With The Offices Operating And Base In Indonesia.
the Bidders Must Have An Established Business With A Permanent Address And Telephone Listing In Indonesia.
for A Quotation Above 30,000 Usd, Quoters Must Have An Active Registration Status In The System For Award Management (sam) Prior To Submission.
Closing Date1 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: This Is Not A Solicitation. This Is A Sources Sought Notice Only And Is Issued In Accordance With Federal Acquisition Regulation (far) 10 Market Research, To Conduct Market Research. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Sources Sought Notice Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation Or Guarantee To Issue A Solicitation In The Future. This Sources Sought 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 Sources Sought 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 Modification.
the North American Industry Classification System (naics) Code Is 621610 - Home Health Care Services
size Standard $22.5 Million
product Service Code Is V129 Transportation/travel/relocation Transportation: Other
purpose And Objectives
this Sources Sought Notice Is Issued By Visn 10, Network Contracting Office (nco) 10 Located In Indianapolis, In For The Purpose Of Collecting Information About Ambulance Services For The Visn 10 Indiana, Ohio, Illinois And Kentucky Catchment Areas.
the Va Is Seeking Contractors To Provide For This Requirement For Five One-year Ordering Periods.
it Is Anticipated That This Will Be A Firm Fixed Price, Multiple Award Indefinite Delivery Indefinite Quantity (idiq) Contract With One Award For Indiana.
a Draft Copy Of The Performance Work Statement (pws) Is Attached.
places Of Performance:
the Rlrvamc Main Campus Is Located 1481 W 10th Street Indianapolis, In 46202-2803, Serving Over 65,000 Veterans, Primarily From The Cincinnati, Oh, Dayton, Oh, Ft. Wayne, In, Hines, Il And Louisville, Ky Area And It S Six (6) Community-based Outpatient Clinics. The Hospital Has 151 Inpatient Beds And Sees Approximately 5430 Inpatient Admissions And 840,456 Outpatient Visits A Year. Veterans Served Within This Facility Lives Within The Following Counties:
bartholomew County
boone County
brown County
clay County
clinton County
decatur County
fountain County
greene County
hamilton County
hancock County
hendricks County
jennings County
johnson County
madison County
marion County
monroe County
morgan County
owen County
parke County
putnam County
rush County
shelby County
tipton County
union County
vermillion County
montgomery County
tippecanoe County
vigo County
responses:
please Submit Your Response In Accordance With The Following Instructions:
responses Shall Be No More Than 20 Pages In Length.
responses Are Due By 2/13/2025 At 11:00 Am Et.
responses Shall Be Submitted Via Email.
email Responses Only Will Be Accepted.
no Phone Calls.
no Questions Regarding The Requirements, As All Known Information Is Provided In The Draft Pws.
subject Line Of The Email Shall Include This 36c25025q0292 Firm Name Rlrvamc Ambulance Service.
if Your Response Contains Proprietary Information You Will Place Proprietary Information In Front Of The Sources Sought Notice Number.
no Marketing Materials Are Allowed As Part Of This Sources Sought Notice. The Government Will Not Review Any Other Information Or Attachments Included In Your Submission That Is Not Listed Herein Or Exceeds The 20-page Limitation.
commercial Pricing Shall Be Included With Detailed Information On How Each Billable Item Is Priced And Billed Within Your Company.
contractors With Federal Supply Schedule (fss)/general Services Administration Contracts That Carries The Desired Services
if You Do Not Have An Fss/gsa Contract, You Shall State Open Market
if You Do Have An Fss/gsa Contract That Provides These Services, Please Provide The Schedule
provide Your Gsa/fss/sac Contract Number
provide The Sin For Each Billable Item
if Any Of The Items Are Not On Your Gsa/fss Contract You Will Mark Which Items Are Open Market.
contractor Point Of Contact To Include:
name
title
phone
email
company Information To Include:
name
address
sam Id
business Size
at Minimum Of 3 Past Performance/experience Within The Last 2 Years With Contact Information For These Services Of At Least $3m.
provide A Response To If Your Firm Is Interested In Providing Services For All Locations, Or Which Locations/states Your Firm Would Be Capable Of Meeting The Requirements.
provide Information As To How You Would Meet Or Exceed The Requirements In The Pws.
subcontractors:
company Name
sam Id
business Size
At Minimum Of 3 Past Performance/experience Within The Last 2 Years With Contact Information For These Services Of At Least $3m.
what Roll The Subcontractor Will Play And Estimated Percentage Of The Work That The Subcontractor Will Be Responsible For.
business Size/type: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), 8(a), Hub Zone Small Business, Women Owned Small Business (wosb), Small Disadvantaged Business (sdb), Small Business, Or Large Business.
all 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 Annual Representations And Certifications In Sam Prior To Any Offer. Sam Is Located At Http://www.sam.gov And Consolidated The Capabilities Of Ccr/fedreg, Orca, And Epls. There Is No Cost To Use Sam.
for Sdvosb/vosb Only: Please Note That If Responding As An Sdvosb Or Vosb, Your Company Must Be Registered And Certified In The Sbas Veteran Small Business Certification (vetcert). Please Include A Copy Of Your Vetcert Certification With Your Response. Veteran Small Business Certification (sba.gov)
for Ed/wosb: Please Note That As Of 10/15/2020 Firms Can No Longer Self-certify. You Will Need To Provide A Copy Of Your Confirmation From The Small Business Administration S Certification.
contractor Shall Include Any Relevant Comments About The Attachments, If Applicable.
contractor Shall Provide A Public Price List/contract Price List For The Services Described Herein.
contractor Shall Provide A Detailed Response To Include Your Firm S Ability, Capability, And Responsibility To Deliver The Services Presented In This Sources Sought Notice.
determination By The Government Not To Compete This Proposed Contract Action Based On Responses To This Notice Is Solely Within The Discretion Of The Government.
Closing Date13 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Details: 1. Title: Cavhs Annual Chiller Support/rental, Maintenance And Services
2. Purpose: The Network Contracting Office (nco) 16, Located At Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, Tx 77030, Hereby Issues The Following Sources Sought To Request Information (ri) With The Intent Of Determining The Contractor Interest, Capabilities, And Qualifications Of Potential Businesses To Provide Equipment That Will Produce 1,000 Tons Of Chilled Water Cooling, Services And Maintenance To Support, Central Arkansas Veterans Healthcare System (cavhs) At The John L. Mcclellan Medical Centers (jlmmc) In Little Rock, Ar.
contractor Shall Provide All Labor, Tools, Materials, Equipment, Transportation, Installation, Maintenance, Service, License, Certification, Personnel, Parts, Removal, Set-up, Startup, Decommissioning, Winterization, Onsite Support, Training, Accessories, And Supervision Necessary That Will Produce 1,000 Tons Of Chilled Water Cooling, Services, And Maintenance To Support, Cavhs At The Jlmmc In Little Rock, Ar.
this Sources Sought Will Be Used To Determine If A Set-aside For Any Small Business Program Is Appropriate. Government Anticipates Competitive, Firm Fixed Price Contract. Please Review This Announcement And Respond To Questions Below As Well As Provide Contractors Capabilities, Copies Of Certifications, License, And Personnel To Provide Equipment To Produce 1,000 Tons Of Chilled Water Cooling, As Well As Provided Services And Maintenance For The Equipment.
government Request That Interested Offerors Complete All Questions Below, Provide Required Documentation, Descriptive Literature, License, And Certification To Provide Equipment To Produce 1,000 Tons Of Chilled Water Cooling, As Well As Provided Services And Maintenance For The Equipment. The Government Is In No Way Obligated To Do Business With Or To Enter Into Any Form Of Contract With Any Person, Firm Or Other Entity That Receives Or Responds To This Announcement.
3. Objective: To Find Qualified And Certified Contractors With The Capability To All Labor, Tools, Materials, Equipment, Transportation, Installation, Maintenance, Service, License, Certification, Personnel, Parts, Removal, Set-up, Startup, Decommissioning, Winterization, Onsite Support, Training, Accessories, And Supervision Necessary That Will Produce 1,000 Tons Of Chilled Water Cooling, Services, And Maintenance To Support, Cavhs At The Jlmmc In Little Rock, Ar.
4. Place Of Performance: 4300 West 7th Street. Little Rock, Ar 72205
5. Responses Requested: The Nco 16 Requires All The Following Information And Questions Answered In This Rfi/ssn: Questions And Information That Is Not Provided Shall Be Considered Nonresponsive To The Ssn And Contractor May Not Be Considered As Part Of The Market Research.
a. Contractors Shall Provide Their Point(s) Of Contact Name, Address, Telephone Number, And Email Address; And The Company's Business Size, And Sam Unique Entity Identification Number.
b. Is Your Company A Small Business, Sdbs, Hubzone, Or 8a Concern? Please Provide Proof Of Qualifications.
c. Is Your Company Considered Small Under The Naics Code: 238220?
d. Are You An Authorized Distributor/reseller/installer? Provide Evidence From Original Equipment Manufacturer (oem).
e. Do You (contractor) Possesses The Necessary License And Certification For The State Of Arkansas To Provide 1,000 Tons Of Chilled Water Cooling, Services, And Maintenance.
f. Is Your (contractor) Equipment Domestic Or Non-domestic?
g. Do You (contractor ) Possess The License, Certification And Personnel To Meet The Government Requirement To Provide 1,000 Tons Of Chilled Water Cooling, Services, And Maintenance?
h. What Percentage Of The Contracted Services Will Your Company Complete As The Prime
contractor? ______________%
what Percentage Of The Contracted Services Will Your Company Subcontract? __________%
_ __
j. Provide In Your Capability Statement A List Of Active Contracts For Commercial, Federal, State, And Local Governments Similar To This Requirement. List Contracts Shall Provide Communication On The Government Requirement Illustrating The Capability For Comparison.
l. For This Requirement, Is Your Company Available Under Any;
government Wide Agency Contract (gwac)
general Services Administration Schedules (gsa)
indefinite Delivery Indefinite Quantity (idiq)
blanket Purchase Agreement (bpa)
if So, Please List The Contract Number And Sin.
6. Opportunity: The Nco 16, Is Seeking Information From Potential Contractors On Their Ability To Meet This Requirement. This Is A Sources Sought For Request Information (rfi) Only. Small Business Concerns Are Encouraged To Provide Responses To This Sources Sought In Order To Assist The Nco 16 In Determining Potential Levels Of Competition Available In The Industry. Contractor Shall Possess The Capability To Provide All Requirements And Objectives.
7. Instructions And Response Guidelines: Sources Sought Responses Are Due By 1-03-2025 At 10:00 Am (cst) Via Email To Anthony.marion2.gov.
all Questions Shall Be Submitted By 12-19, 2024 At 10:00 Pm (cst) Via Email To Anthony.marion2.gov.
telephone Requests Or Inquires Will Not Be Accepted.
public Information Will Not Be Provided And Shall Be Utilized To The Full Extent Possible.
this A New Requirement.
the Subject Line Shall Read: 36c25625q0288 Rfi-sources Sought- Cavhs Annual Chiller Support/rental, Maintenance And Services. No Solicitation Exists At This Time. There Is No Page Limitation On Subparagraphs 5(a) - 5(l).
please Provide The Information You Deem Relevant In Order To Respond To The Specific Inquiries Of The Sources Sought. Information Provided Will Be Used Solely By Nco 16 As "market Research" And Will Not Be Released Outside Of The Nco 16 Purchasing And Contract Team.
this Sources Sought Notice Does Not Constitute A Request For Proposal (rfp), Invitation For Bid (ifb), Or Request For Quotation (rfq), And It Is Not To Be Construed As A Commitment By The Government To Enter Into A Contract, Nor Will The Government Pay For The Information Submitted In Response To This Request. All Information Contained In This Sources Sought Is Preliminary As Well As Subject To Modification And Is In No Way Binding On The Government.
in Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. If A Solicitation Is Released, It Will Be Synopsized On Contracting Opportunities (https://beta.sam.gov/) Website Or Gsa. It Is The Responsibility Of The Interested Parties To Monitor These Sites For Additional Information Pertaining To This Sources Sought, Or Future Rfp/rfq.
8. Contact Information:
contract Specialist, Anthony Marion
email Address: Anthony.marion2@va.gov
your Responses To This Notice Are Appreciated.
this Notice Is Not A Request For Competitive Quotes/proposals; However, Any Firm That Believes It Can Meet The Requirements May Provide Answers, Responses And Give Written Notification Prior To The Response Due Date And Time. Supporting Evidence And Responses Must Be Furnished In Enough Detail To Demonstrate The Ability To Perform The Requirements.
Closing Date3 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This-- Sources Sought Announcement Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Unique Entity Id (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below In Italics.
the Southern Arizona Va Healthcare System (savahcs) Located At 3601 South 6th Avenue Tucson, Az 85723 Is Seeking A Potential Qualified Contractor That Can Provide: Medical Courier Transportation Services
important Information: The Government Is Not Obligated To/nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources-sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 492110.
notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov. Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Certified By The Small Business Administration; Veteran Small Business Certification, (vetcert) Https://veterans.certify.sba.gov/. All Interested Offerors Should Submit Information By E-mail To: Catherine.fernandezpedernera@va.gov
all Interested Offerors Should Submit Information By E-mail: Catherine.fernandezpedernera@va.gov . All Information Submissions To Be Marked Attn: Catherine Fernandez, Contract Specialist And Should Be Received No Later Than 15:00 Pm Pst On February 07, 2025.
*******draft*******draft******draft*******draft*******
statement Of Work
medical Courier Transportation Servicesfor Tucson Va Health Care Systems, Arizona
1. Medical Courier Transportation Services:
1.1 The Department Of Veteran Affairs (va) Requires Medical Courier Transportation Services For The Southern Arizona Va Health Care System (savahcs) In Tucson, Az. The Contractor Shall Provide All Labor, Personnel, Supervision (except As Specified), Equipment, Materials, Facilities, Transportation, And All Other Related Elements Necessary To Accomplish Same Day, On-time Scheduled And Non-schedule Pickup And/or Delivery To Multiple Az Locations (one And Two-way Trips), As Well As Regularly Scheduled Pickups. Normally The Deliveries Would Fit Easily Into A Small Van, Utility Vehicle Or Station Wagon.
1.2 It Is Expected That The Contractor Shall Provide These Requirements As Specified Below
2. Items To Be Transported:
2.1 The Items As Listed Below To Be Transported May Include But Are Not Limited To The Following:
specimen Containers, Either An Igloo Style Ice-chest Or Styrofoam Containers Approximately 15x14x14 In Size Or Smaller. They Will Be Marked Bio-hazard And Tagged For Identification.
developed X-ray Film Measuring Approximately 14 Inches By 17 Inches (heat Sensitive Do Not Fold) And Cd S.
office Or Medical Supplies, Pharmaceuticals And/or Equipment Weighing Less Than 60 Pounds Per Box.
oxygen Cylinders (1-2 Small Tanks Per Month, Weighing Approximately 10-15pounds).
other Items As Needed For Pickup/delivery To Commercial Locations, Weighing Less Than 60 Pounds Per Box.
ekg Media Not Limited To Floppy Disc(s).
medical Records
occasional Items Weighing Over 60 Pounds, For Example:
centrifuge
dorm-sized Refrigerators
medication/supply Carts
wheelchairs
shredding
dirty Linen Bags
occasional Deliveries Requiring The Supplying Of Ice/dry Ice
laboratory Specimens, I.e., Body Fluids (blood, Urine, And Stool), Will Be Properly Packaged By Government Personnel For Transportation And Will Be Placed Into Appropriate Containers.
any Or All Items Less Than 60 Lbs.
protected Patient Information Not Limited To The Gray Locked Shredder Bins.
various Medical Prosthesis, I.e., Not Limited To Wheelchair, Blood Pressure Monitors, And Various Medical Devices.
2.1.1 All Items Must Be Transported In Accordance With All Local, State, And Federal Regulations. Including Any Specified Regulations For Oxygen Cylinders Or Bio-hazardous Materials. All Efforts Shall Be Made To Assure That All Items Are Delivered Without Spoilage/damage From Temperature Conditions, Rough Handling And/or Negligence.
2.1.2 Some Of The Items Delivered To Locations Are Boxed In Large Plastic Reusable Containers That Shall Be Returned To Va. Some Boxes May Be Of Odd Dimensions, For Example, Those Containing Crutches, Canes, Fluorescent Light Bulbs, And Paper Supplies.
2.1.3 Laboratory Specimens, I.e., Body Fluids (blood, Urine, And Stool), Will Be Properly Packaged By Government Personnel For Transportation And Will Be Placed In The Container. When Dry Ice Is Required, The Contractor Shall Be Notified, And The Courier Shall Arrive With A Supply Of Dry Ice For Each Container. Va Shall Package The Container(s) For Shipment Using The Dry Ice. The Contractor Shall Provide Installation Transport Containers (as Required) To Maintain The Specimens At The Proper Temperature.
2.1.4 All Items Must Be Transported In Accordance With All Local, State, And Federal Regulations. Including Any Specified Regulations For Oxygen Cylinders Or Bio-hazardous Materials. All Efforts Shall Be Made To Assure That All Items Are Delivered Without Spoilage/damage From Temperature Conditions, Rough Handling And/or Negligence.
2.2 Pickup And Delivery Locations:
delivery Is To Be Made To:
savahcs (tucson Coverage Area)
pick Up Location:
3601 S. 6th Ave., Tucson Az 85723. The Following Six Locations Are On Site:
radiology
room 188, First Floor Building 57
laboratory
pathology And Laboratory Medicine Service
room Ob-125, Basement, Building 57
mailroom
bldg. 14, Room 100
material Management/distribution
room 181, 1st Floor, Building 57
outpatient Pharmacy
room1704 Bldg. 80
inpatient Pharmacy
room Oba081 Building 57 Basement
delivery Locations:
savahcs Clinics
address
city
st
zip
casa Grande Va Clinic
1876 East Sabin Drive
casa Grande
az
85122-5476
pinal County Va Clinic
1179 East Cottonwood Lane
casa Grande
az
85122-2969
green Valley Va Clinic
380 West Vista Hermosa Drive, Suite 140
green Valley
az
85614-1901
safford Va Clinic
355 North 8th Avenue
safford
az
85546-2694
cochise County Va Clinic
157 North Coronado Drive
sierra Vista
az
85635-6360
sierra Vista Va Clinic
101 North Coronado Drive, Suite A
sierra Vista
az
85635
northwest Tucson Va Clinic
3920 West Linda Vista Boulevard
tucson
az
85742-9565
southeast Tucson Va Clinic
7395 South Houghton Road, Suite 129
tucson
az
85747-3305
yuma Va Clinic
3111 South 4th Avenue
yuma
az
85364
visn And Local Medical Facilities
address
st
various
various
az
2.3.2. Reserved
2.3.3. Specifications
va Medical Centers In Tucson Az Will Provide A List Of Staff Authorized To Request Services Under This Contract In A Formal Delegation Letter, Which Will Be Provided With The Formal Signed Contract Or Notice Of Award Document. Normally The Staff Members From The Pathology And Lab Offices, Pharmacy, The S&d Business Manager, And The Contracting Officer Will Be Chiefly Responsible For Requesting Services. If Doubtful About The Authority Of The Person Placing The Call, The Contractor Should Accept The Call, Complete The Pickup/delivery, And Report The Event To The Contracting Officer. Only The Contracting Officer Can Make Changes To The Terms And Conditions Described Herein. All Such Changes Shall Be Completed In Writing.
2.3.4 Scheduled Deliveries:
2.3.4.1. Pick Up And Deliveries Will Be Made From Each Clinic Every Weekday (monday-friday) Except For Federal Holidays (as Observed).
government Observed Holidays During The Year Are As Follows:
new Year S Day
martin Luther King S Birthday
thanksgiving Day
christmas Day
veteran S Day
president S Day
memorial Day
independence Day
labor Day
columbus Day
juneteenth
the Following Schedule Must Be Met To Allow The Outpatient Clinics Time To Gather And Package Lab Specimens For Shipment:
note: All Times Are Us/arizona Time
savahcs Locations - These Are On The Savahcs Campus
pickup Net*
pickup Nlt**
delivery Nlt
all Are Mon-fri
radiology
9:00 Am
10:00 Am
3:30 Pm
laboratory
8:00am
10:00 Am
3:30 Pm
mailroom
9:00 Am
10:00 Am
3:30 Pm
outpatient Pharmacy
8:30 Am
10:00 Am
3:30 Pm
all Other Areas: These Include, But Are Not Limited To; Dental, Equipment, Acquisitions, Facility Secretary And Pharmacy (ip)
on-call
on-call
3:30 Pm
* Net: No Earlier Than
** Nlt: No Later Than
savahcs Clinics These Are Off The Savahcs Campus
distance To Savahcs Campus
pickup/delivery Window Times Are Plus Or Minus 1 Hour
all Are Mon-fri
casa Grande Va Clinic
68.0 Miles
2:00pm 5:00pm
pinal County Va Clinic*
70.7 Mile
as Needed/on Demand
green Valley Va Clinic
24.5 Miles
12:30pm 5:00pm
safford Va Clinic
127 Miles
12:00pm 5:00pm
cochise County Va Clinic*
72.8 Miles
as Needed/on Demand
sierra Vista Va Clinic
72.9 Miles
1:30pm 5:00pm
northwest Tucson Va Clinic
15.9 Miles
1:45pm 5:00pm
southeast Tucson Va Clinic
14.7 Miles
2:30pm 5:00pm
yuma Va Clinic
241 Miles
2:30pm 7:00pm
visn And Local Medical Facilities
distance
pickup/delivery Window
various
charge Per Mileage
as Needed/on Demand
delivery For Lab Specimens And Deliveries To Ancillary Departments Must Be Made On The Same Day Not Later Than The Times Listed In The Table Above At The Respective Pathology And Laboratory Departments. Stat Deliveries Will Be To And From Designated Locations With No Stops In Between. These Deadlines Are Extremely Critical To The Integrity Of The Specimens And Will Be Closely Monitored For Compliance. Transport By Ground Or Air Is Also Critical To The Appropriate Packing Of Specimens And The Contractor Shall Notify The Lab Of Any Changes In Type Of Transport Used That May Differ From The Original Offer Or Change At Any Time.
**in The Event Of An Emergency Or Weather Conditions The Driver Is To Make Arrangements With Clinics For Late Pick-ups Or The Trip May Be Cancelled At No Cost To Us. This Should Be A Rare Event. **
if The Pathology And Lab Department Personnel Or Ancillary Services Have Not Received The Delivery By The Times Listed In The Table Above, They Will Call The Courier Point Of Contact (poc) And Ask Why The Delivery Is Late. The Poc Will Let The Requestor Or Designee Know The Reason For The Delay, Or They Will Call The Path And Lab Within Thirty (30) Minutes With Cause Of Delay And What Is Being Done To Resolve The Situation. This Information Will Be Sent Via Email To All Concerned Personnel, Including The Contracting Officer. The Courier Will Provide A Poc That May Be Reached When No Response Has Been Received After The 30 Minutes Has Expired.
laboratory Specimens Shall Be Delivered To Path And Lab Department Employee Only, Signing In As Required. Couriers Will Check In And Out At The Lab And Respective Clinics By Filling Out The Various Delivery Sign-in Sheets Available At Each Site, With Their Initials/date/time. Specimens Will Not Be Left Without Ensuring That A Path And Lab Department Employee Has Acknowledged Receipt Of The Container(s).
2.3.4.2. Coolers:
2.3.4.2.1. Contractor Shall Be Responsible For All Containers/coolers, And Other Items Provided By The Various Delivery Sites And Return Them To The Specified Clinic Location At The Next Scheduled Pick-up Date/time.
2.3.4.2.2. Specimen Coolers Will Be Provided By The Hospital And Will Be Liable For Replacement Of Any Cooler That Was Lost Or Damaged While In Their Care. Prior To Pick-up, Courier Will Visually Inspect The Cooler(s) For Damage.
2.3.4.2.3. Each Cooler Will Be Marked With Required Dot Labels, Biohazard Labels, And Deliver To Address And Clinic Name.
2.3.4.2.4. All Coolers Shall Be Transported In A Manner That Will Ensure That All Specimens Are Delivered In The Same Condition In Which They Were Received By The Courier Service. Couriers Are Not To Open Cooler(s) Without Va Employee Authorization.
2.3.5. Unscheduled Deliveries:
although There Is No History Of Unscheduled Deliveries At The Various Sites At This Point, The Government Reserves The Right To Call Upon The Contractor Should The Need Arise. The Contractor Shall Submit Any Claims Of Anything Other Than The Contract Daily Rate To The Contracting Officer, If Necessary, Within 48 Hours Of Performance Of The Unscheduled Delivery. Untimely Claims Will Not Be Considered.
2.3.6. Temperature Requirements: Contractor Must Maintain Proper Temperature In Vehicles And Climate Control For All Containers To Preserve Medical Supplies, Pharmaceuticals, Specimens, Films Etc. Insulated Transport Containers Will Be Provided By The Va Medical Centers For Pickup/delivery Of Specimens. All Contractor Vehicles Shall Have Heating And Air Conditioning To Maintain A Temperature Between 65- And 77-degrees Fahrenheit. During Transport Of Specimens From The Clinic, The Courier Service Will In All Aspects, Try To Prevent Any/all Extreme Temperature Changes To The Coolers Causing The Ice Inside To Melt. If The Temperature Inside The Cooler(s) Exceeds 77 Degrees Fahrenheit, The Specimens Will Become Unacceptable For Testing. If Supplies Are Not Delivered The Same Day, They Must Be Maintained At 39-77 Degrees Fahrenheit. Damages That Occur Due To Improper Temperature Controls Will Be Levied Against The Contractor.
2.3.7. Contractor S Duties And Responsibilities:
contractor Must Be A Courier Company With A State License And Carry A Minimum Of $1,000,000 Liability Insurance. All Couriers Transporting Specimens Under This Contract Must Have Two-way Radios, Cellular Phones, Or Pagers For Communication Purposes. Any Delays In Any Deliveries Are To Be Reported To:
appropriate Va Personnel - Points Of Contact: The Contractor Must Give Prior Notification To Each Clinic If The Scheduled Pick-up Time Cannot Be Met For Any Reason. Names May Change, But The Positions And Phone Number Will Not Change.
no Specimens Or Medications Shall Be Kept In The Possession Of The Contractor Overnight. In Case Of Failure To Arrive At Directed Facility By The Times Annotated In The Delivery Schedule, The Courier Shall Still Deliver All Items To The Path And Lab Service Employee Only, Signing In As Required. Couriers Will Check In And Out At The Lab By Filling Out The Delivery Sign-in Sheet (sample Included As Attachment) With Their Initials. Specimens Will Not Be Left Without Ensuring That A Laboratory Service Employee Has Acknowledged Receipt Of The Container(s). The Facility Labs Do Not Close, Although A Staff Member Would Need To Be Called In After 12am.
the Contractor Shall Provide All Couriers And Vehicles Needed To Perform The Services Described In This Contract. Each Vehicle Used In The Performance Of This Contract Shall Be Adequately Stocked With At Least One Up-to-date Complete Spill Kit For A Bio-hazardous Cleanup In Case Of Leakage Or Accidental Discharge From Controlled Containers.
(d) Privacy And Hippa Protections: The Contractor Shall Ensure The Confidentiality Of All Patient Information And Records Being Transported And Will Be Held Liable In The Event Of A Breach Of Confidentiality. The Contractor Shall Comply With The Provisions Of The Federal Privacy Act Of 1974 (public Law 93-579).
the Contractor Shall Maintain Their Motor Carrier Permit, Hazardous Material License Number, Certificate Of Training Of Couriers (employees), State Of Arizona Driver S Licenses, Vehicle Insurance, And Registration. The Service Contract Act Does Apply To This Contract. The Current Service Contract Act Wage Determination For This Area Is Attached For Each Facility. Employees Performing Under This Contract Must Be Paid At Least The Pay And Fringe Benefits Described Therein.
training: Contractor S Couriers Transporting Lab Specimens Must Be Trained In Universal Precautions In The Handling Of Biohazard Materials (specimens). Training Must Include Using Clinical Procedures In Case Of Biohazard Spills And Accidents. They Shall Also Be Trained In The Handling Of Oxygen Cylinders. Contractor Must Complete Facility Privacy And Security Training Annually. Proof Of Training Shall Be Provided Within 30 Days After Award Of This Contract To The Respective Facilities Pathology And Laboratory Medical Service And The Contracting Officer.
training Records Must Include And All Necessary Applications For Arizona:
hazmat Employee's Name;
completion Date Of Most Recent Training;
training Materials (copy, Description, Or Location);
name And Address Of Hazmat Trainer; And
certification That The Hazmat Employee Has Been Trained And Tested.
note: This Training Information Shall Be Included With Your Offer In Order To Be Determined Qualified For This Contract. If They Are Not Included, Your Offer May Not Be Considered For Award. Background Records
checks Are Now Required Before Getting A Hazardous Materials Endorsement In Arizona - The Requirement Is A Result Of The Us Patriot Act (public Law 107-56 Section 1012), And The Safe Explosives Act (public Law 107-296, Section 1121-1123), Ars § 28-3103(a)(2), And 49 Cfr 1572. See
http://www.azdot.gov/mvd For More Information On The Requirements For The State Of Arizona.
drivers: All Drivers Must Maintain A Valid Driver S License For The Type Of Vehicle Operated As Required By The State Of Arizona. A Record Of Each Driver As To Character And Physical Capabilities Of Performing The Duties As A Courier Must Be Maintained And Made Available To The Contracting Officer For Inspection Upon Request.
speed Limit On The Campus Of Northern Arizona Medical Center Is 15 Miles Per Hour And Must Be Observed At All Times.
key Personnel: The Contract Manager, Drivers, And Alternates, Must Be Able To Read, Write, Speak, And Understand English. 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. An Updated Listing Will Be Provided As Changes In Personnel Occur.
the Contractor S Personnel Shall Present A Neat Appearance And Be Easily Recognized As A Contract Employee. The Contractors Employee Shall Wear An Identification Tag That Includes The Company S Name/logo And Employee Name And Photograph. Contractor S Vehicle Shall Have The Company Name/logo Prominently Displayed.
the Contractor Shall Direct All Questions And Problems Regarding This Contract, To The Contracting Officer. The Contracting Officer Is The Sole Authority To Amend The Terms And Conditions Of This Requirement. All Changes Will Be Issued Via Amendment And/or Modifications In Writing From The Contracting Officer To The Contractor.
the Contracting Officer Shall Be Notified At The Earliest Time Available, But No Later Than The Next Business Day, Via Phone Of Contractor S Knowledge Of Any Conditions Which May Adversely Affect The Contractor S Ability To Perform Under The Terms And Conditions As Stated In The Specifications Of This Requirement. For Example, Union Strikes, Vehicle Problems, Licenses, Or Anything That Might Jeopardize The Terms And Conditions Of This Contract Should Be Reported To The Contracting Officer.
should Any Items Be Lost, Damaged Or Broken, The Contractor Shall Be Required To Submit A Written Report To The Contracting Officer Within Twenty-four (24) Hours Explaining The Circumstances. Failure To Provide The Report With The Specific Time Frame Will Cause Further Review By The Government To Determine If The Infraction Warrants Suspension/termination Of The Contract.
the Contractor Shall Be Required To Maintain A Record Log Of Courier Pickups And Deliveries, Indicating Time And Date Of Pickups, Number, And Description Of Items From Each Location, Along With Signatures. If The Contractor S Proposal Includes An Electronic/facsimile/automated System Of Courier Tracking, It Must Also Demonstrate How The Record Log Can Be Accessed When Needed. There May Be An Occasion Where The Exact Time Of Delivery And Name Of The Person Receiving The Item Is Imperative For An Investigation Into Patient Services. The Contractor Shall Provide Any Such Information Upon Request By The Contracting Officer (contracting Officer) Or Cor (contracting Officers Representative).
2.3.8. Quality Control: The Contractor Shall Develop And Maintain A Quality Control Program That Ensures Courier Services Are Performed In Accordance With These Specifications. The Contractor Shall Develop And Implement Procedures To Track, Identify Prevent, Remedy, And Ensure Non-recurrence Of Defective Services. The Contractor Shall Provide A Method To Accept And Resolve Customer Complaints And Notify The Customer Of The Resolution. The Contractor Shall Immediately Notify The Contracting Officer Upon Receipt Of A Customer Complaint So Joint Validation May Be Accomplished. The Contractor Is Responsible For Quality Control And Specification Compliance.
2.3.9. Quality Assurance: The Government Will Evaluate The Contractor S Performance Using Customer Complaint, Periodic On-site Inspection, And May At The Government S Discretion, Inspect Each Task To Verify Conformance And Acceptance Prior To Payment.
2.3.10. Evidence Of Responsibility: To Determine Responsibility, An Offeror Must Possess A Minimum Of Three Years Experience, Along With All Necessary Equipment, Personnel And Who Are Financially Responsible To Perform Courier Service As Required Under This Contract. Offerors Must Submit With Their Proposal The Following:
proof Of Liability And Worker S Compensation Insurance Motor Carrier Permit
all Applicable National, State, And Local Hazardous Material License S (if Required) And Training Of Drivers Oxygen Transport License (if Required)
oxygen Transport Training Of Drivers Hazmat Training
proof Of Vehicle Insurance
three Commercial Or Government References
the References May Be Contacted To Verify The Past Performance. Please Verify The Accuracy Of Their Addresses, Phone Numbers, And Contact Points. If No Response Is Received From Your References, Your Past Performance Will Be More Difficult To Determine.
the Government Reserves The Right To Thoroughly Inspect And Investigate The Establishment S Vehicles, Facilities, Business Reputation And Other Qualifications Of Any Offeror And To Reject Any Offer Irrespective Of Price If It Shall Be Administratively Determined Lacking In Any Of The Essentials Necessary To Assure Acceptable Standard Of Performance.
Closing Date7 Feb 2025
Tender AmountRefer Documents
DEPARTMENT OF TOURISM REGION I Tender
Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Project: 2024 Wsl World Junior Championships And 2025 La Union International Pro Qualifying Series Requirement: Procurement For Ground Handling Services I. Background And Objective The World Surf League (wsl) Is Once Again Bringing To La Union One Of Its Most Prestigious International Single Events, The 2024 Wsl World Junior Championships On January 13- 19, 2025 In Partnership With The Tourism Promotions Board, The Department Of Tourism Region 1 And The Provincial Government Of La Union. The 2024 Wsl World Junior Championships Will Feature 24 Men And 24 Women, Aged 20-years And Under, The Best Of The Best From Seven Different Regions Around The World, Including Australia / Oceania, Asia, Africa, Europe, Hawaii / Tahiti Nui, North America, And South America, On Their Quest To Become The 2024 Wsl World Junior Champions. In Addition, The 2025 Wsl La Union International Pro Longboard Qualifying Series Will Also Be Happening In The Same Venue On January 20-22, 2025. As The Host Venue, These Competitions Reinforce La Union’s Status As A Premiere Surfing Destination And The Philippines’ Position On Global Surfing Map. It Will Also Provide Our Filipino Surfers The Invaluable Opportunity To Compete Alongside The Best In The World While Giving Economic Opportunity And Benefits To Local Community Stakeholders. With This, Preparations Are Underway To Ensure That The Athletes And Their Companions Are Provided With A Filipino Brand Of Experience During Their Stay In Our Country. As One Of The Main Partners In Staging The Said Events, The Department Of Tourism Is Requested To Provide Assistance In The Following: Ensure That A Safety And Security Plan Is In Place For The Duration Of The Event Ensure The Proper Arrival Reception, Registration And Profiling Of All Participants; Assist In The Installation Of Event Collaterals Within The Venue And Nearby Areas; Secure Internet Service Provider Partner; Assists With In-event Logistics And Coordination, Including The Management Of Working Committees' Meals; Host The Opening And Welcome Ceremonies With Pre-event Press Conference In Relation To This, The Department Of Tourism Region 1 Requires The Services Of An Event Organizer To Assist The Dot Region 1 In The Management And Facilitation Of The Event And Its Various Activities Including Provision Of The Various Logistical Requirements For The Duration Of The Event. Ii. Specifications Requirement Specifications Transportation Land Transportation Service 1 Unit Fully Air-conditioned 24-seater Coaster With Comfortable Seats And Head Rest - Manila – La Union (january 12) - La Union – Manila (january 13) With Space For Luggage With Driver In Proper Uniform And Id (supplier Shall Provide For Their Meals And Accommodation) 1 Unit Fully Air-conditioned 24-seater Coaster With Comfortable Seats And Head Rest - Manila – La Union (january 19) - Service Around La Union (january 20-21) - La Union – Manila (january 22) With Space For Luggage With Driver In Proper Uniform And Id (supplier Shall Provide For Their Meals And Accommodation) Accommodation Fully Air-conditioned Rooms With Toilet And Bath (hot And Cold Shower), Bathroom Amenities, Strong And Steady Wi-fi Connection, Complimentary Buffet Breakfast Twin- Sharing Rooms For Twenty (20) Pax For Three (3) Nights On Specified Dates Within January 12-22, 2025 As Provided By The End-user Single Occupancy Rooms For Five (5) Pax For 2 Nights On Specified Dates Within January 12-22, 2025 As Provided By The End-user Hotel Location Must Be Within 15-20 Minutes Ride From The Wsl Event Venue In San Juan, La Union And Approved By The End- User With Spacious Parking Space, Hotel Security, 24-hour Front Desk And Housekeeping Services Meals Meal Provisions For The Following Dates And Activities: Am Snacks Buffet Lunch Pm Snacks Buffet Dinner January 12 Am Snacks And Lunch For 35 Pax January 13 Am And Pm Snacks, Lunch And Dinner For 35 Pax January 19 Am And Pm Snacks, Lunch And Dinner For 35 Pax January 20 Am And Pm Snacks, Lunch And Dinner For 35 Pax January 21 Am And Pm Snacks, Lunch And Dinner For 35 Pax Location/ Venue Per Meal As Well As Suggested Serving Time And Manner Will Be Based On An Approved Itinerary. Dates Of Activities May Also Vary During The Actual Implementation Menu Option Must Showcase Local Food And Gastronomy Upon The Suggestion Or Approval Of The Project Officer Coordinator At Least One (1) Designated Tour Coordinator To Assist Project Officer In The Facilitation Of The Entire Itinerary The Service Provider Shall Work In Close Coordination With The Dot Region 1 Project Team In The Implementation And Facilitation Of The Said Project. Any Changes In The Logistical Requirements Shall Be Coordinated By Dot R1 To The Service Provider And Vice Versa For Necessary Adjustment Which Shall Be Agreed Upon By Both Parties At No Additional Cost. Approved Budget Of The Contract The Approved Budget Of The Contract Is Six Hundred Fifty- Six Thousand And Seventy- Five Pesos Only (php 656,075.00) – Inclusive Of Tax. Mode Of Payment – (government Procedure) One-time Direct Bank Payment Through List Of Due And Demandable Accounts Payable-advise To Debit Account (lddap-ada) Or Check Upon Completion Of All Deliverables And Receipt Of Statement Of Account Based On Actual Utilization/number Of Pax Utilized Inclusive Of Applicable Taxes. Qualification Of Bidders/ Legal Technical Requirements Certificate Of Philgeps Registration/number Current Mayor’s/business Permit Updated Annual Income Tax Return Omnibus Sworn Statement Company Profile Engaged In The Business For At Least Three (3) Years At The Date And Time Of The Opening Of Bids; Must Have A Minimum Of 3 Years’ Experience In Providing Logistical Requirements For Small, Medium, Or Largescale Events, And The Activities Reminders To Bidders: 1. Please Note That Projects Will Be Awarded Per Lot. 2. All Bidders Must Submit Their Mayor’s/business Permit, Philgeps Certificate/number, Annual Income Tax Return And Omnibus Sworn Statement With Their Quotations/proposals Per Lot Not Later Than The Indicated Deadline On The Philgeps Website. 3. Shall There Be Any Clarifications Or Questions, You May Contact The Bac Secretariat Through Dot1@tourism.gov.ph Or Cp No. 09171564250.
Closing Date10 Jan 2025
Tender AmountPHP 656 K (USD 11.3 K)
6601-6610 of 8446 archived Tenders