Transportation Tenders
Transportation Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Page 14 Of 14
no Phone Calls. Send Any Responses By E-mail Only. As This Is A Sources Sought Notice For Market Research Purposes, The Government Will Not Accept Any Technical Questions At This Time.
this Is A Sources Sought Notice To Determine Small Business Sources Capable Of Providing Hazardous Waste Management Services Per This Notice Under Naics 562211 (hazardous Spill Containment And Clean-up Equipment And Material). Small Business Size Standard Is $47 Million. Product Service Code (psc) Is 4235 (hazardous Waste Treatment And Disposal). background:
this Is A Sources Sought Notice Being Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research. This Notice Is Issued Solely For Informational, Market Research, And Planning Purposes Only. It Does Not Constitute A Solicitation Or A Promise To Issue A Solicitation In The Future.â This Notice Does Not Commit The Federal Government To Contract For Any Service At This Time.
further, The U.s.t Department Of Veterans Affairs, Network Contracting Office (nco) 23/ Supply Services Team 1 Is Not At This Time Seeking Offers And Will Not Accept Unsolicited Offers.â respondents Are Advised That The Federal Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party S Expense. responses To This Notice Are Not Offers And Cannot Be Accepted By The Federal Government To Form A Binding Contract.â Although The Term Offeror Is Used In This Notice, Your Respective Organization S Response Will Be Treated As Information Only And Shall Not Be Used As An Offer.
objective:
the Objective Of This Notice Is To Conduct Market Research To Determine If There Are Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Sources, Or Any Other Small Businesses Capable Of Providing Hazardous Waste Management Services For The St. Cloud, Mn Va Hcs.
description Of Service:
see Attached Proposed Statement Of Work. places Of Performance: see Attached Proposed Statement Of Work. potential Scope Of Work: see Attached Proposed Statement Of Work. potential Certifications And Licensure: see Attached Proposed Statement Of Work. submittal Of Responses:
responses Shall Be Sent Via Electronic Mail Only By 5:00 Pm Central Standard Time (cst), 1-10-2025 To:
amanda Patterson-elliott
contracting Specialist
e-mail: Amanda.patterson-elliott@va.gov
offerors Shall Submit A Capability Statement Indicating Their Ability And Experience To Provide The Services Cited Above; Such Statement Shall Also List:
name Of Offeror
address Of Offeror
uei Number Of Offeror
point Of Contact Name, Phone Number, And E-mail Of Offeror
whether Or Not Vendor Is Sdvosb Or Vosb; Sdvosb And Vosb Will Be Verified Through Vet Biz At Https://veterans.certify.sba.gov/ . whether Or Not Vendor Has General Services Administration (gsa) Federal Supply Schedule (fss) Contract; If So, Please Provide Gsa Fss Contract Number Certifications And Licensure That Its Applicable Staff Holds disclaimer This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
statement Of Work title: Hazardous Waste Management Services overview: The St. Cloud Va Has A Need For A Qualified Contractor With The Capability And Capacity To Provide Disposal Services For Hazardous Waste, Non-hazardous Chemical Waste, Specialty Waste (i.e. Hazardous Pharmaceutical, High Hazardous Waste, Dea Drug Waste, Non-hazardous Pharmaceutical, And Dual Waste [hazardous Chemical And Bio-hazardous Combined]), Universal Waste, Emergency Spill Response Services, Lab Pack Services That Include Supplies, Labeling, Lab-packing, Consolidation, Shipment, Manifesting, And Consulting. this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste Except For Dual (chemical And Infectious Combined) Waste. acronyms:
a. Co Contracting Officer
b. Cor Contracting Officer S Representative
c. Va Department Of Veterans Affairs
d. Vahcs St. Cloud Va Health Care System
e. Sow Statement Of Work f. Osha - Occupational Safety And Health Administration
g. Epa - Environmental Protection Agency
h. Dot Department Of Transportation
i. Mpca Minnesota Pollution Control Agency j. Jc Joint Commission
k. Mdh Minnesota Department Of Health
l. Cdc Centers For Disease Control
m. Dea Drug Enforcement Administration
n. Rcra Resource Conservation And Recovery Act o. Cfr Code Of Federal Regulations p. Contractor Employee Means All Contractor Staff, Technicians, Personnel, Subcontractors Or Persons Working On Behalf Of The Contractor. 4. Place Of Performance: st. Cloud Va Health Care System, 4801 Veterans Drive, St. Cloud, Mn 56303 period Of Performance:
this Contract Will Be A Single Award, Firm Fixed Price Indefinite Delivery, Indefinite Quantity, Service Contract For One (1) Base Year From 02/01/2025 01/31/2026 With Four (4) Option Years. Renewal Of Option Years Is Subject To Availability Of The Next Fiscal Year Funding.
qualifications And Special Certifications:
contractor Must Obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste. *the Primary Contractor Must Own Their Own Licensed Treatment, Storage, And Disposal Facilities. treatment, Storage And Disposal Facilities (tsdfs) Need A Resource Conversation And Recovery Act (rcra) Permit. federal Certificate Of Registration To Transport Hazardous Waste federal Safety Permit To Travel On Highways if Waste Covered Under This Contract Must Be Transported Through A Jurisdiction Which Requires Special Licensing Or Permitting, The Contractor And/or Subcontractor Shall Obtain And Maintain All Necessary Licenses And Permits. The Contractor Shall Provide Copies Of These Licenses And Permits To The Cor. the Contractor And/or Subcontractor Shall, Without Additional Cost To The St. Cloud Vahcs Or Federal Government, Provide And Maintain All Licenses And Permits For Personnel, Trailers, Containers, Vehicles, And Other Resources Required For Proper Transportation And Disposal Of The Wastes Covered Under This Contract In Accordance With All Applicable Federal, State, Local, Municipal, And Va, Laws, Regulations, And Requirements. if Appropriate Licenses And Permits Are Not Maintained In Accordance With These Applicable Laws, Regulations And Requirements, The St. Cloud Vahcs May Terminate The Contract Effective Upon Discovery. the Contractor Is Required To Perform Characterization Of All Waste Streams Identified By Each Facility Using Process Knowledge, Identity Of The Chemicals, And Other Types Of Chemical Analysis Including But Not Limited To Toxicity Characteristic Leaching Procedure (tclp). chemical Wastes Shall Include But Not Be Limited To Flammables, Corrosives, Poisons/toxics/lethal, Reactive Wastes, Dual And Hazardous Waste, And Universal Waste. Work Shall Be Performed In Accordance With All Applicable, Federal, State, Local And All Governing Regulations. the Successful Offeror Must Possess The Necessary Technical Expertise And Resources Required By This Statement Of Work To Be Considered For Contract Award. regulations / Directives / Policies:
the Contractor Must Comply With All Applicable Federal (us Epa, Us Osha, Us Dot), State (mn Osha, Mpca), Interstate, National Consensus Standards (jc), And Local Requirements, Rules, Regulations, And Laws Relative To The Handling, Removal, Manifesting, Transportation, Management, Disposal And/or Treatment Of Hazardous, Non-hazardous And Specialty Wastes. the Contractor May Not Attempt To Circumvent Mn01 Lethality Waste Characteristics By Repackaging And Reprofiling In Another State. scope Of Work:
contractor Shall Provide All Labor, Personnel, Transportation, Vehicles, Equipment, Tools, And Materials Necessary To Provide Hazardous Waste Management Services. contractor Shall Have The Capability And Capacity To Provide Hazardous, Dual, Universal, And Dea Drug Waste, Waste Disposal Services, Lab Packs, And Removal Of Non-hazardous Chemical Waste Removal And Disposal From The Vahcs, In Accordance With Current Federal, State, And Local Regulations.
services Shall Include Pharmaceutical Formulary Review; Technical Consulting; Electronic Record Keeping; Emergency Spill Response; Analysis, Documentation, Waste Treatment, Disposal And Support Services Required To Categorize, Package, Transport, Document And Dispose Of Hazardous, High Hazardous, Dual, And Universal, And Non-hazardous Chemical Wastes And Their Containers. the Certification And Accreditation Requirements Under Va Handbook 6500 Do Not Apply, And As Such A Security Accreditation Package Is Not Required. wate Removal And Shipment: the Contract Will Include Removal, Documentation, And Shipment Of Wastes From The Designated Hazardous Waste Storage Area At The St. Cloud Va Hcs. this Will Include Periodic Shipments Of Dea Controlled Substances Waste And All Labor And Equipment To Package, Transport, Treat And Dispose Of Waste. Protection And Mandates: contractor Will Provide Appropriate Protection For His/her Employees To Be Within Cdc Guidelines That Include Barrier Precautions, I.e., Gloves, Masks, Eyewear And/or Waterproof Gowns, Aprons, (lab) Coats Or Respirators As Necessary. cor Or Cor Designee Will Notify Contractor Of Areas With The Health Care Systems Or Unusual Circumstances Requiring Personal Protective Equipment (ppe) Beyond Standard Practices. contractor Will Comply With All Applicable Osha, Mpca, The Joint Commission, Mdh, Federal, State, Interstate And Local Requirements, Rules, Regulations, And Laws Respecting Control And Abatement Of Pharmaceutical And Hazardous Waste Disposal And Management. obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste. this Includes Any Laws In Other States That Are Applicable To The Transportation Of Hazardous/dual Waste Across State Lines. potential Successful Contractor May Be Asked For Documentation That Will Help Determine Contractor Responsibility And Whether The Transporter Is Aware Of And In Compliance With (these) Regulatory Requirements.
the Vahcs Requires Hazardous Waste Removal At A Minimum Of Six (6) Visits Per Year/every Other Month. contractor Must Check In With The Cor Or His/her Designee Prior To Beginning Any Work And After Completion. shipments Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste Must Be Provided Every Other Month, Or As Needed Based On Generation. periodic Shipments Of Dea Controlled Substances Waste. all Labor And Equipment To Package, Transport, Treat And Dispose Of Waste. technical Expertise To Categorize And Profile Waste And Advise On Federal, State, Municipal And Local Regulatory Compliance. consulting Services
at The St. Cloud Va S Request, The Contractor Will Provide Technical Expert Consulting Services On Topics Related To Epa, State Specific Rcra, Dot, And Other Environmental Regulations. pharmaceutical Formulary Review Annual Update annual Pharmaceutical Formulary Review And Report That Identifies All Listed And Characteristic Waste And Codes Including Minnesota Specific Waste Codes.
the Contractor Will Provide An Electronic Review Of The Vahcs Formulary And Provide Recommendations As Appropriate. the Completed Review Will Identify All Listed Waste, Characteristic Waste, And Rcra-equivalent Waste, Including State Specific Waste Codes, E.g. Mn01 Lethal. the Final Review Will Be Submitted In Microsoft Excel Spreadsheet In An Electronic File. electronic Record Keeping And Reporting. controlled Substances Disposal
contractor Personnel Will Be Escorted By Vahcs Staff. the Contractor Will Be Responsible For The Disposal Of Controlled Substances From The St. Cloud Va Hcs Pharmacy In Compliance With All Applicable Dea, Epa, Mpca, And Local Regulations And The Needs Of The Department Of Veterans Affairs.
transportation: Hazardous Waste Shall Be Transported On The Public Highways In Vehicles That Are Licensed, Permitted, Or Otherwise Registered In Accordance With All Applicable Federal, State, Municipal And Local Laws. license Number(s) Must Be Posted On The Exterior Of The Vehicles. each Vehicle Transporting Hazardous Waste Must Have An Emergency Spill Clean-up Plan And Basic Cleanup Equipment On Board. out Of Country Shipments Are Prohibited Under This Contract.
disposal: Contractor Will Dispose Of Hazardous Waste In A Manner That Leaves No Future Expense Potential To The Va Or The Federal Government. Chemicals Should Be Disposed Of In The Following Preferred Priority:
the Treatment Of The Chemical Waste (at A Facility Approved For Such Processing By An Appropriate State Or Federal Agency) In A Manner That Renders It No Longer A Hazardous Waste As Defined In The 40 Cfr Series. These Processes Include (but Are Not Limited To):
reprocessing Or Recovery Followed By Recycling/reuse.
chemical Neutralization Or Detoxification.
thermal Treatment (e.g. Incineration, Pyrolysis). the Long-term Internment (burial) In A Secure Chemical Landfill Site Approved For Such By The Appropriate State Or Federal Agency.
acceptance Of The Hazardous Property (chemical Wastes) At A Properly Permitted Treatment, Storage, Or Disposal Site Does Not Constitute Disposal And/or Completion Of The Contract. it Is The Prime Contractor S Responsibility To Obtain All Necessary Documentation To Prove That The Timely End Disposal Of All Items Has Been Accomplished.
contractor Shall Provide The Cor With A List Of Disposal Facilities That Will Be Used In Conjunction With This Contract. This List Must Include The Name Of The Company, Address, City, And State, Zip Code, Telephone Number, Epa Id And State Permit Number.
this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste With The Exception Of Dual (chemical And Infectious Combined) Waste.
waste Spill Or Release: Should Waste Be Spilled Or Released During The Performance Of Services, Through No Fault Of The St. Cloud Va Hcs, The Contractor Will Be Responsible For Cleanup And All Costs Associated With The Satisfactory Remediation Of The Incident. this Will Include The Cost Of All Labor And Materials, Repair Of Any Damage, And/or Harm Caused To Patients, Visitors, And Staff. Cleanup Shall Be Performed To The Satisfaction Of Regulatory Authorities And The Cor.
when Waste Is Spilled Or Release By The Contractor During The Performance Of Services The Contractor Shall Submit A Spill Report. such Incidents Shall Be Reported To The Cor Immediately By Telephone And In Writing No Later Than Seven (7) Workdays After Leaving The Site. the Spill Report Shall List At A Minimum The Type Of Spill, Amount Of Waste, And Personnel Exposed To The Spilled Waste.
the Contractor Shall Provide Certification That The Spill Was Cleaned Up, A Statement Concerning The Effect On Any Employees, And A Description Of The Cause And Corrective Measure Instituted By Contractor To Ensure Spills Do Not Occur Again. Schedule:
the Contractor And Cor Will Arrange For Scheduled/routine (non-emergency) Services That Occur On A Bi-monthly Basis. work Hours: the Contractor Shall Perform Services During Normal Business Hours, 8:00 Am - 4:30 Pm, Monday Through Friday, Excluding Federal Holidays. The Eleven National Holidays Observed By The Federal Government Are: New Years Day January 1st Martin Luther King Jr. Day Third Monday In January Presidents Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19th Independence Day July 4th Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11th Thanksgiving Day Fourth Thursday In November Christmas Day December 25th Any Additional Federal Holiday Declared By The President Of The United States if The Holiday Falls On A Saturday, The Previous Friday Will Be Observed And If The Holiday Falls On A Sunday, The Following Monday Will Be Observed. the Cor Or Dot Hazmat Certified Designee Are Available During Those Hours For The Approval/signature Of Shipping Manifests And Other Required Documentation Unless Exigent Circumstances Require Services During An Unscheduled Time. any Service Performed Outside Of Normal Working Hours Shall Be Approved In Advance By The Contracting Officer S Representative Cor. after-hours Access Will Be Coordinated With The Gems Program Manager Or The Gems Program Manager S Site Designee. emergency Services:
the Contractor Must Be Available 24/7 And Will Take Responsibility For Up To Two (2) Chemical Spills/releases Per Year At The St. Cloud Va Hcs. the Contractor Shall Provide A Primary And Alternate Point Of Contact To The Cor Within 5 Days Of Contract Award. Information Shall Include A 24-hour Emergency Contact (name, Telephone #, Mobile #) Available During Contractor S Non-business Hours.
training For Contractor Personnel:
the Contractor S On-site Staff Shall Have Training In Hazardous Waste Handling And Emergency Procedures And Provide Documentation Of This Training. this Training Shall Include Osha, Epa, Minnesota Pollution Control, And Dot (including Hm 181) Regulations. permits, Licenses, And Regulatory Compliance:
the Contractor Shall Maintain All Applicable Permits And Licenses For Services Provided And Comply With All Applicable Federal, State, Municipal And Local Laws, Rules, And Regulations. the Contractor Will Obtain And Maintain Any Additional Permits And Licenses That May Be Required Because Of Changes In Regulations. this Includes Compliance With All Occupational Safety And Health Administration (osha), Environmental Protection Agency (epa), Minnesota Pollution Control Agency (mpca), Joint Commission (jc), Minnesota Department Of Health (mdh) Requirements And Requirements In Other States Applicable To The Transportation And Disposal Of Waste That Crosses State Lines. the Following Shall Be Provided To The Contracting Officer With Bid Proposal Submission For Evaluation Purposes And Annually Within Thirty (30) Days Of The Renewal Date Of This Contract With Any Changes To Original Submission Clearly Identified And Highlighted: current Waste Transporter Permit(s) For The Contractor And Subcontractors. list Of All Transfer Stations, Treatment, Storage, And Disposal Facilities (tsdfs) Including Incineration, Wastewater And Sludge Treatment Facilities That Shall Be Utilized During This Contract To Include The Capacity Of These Facilities And The Waste Codes For The Waste Streams They Are Permitted To Accept By Treatment Technology. address, Phone Number And Other Contact Information Shall Be Provided. the Va Reserves The Right To Inspect Each Of These Facilities Before Approving Its Use Or At Any Time During Or After Contract Period While Va Wastes Are Present. copy Of Operator Permit(s) certificates Of Training And Experience Of Contractor/subcontractor Staff And Personnel Who Will Perform Site Work Under This Contract (all Technicians That Will Work On Va Premises Will Be Expected To Have Received At Least The Minimum Training Required By Law As Specified In 29cfr 1910-120, 40 Cfr Parts 260-265 And 49 Cfr Parts 171-178). provide The Contractor S/subcontractor Experience In Hazardous Waste Packaging, Transport, And Disposal. provide A Copy Of Us Epa Identification Number(s) Certificate For Each Business Entity Operated Or Contracted By The Contractor That Will Provide Service Regarding Any Aspect Of Va Waste Disposal Program (i.e. Storage, Transfer, Incinerator Sites.) provided A Copy Of Certificate Of Registration With The State Epa As A Hazardous Waste Hauler For Each Business Entity Operated By The Contractor That Will Provide Hazardous Waste Transportation Services For Any Aspect Of Va Waste Disposal Program. provide Written Acknowledgement Of Responsibility For Acquisition Of All Applicable Business Licenses And Permits Required By Law. contractor Shall Certify That It Acknowledges And Is In Possession Of All Required Business Licenses And Permits. provide A List Of Any Violations And/or Citations That The Contractor And Subcontractors Have Received For Non-compliance With Any Hazardous Waste Laws, Permit Requirements, And/or Osha Requirements For The Past Three Years From The Date Of Submission. contractor Shall Include Information On All Related Business Entities Including Associated Firms That Are Owned By The Contractor Or Owned By A Common Parent Company That Will Be Involved In Any Portion Of The Processing Of Va Waste Disposal Program. if No Discharge Or Violations Have Occurred, Contractor Must Provide A Statement That Certifies No Discharges Or Violations Have Occurred. provide A Plan Describing Standard Operating Procedures (sops) That Will Be Followed While Conducting Normal Hazardous Waste Management Activities. The Contractor Shall Describe: site Safety And Contingency Procedures (e.g. Spill Management). operational Procedures And Site Management Structure. supplies And Equipment Practices.
material Sampling Procedures.
hazard Assessment And Categorization Procedures.
packing Procedures.
quality Assurance And Quality Control Procedures To Ensure Materials Are Properly Identified, Categorized, And Packaged, And Paperwork Is Properly Completed.
procedures For Gaining Waste Acceptance Into A Transfer/ Disposal Facility.
contractor And Project Management Procedures. provide The Following Information Regarding The Hazardous Waste Fleet Owned And Operated By The Contractor: basic Description Of Transportation Services Offered And Capabilities.
fleet Description Of Number, Types, And Ages Of Vehicles.
description Of Service And Maintenance Programs.
types Of Materials Licensed To Haul.
latest Dot Or Mcs Rating (include A Copy Of The Last Inspection).
the Dot/mn Dot Compliance Record.
description Of Driver Qualifications Including Training Programs, And Experience.
provide Evidence That Background Checks Have Been Performed On All Employees That Will Perform Any Duties Under This Contract. provide The Following Information On The Contractor's Emergency Response (er) Capabilities (or Any Changes To Original Submission): contractor's Er Policies. Er Capabilities And Experience And Limitations.
type Of Er Equipment Maintained (specify If Owned Or Subcontracted And From Whom).
personnel Availability, Training, And Experience.
contractor's Emergency Response Procedure Shall Describe:
how To Request An Emergency Response.
how The Contractor Notifies Personnel And Initiates Response Action.
incident Command Procedures Followed By The Contractor.
er Work Practices.
er Protection Of Health And Safety Practices.
er Invoicing Policy. provide A Detailed Site Safety Plan That Will Be Used To Ensure That Workers And Nearby Population Will Be Adequately Protected During Packaging And Removal Operations. provide Information Identifying Any Proposed Subcontractors And Identifying Services To Be Performed By The Subcontractors. contractor Must Submit Evidence That Subcontractor Is Qualified And Legally Able To Provide Services. (all Subcontractors Must Be Approved By The Facility Gems Program Manager And Contracting Officer Prior To Performing Any Duties Under This Contract). the Government Reserves The Right To Prohibit The Contractor From Employing The Services Of A Subcontractor Who Does Not Possess The Ability To Satisfactorily Perform In Accordance With The Provisions Of This Statement Of Work. the Use Of A Subcontractor Or Subcontractors Does Not Relieve The Contractor From Any Requirements Set Forth In This Statement Of Work. the Contractor Is Responsible For Ensuring That Any Subcontractor(s) Perform In Accordance With The Terms And Conditions Of This Statement Of Work. Subcontractors Will Also Comply With (j) Of This Section. provide A List Of Names, Titles, Addresses, Telephone Numbers (including Cellular), Pager/beeper Numbers, Facsimile Numbers, And E-mail Addresses Of Key Managers, Supervisors, Customer Service, And Field Service Personnel Performing Under This Contract. provide Written Standard Operating Procedures (sops) For The Collection, Handling, Accumulation, Sampling, Lab Testing, Characterization, Packing, And Shipping Of Hazardous, Universal, And Non-hazardous Wastes. provide A Single Point Of Contact For Each Facility With Backup. provide A List Of Names, Titles, Addresses, Telephone Numbers (including Cellular), Pager/beeper Numbers, Facsimile Numbers, And E-mail Addresses Of Key Managers, Supervisors, Customer Service, And Field Service Personnel Performing Under This Contract. records And Reporting Requirements: contractor Shall Provide A Centralized Online Electronic Waste Tracking System That Is Exportable To The Va System Via Microsoft Excel Spreadsheet. the Centralized Tracking System Will Include A Centralized Database For All Waste Characterizations And Determinations, Waste Profiles, Hazardous Waste Manifests, Universal Bill Of Lading For Universal Wastes, Methods Of Final (end) Disposal, Final (end) Disposal Sites, Shipping Information, Monthly, Quarterly And Annual Waste Generation Reports By Facility, Training Records, A Tracking System For Hazardous Materials Spills And All Recordkeeping, And Reporting Needed To Operate And Manage The St. Cloud Va Hcs Hazardous Waste Management Program. the Contractor Will Be Responsible For Providing A Database That Will Be Able To Generate Reports On Hazardous Waste Activities, Waste Characterization Profiles, Annual Generation By Facility And Other Information Necessary For The Successful Operation And Management Of A Hazardous Waste Management Program. this Will Be Readily Exported To A Format Such As Microsoft Excel. prior To The Shipment Of Waste, The Contractor Will Furnish A Properly Prepared And Legible Copy Of The Appropriate Manifests And Shipping Papers. fully Executed Manifests Will Be Provided To The St. Cloud Va Hcs Within Thirty (30) Days Of Shipment. the Contractor Will Provide A Certificate Of Disposal For All Waste Disposed Clearly Indicating Proper Treatment And Disposal. 14. Safety: The Contractor Shall Take Such Safety Precautions As The Co Or Cor May Determine To Be Reasonably Necessary. the Co Or His/her Designee Will Notify The Contractor Of Any Noncompliance. the Contractor Shall, After Receipt Of Such Notice, Immediately Correct The Conditions To Which Attention Has Been Directed. such Notice, When Served In Person On The Contractor Or His/her Representative At The Site Of Work, Or Telephonically To Contractor S Designated Representative, Shall Be Deemed Sufficient For The Previously Mentioned. if The Contractor Fails Or Refuses To Comply Promptly To Satisfactorily Abate The Hazardous Condition Or Situation, The Co May Issue An Order Stopping All Or Any Part Of The Work And Hold The Contractor In Material Breach Of This Contract.
15. Work Practices And Standards: The Contractor Shall Have Established Standard Operating Procedures That Will Be Followed While Conducting Hazardous Waste Management Activities. this Includes Site Safety And Contingency Procedures, Strike Contingency Plan, Operational Procedures, Use And Maintenance Of Supplies And Equipment Procedures, Material Sampling Procedures, Waste Categorization Procedures, Packaging Procedures, Quality Assurance Plan, Procedures For Gaining Waste Acceptance Into A Facility, And Project Management Procedures. 16. Quality Assurance: The Contractor Shall Maintain A Quality Assurance Program To Assure Services Are Performed In Accordance With Commonly Accepted Commercial Practices. the Contractor Shall Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. as A Minimum, The Contractor Shall Develop Quality Control Procedures Addressing The Areas Identified In The Next Paragraph. timely Shipment Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste And Dea Controlled Substances Waste.
timely And Properly Completed Manifest And Shipping Papers.
sufficient And Competent Personnel Including Personnel With Expertise To Perform Waste Characterizations, Profiles, And Consultation Services.
sufficient Equipment And Supplies In Good Working Condition.
fully Functional Online Record Keeping And Reporting System Accessible Always. timely And Accurate Billing System. the Government Will Periodically Evaluate The Contractor Performance By Appointing A Representative(s) To Monitor Performance To Ensure Services Are Received. the Government May Inspect Each Task As Completed Or Increase The Number Of Quality Control Inspections If Deemed Appropriate. likewise, The Government May Decrease The Number Of Quality Control Inspections If Performance Dictates.
17. Competent Personnel: Contractor Personnel Who Perform Services For The St. Cloud Va Hcs Must Be Competent, Experienced, And Qualified To Perform Such Services. all Work Shall Be Performed In Accordance With Established Waste Management Practices. appropriate Handling Of Waste Is Essential For The Safety Of Government And Contractor Employees And Cost Containment. the Contractor Shall Furnish And Ensure All Personal Protective Equipment (ppe) For Contractor Employees Is In Good Condition. the Contractor Shall Provide Employee Training On Established Policies And Procedures For Waste Handling. contractor Employees Providing Site Services Shall Be Certified In Forty (40) Hour Hazardous Waste Operations And Emergency Response (hazwoper) Training And Wear Appropriate Protective Equipment When Handling Hazardous Waste. the Contractor Shall Submit Proof Of Appropriate Training And Experience To The Cor Upon Request. contractor Employees Should Be Enrolled In A Medical Surveillance Program That Meets The Standards Of 29 Cfr 1910 At The Expense Of The Contractor. 18. Identification, Check-in, Parking And Smoking: Contractor Employees Shall Notify Cor Or Designees Upon Arrival To Campus And Prior To Commencement Of Work. during Off-hours Emergency Response Activities Contractor Personnel Should Check In With Va Police If The Cor Or Designee Is Not Available. smoking Is Prohibited On Va Property.
possession Of Weapons Or Contraband Is Prohibited. enclosed Containers, Including Tool Kits, Shall Be Subject To Search. 19. Indemnification: It Shall Be Expressly Agreed And Understood By The Contractor And The St. Cloud Va Hcs That The Contractor Agrees To Indemnify The St. Cloud Va Hcs Against All Liabilities, Claims, Penalties, Incident Of Death, Bodily Injuries, Destruction Or Damage To Property, Contamination Or Adverse Effects On The Environment Or Any Violation Of Government Laws, Rules Or Regulations, Caused In Whole Or Part By The Contractor S Breach Of Any Term Of The Contract Or Any Negligent Or Willful Act Or Omission Of The Contractor, Its Employees Or Subcontractors In The Performance Of This Contract. 20. Penalties And Fines: The Contractor Shall Satisfy All Applicable Regulatory Agency Requirements. in The Event A Regulatory Agency Assesses A Monetary Fine Against The St. Cloud Va Hcs For Violations Caused By The Contractor, The Contractor Shall Reimburse The St. Cloud Va For The Fine. 21. Authorized Services: Only The Services Specified In The Sow Will Be Authorized Under The Contract. the Co In Consultation With The Cor May Authorize Additional Services Or Repairs Under A Separate Purchase Authorization. reimbursement Will Not Be Made Unless Prior Authorization Is Obtained. 22. Invoices And Payment: Payment Of Services Rendered Under This Contract Will Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice. invoice Must Include, But Not Limited To:
contract Number purchase Order Number
manifest Number(s)
complete And Accurate Description Of Services dates Of Performance amounts
unit Price
extended Totals
any Other Data Relevant For Payment Purposes
the Government Shall Not Authorize Payment Until Such Time That The Cor Or His/her Designee Receives All Properly Executed And Signed Documentation. 23. Insurance: Owners And Contractor S Insurance: The Contractor Shall Obtain At His Own Expense, General Liability Insurance In The Amount Of Not Less Than $500,000.00 For Protection Against Claims Of Personal Injury, And $50,000.00 Per Occurrence For Damage To Property, Arising Out Of This Contract. professional Liability Insurance: The Contractor Shall Obtain At His Own Expense, Professional Liability Insurance For Services To Be Performed Pursuant To This Contract, Insuring The Contractor Against Malpractice Or Errors And Omissions Of The Contractor In The Amount Required By State And Local Authorities. $10 Million In Pollution Control Liability Insurance. workers Compensation And Employer Liability: $100,000.00
automobile Liability: $200,00.00 Per Person And $500,000.00 Per Occurrence For Bodily Injury And $20,000 Per Occurrence For Property Damage. at All Times During Performance, The Contractor Shall Maintain With The Contracting Officer, A Current Certificate Of Insurance Showing At A Minimum, The Insurance Required Above, And Providing Thirty (30) Days Written Notice To The Contracting Officer By The Insurance Company Prior To Cancellation Or Material Change In Policy Coverage. note: Any Additional Charges Claimed Must Be Approved By The Contracting Officer In Writing Before Service Is Completed!
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
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.
BUREAU OF THE FISCAL SERVICE USA Tender
Finance And Insurance Sectors
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents
Description: The Bureau Of The Fiscal Service (fiscal Service), On Behalf Of The Equal Employment Opportunity (eeo) Office, Intends To Issue A Sole-source Gsa Federal Supply Schedule Order With Caduceus Healthcare Inc. (caduceus) 1850 Parkway Pl Se Ste. 725 Marietta, Ga 30067-8262. This Effort Will Be Conducted On A Sole Source Basis In Accordance With Far 8.405-6(a)(1)(b). the Proposed Acquisition Is To Acquire Personal Assistance Services (pas) For A Qualified Fiscal Service Employee With A Targeted Disability, In Accordance With The Requirements Of 29 C.f.r. § 1614.203. This Regulation Implementing Section 501 Of The Rehabilitation Act Of 1973 Requires Federal Agencies To Provide Pas To Its Qualified Employees With Targeted Disabilities. the Determination By The Government To Award A Contract Without Providing For Full And Open Competition Is Due To The Unique Circumstance Of The Disability, Subsequent Nature Of The Service, And Section 501 Of The Rehabilitation Act Of 1973. In Accordance With 29 C.f.r § 1614.203(d)(5)(iv), Fs Policy 801-6, The Fiscal Services Employee Who Is Receiving Pas Has Requested That Preference Be Given To The Incumbent, Caduceus Healthcare, As The Provider And Their Specific Employee Due To The Personal, Intimate Nature And Trust Already Established With The Fiscal Service Employee. Caduceus Healthcare Employs The Only Pas Provider/employee Which Can Satisfactorily Fulfill A Requirement For Pas For A Fiscal Service Employee With Targeted Disability(ies). psc: R401 Support-professional: Personal Care (non-medical) functional Description: Pas Includes Assistance With Performing Activities Of Daily Living That An Individual Would Typically Perform If S/he Did Not Have A Disability, And That Is Not Otherwise Required As A Reasonable Accommodation, Including, For Example, Pas Includes Assistance With Removing And Putting On Clothing, Eating, And Using The Restroom At The Employee’s Worksite Which Can Include The Employee’s Home Residence And/or Government Facility. For Example, Someone Providing Pas Might Provide Transportation, Push A Wheelchair, Or Assist Someone With Getting Into Or Out Of A Vehicle At The Worksite. Pas Does Not Include Medical Services. For Example, It Does Not Include Performing Medical Procedures Such As, Administering Shots Or Medical Monitoring (e.g., Monitoring Blood Sugar). unit Of Issue: Services At A Fixed Hourly Rate. place Of Performance: Bureau Of The Fiscal Service 6505 Belcrest Rd. Hyattsville, Md 20782 schedule: Core Hours Of Operation Are Generally From 6:00 A.m. To 6:00 P.m.et, Monday Through Friday (excluding The Following Federal Holidays). However, Some Fiscal Service Components Operate 24 Hours Per Day – Seven Days Per Week. Contractor Must Be Able To Provide Pas Providers, Who Can Accommodate The Shift Of The Employee To Whom S/he Is Assigned. Contractors Are Expected To Be Able To Work A Minimum Of Two (2) Hours Each Day Assigned. Total Daily Hours May Not Be Necessarily Consecutive And May Not To Exceed 10 Hours Without Prior Approval By The Cor. Services May Be Required Before 6:00 A.m. And After 6:00 P.m., During Approved Travel. the Period Of Performance For The Purchase Order/contract Is Anticipated To Be A 12-month Base Period And Four (4) 12-month Option Periods, With An Anticipated Award Date Of Approximately February 2025. no Solicitation Is Available. A Request For More Information, Or A Copy Of The Solicitation, Will Not Be Considered An Affirmative Response To This Special Notice. Telephone Responses Or Inquiries To This Special Notice Will Not Be Accepted. all Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. Fiscal Service Will Consider Responses Received No Later Than 01/16/2025. Responses Shall Be Submitted Electronically To Purchasing@fiscal.treasury.gov, Ss-fsa-25-028 /attn: Mvasquez – Co/emarshall. Responses Must Include Sufficient Evidence That Clearly Shows Your Company Is Capable Of Providing The Requirement Described In This Notice. Responses Received Will Be Evaluated; However, A Determination By The Government Not To Compete The Proposed Procurement Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. If No Written Response Is Received By The Deadline That Clearly Demonstrates An Ability To Meet All Requirements, And That Is More Advantageous To The Government, Fiscal Service Will Make Award On A Sole Source Basis To Caduceus Healthcare. qualified Contractors Must Provide The Following: 1. The Name And Location Of Your Company, Contact Information, And Identify Your Business Size (small Business, Small Disadvantaged Business, 8(a), Service-disabled Veteran Owned Small Business, Hubzone, Women Owned Small Business, Other Than Small Business Etc.). Please Ensure Contact Information Includes The Name Of The Point Of Contact, Email Address, And Telephone Number, Should The Government Have Questions Regarding Individual Responses. 2. Uei Number. 3. Specific Details Of The Product(s) That Your Company Offers In Regard To This Notice. 4. Whether Your Content Is Available Through A Government Contract Vehicle Or Open Market. 5. A Brief Capabilities Statement (not To Exceed 5 Pages) That Includes A Description Of Your Company's Standard Line Of Business, As Well As A List Of Customers To Whom Your Company Currently Provides The Specific Required Content. the Following File Extensions Are Not Allowable And Application Materials/data Submitted With These Extensions Cannot Be Considered: .bat, .cab, .cmd, .com, .cpl, .dot, .dotx, .exe, .hqx, .hta, .mim, .mp3, .mp4, .pif, .rar, .scr, .vbs,. Uu, .uue, .vbs, .wsf, Xxe,.wmv, Html, Mhtml, And .zip Files the Allowable Microsoft Office And Adobe Pdf File Types As Follows: microsoft Office (.doc, .docx, .xls, .xlsx, .ppt, .pptx) And Adobe Pdf (.pdf) Are Acceptable. no Other Information Regarding This Special Notice Will Be Provided At This Time.
BARANGAY BOOL, TAGBILARAN, BOHOL Tender
Others
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)
Details: Description 1. Barangay Bool Through The Intends To Apply The Sum Of Eight Hundred Thousand Pesos Only (php 800,000.00) Financial Assistance And Annual Budget 2025 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Event Management Services For Saulog Festival 2025,bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Particulars Total Lined Budget Festival Queen Costume (rental User) 50,000.00 Dancer Costume (rental) X 64 Dancers 100,000.00 Special Cast Dancer 30,000.00 New Props Materials 100,000.00 Drum & Bugle 100,000.00 Andas Décor/materials 50,000.00 Choreographer & Production 100,000.00 Props Artist 100,000.00 Confetti Blower 20,000.00 Transportation Allowance 100,000.00 Make Up Artist 50,000.00 P 800,000.00 2. Barangay Bool Now Invites Bids For The Above Stated Delivery Of The Goods Is Required Ten (60) Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 4. Interested Bidders May Obtain Further Information From Barangay Bool,tagbilaran City And Inspect The Bidding Documents At The Address Given Below During January 17 To January 24, 2024 Barangay Bool Session Hall 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 17, 2024 From The Address Below From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos Only (php 1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 24, 2024 12:00 In The Afternoon All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 27, 2024 At Bool Sandugo Sessin Hall, Barangay Bool. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. Barangay Bool Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Yveth O. Angalot Bac Secretary Barangay Bool, Tagbilaran City 038 411-0103 Barangay.bool@yahoo.com Ariel C. Angalot Bac Chairman
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: The New Hampshire National Guard Intends To Issue An Invitation For Bids To Award A Single Firm Fixed-price Contract For Services, Non-personal, To Provide All Plant, Labor, Transportation, Materials, Tools, Equipment, Appliances And Supervision To Renovate Office Space In Building 254 At Pease Air National Guard Base In Newington, Nh. 270 the Contract Duration Will Be 270 Calendar Days After Notice To Proceed To Include Inspection. The Government Anticipates That This Requirement Will Be 100% Set Aside For Small Businesses. The North American Industry Classification System (naics) Code Is 236210 Commercial And Institutional Building Construction With A Small Business Size Standard Of $45.0m. the Tentative Date For Issuing The Solicitation Is On-or-about 7 February 2025. The Tentative Date For The Pre-bid Conference Is 20 February 2025, 0900 Local Time, With The Location To Be Provided In The Solicitation. Interested Contractors Are Encouraged To Attend And Shall Follow Conference Registration And Base Access Requirements Shown In The Solicitation. A Site Visit Will Follow The Pre-bid Conference. All Questions From The Pre-bid Conference Must Be Submitted By 27 February 2025 By 12:00 (noon) Est Via Email To Matthew.r.lapointe.civ@army.mil And William.j.cole68.mil@army.mil. the Bid Opening Date Is Tentatively Planned For On-or-about 20 March 2025. Actual Dates And Times Will Be Identified In The Solicitation. Interested Offerors Must Be Registered In The System For Award Management (sam). To Register Go To Www.sam.gov. Instructions For Registering Are On The Web Page (there Is No Fee For Registration). the Solicitation And Associated Information Will Be Available Only From The Contract Opportunities Page At Sam.gov. your Attention Is Directed To Far Clause 52.219-14(e)(3) (deviation 2021-o0008), limitations On Subcontracting, Which States “by Submission Of An Offer And Execution Of A Contract, The Offeror/contractor Agrees In Performance Of The Contract For General Construction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 85 Percent Subcontract Amount That Cannot Be Exceeded.” in Accordance With Far 36.211(b), The Following Information Is Provided: the National Guard Has No Agency-specific Policies Or Procedures Applicable To Definitization Of Equitable Adjustments For Change Orders Under Construction Contracts Other Than Those Described At Far 43.204, Dfars 243.204 And Afars 5143.204. data For The Prior 3 Fiscal Years Regarding The Time Required To Definitize Equitable Adjustments For Change Orders Under Construction Contracts For The National Guard Is Currently Not Available, But Will Be Compiled And Provided In Future Announcements. disclaimer: The Official Plans And Specifications Are Located On The Official Government Webpage And The Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when Issued Will Be Posted To Contract Opportunities For Electronic Downloading. This Will Normally Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. Websites Are Occasionally Inaccessible For Various Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Not Issue Paper Copies.
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: The Health Readiness Contracting Office (hrco), Joint Base San Antonio, fort Sam Houston, Tx Intends To Increase The Contract, w81k0421d0001, Ceiling Value Of The Current Idiq Award By $90m On A Sole Source Basis To The Incumbent Contractor Laboratory Corporation Of America At 231 Maple Ave, Burlington, Nc 27215-5848 Utilizing The Authority Of Far 6.302-1(a)(2)(iii)(b), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements Under The Authority Of 10 U.s.c. 3204 (c)(1). The Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform Clinical Reference Laboratory Testing Services. Prior To Initiation Of A New Contract For Clinical Reference Laboratory Testing Support, The Contractor's Reference Laboratory Must Have An Approved Business To Business (828) Agreement From The Defense Health Agency (dha) 828 Program Management Office (pmo) To Connect To The Government Via The Military Health System (mhs) 828 Gateway. Additionally, The Reference Laboratory Must Have Approved Interfaces To The Dod Electronic Health Records (ehr) (e.g., Mhs Genesis), In Addition To Obtaining The Requisite Information Assurance (ia) Approvals Or Authority To Operate (ato). Clinical Reference Laboratory Services Are Complex And Heavily Regulated Medical Services That Directly Impact Effective Medical Operations And Positive Patient Outcomes. The Contractor Has Approximately 5,500 Different Laboratory Tests Identified For All Dod Medical Facilities. All Tests Are Done At The Contractor’s Premises. This Specialized Service Ensures Continuity Of Care Across The Dod. Additional Testing Required For The Covid 19 Pandemic, Unforeseen Special Operations (e.g., Operation Allies Refugees (oar), Operation Allies Welcome (oaw)), And Perfluoroalkyl And Polyfluoroalkyl Substances (commonly Known As Pfas) Testing, And The Proliferation Genetic Testing Were Unanticipated Expenses On The Current Idiq Contract Resulting In The Need To Increase The Idiq Ceiling. Only One Vendor, Labcorp, Has The Approved Software To Connect With The Government’s Mhs Genesis Medical System. Any Other Vendor Would Not Only Be Required To Go Through The Ato Approval Process Which Can Take 6 Months To A Year For Approval, But The Use Of Multiple Reference Laboratories Could Inadvertently Contribute To Misdiagnosis, Inappropriate Treatment, And A Myriad Of Other Negative Consequences Affecting Patient Care. Awarding To Any Other Source Other Than Labcorp Would Cause Unacceptable Delays And Increased Costs That Would Negatively Impact The Mission Of The Military Health System And Patient Care. the Government Intends To Procure From Only One Source Under The Authority Of Far 6.302-1(a)(2)(iii)(b), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. The Provision Of Highly Specialized Services When It Is Likely That Award To Any Other Source Would Result In - (a) Substantial Duplication Of Cost To The Government That Is Not Expected To Be Recovered Through Competition; Or (b) Unacceptable Delays In Fulfilling The Agency's Requirements. all Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. Any Concerns With This Intent To Sole Source May Be Submitted For Consideration By The Government To Contracting Officer, David Robledo, At David.robledo17.civ@health.mil With The Notice Id Number Referenced In The Subject Line.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Details: The Department Of Veterans Affairs, Veterans Health Administration (vha), Network Contracting Office 19 (nco 19) Is Conducting A Market Survey And Is Seeking Potential Sources For Durable Medical Equipment Services For Montana Va Health Care System. This Sources Sought Notice Is Issued For Information And Planning Purposes Only. This Is Not A Solicitation Or A Request For Proposal And Shall Not Be Construed As An Obligation Or Commitment By The Government. An Award Will Not Be Made On Any Offers Submitted In Response To This Notice, And It Shall Not Be Implied The Government Is Committed To Providing Any Solicitation Or Award Following This Notice. The Government Will Not Pay For Any Information Received In Response To This Request, Nor Will The Government Compensate A Respondent For Any Costs Incurred In Developing The Information Provided. please See Attached Draft Performance Work Statement For Requirement Details. responses Shall Be Submitted To Noaa.lanotte@va.gov By 4:00pm Mst On Tuesday, February 11, 2025. this Notice Is Intended Strictly For Market Research. The Purpose Of This Sources Sought Notice Is To Determine Interest And Capability Of Potential Qualified Sources And Determine The Socioeconomic Size Classification. interested Companies Shall Provide, At A Minimum, The Following Information With Their Response. company Name And Address:
point Of Contact (poc)
name:
email Address:
phone Number:
sam.gov Uei:
on Gsa/fss Schedule? the Anticipated North American Industry Classification System (naics) Code Is 621610 Home Health Care Services. Mark If Your Firm Is Eligible For Participation In One Of The Following Small Business Programs. If So, Please Indicate The Program: [ ] Yes [ ] No - Small Business (sb) [ ] Yes [ ] No - Hubzone [ ] Yes [ ] No - Small Business 8(a) [ ] Yes [ ] No - Small Disadvantaged Business (sdb) [ ] Yes [ ] No - Women-owned (wo) Small Business [ ] Yes [ ] No - Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No - Veteran Owned Small Business (vosb)
[ ] Yes [ ] No - Large Business [ ] Yes [ ] No - Other (please Specify) please Confirm Your Company Can Satisfy The Contractor Requirements Listed Below: the Contractor Shall Provide All Equipment And Transportation And Supervision Necessary To Provide Storage, Delivery, Assembly And Set-up, On-site At Contractor S Facility Or In-house At Veteran Residence Or As Otherwise Specified.
the Contractor Shall Have An Established Facility Within The Geographic Area Of Performance For Delivery; Pick Up, Storing And Maintainable Va Requirements And Standards Stated. the Contractor Shall Be Joint Commission (jc) Accredited Or Equivalent In Home - Care And Shall Maintain Accreditation For The Duration Of The Contract. If Contractor Is Not Jc Accredited, The Contractor Shall Establish A Plan For Meeting All Jc Home Care Standards, Must Self-survey And Document Results Quarterly To Ensure Continuous Compliance With Jc Home Care Standards, And Must Share Results With Va. in Addition To Providing The Information Requested Above, Responding Companies Are Encouraged To Include Any Relevant Information (brochures, Capability Statement, Past Experience Etc.) To Confirm The Company S Ability To Meet The Requirements Outlined In This Request. responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract Or Agreement. 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.
BARANGAY BANACON JETAFE BOHOL Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 134.5 K (USD 2.3 K)
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Getafe Bids And Awards Committee ________________________________________ Invitation To Bid ( 1st Public Bidding) The Banacon, Municipality Of Getafe, Province Of Bohol Through Its Bids And Awards Committee (bac), Invites Contractors To Bid For The Hereunder Listed Project: Name Of Project : Fencing Of Multi-purpose Building Pproved Budget For The Contract : P200,000.00 Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Five (5) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding .the Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use A Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The Government Procurement Reform Act.” The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents February 05, 2025 To February 12, 2025 Banacon, Barangay Hall 2. Pre-bid Conference None 3. Eligibility Checking February 12, 2025 4. Opening Of Bids February 12, 2025 @ 9:00 A.m. Banacon Barangay Hall Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 500.00 To The Barangay Treasurer. The Banacon Of Getafe, Bohol Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Jenelyn Monte Bac Chairman Republic Of The Philippines Province Of Bohol Municipality Of Getafe Office Of The Municipal Engineer Program Of Work Name Of Projec: Fencing Of Multi-purpose Building Location: Banacon, Getafe, Bohol Appropriation: P 200,000.00 Source Of Fund: 20% Df 2024 Date Prepared: January 07, 2025 A. Bill Of Materials And Cost Of Estimates Item No. Quantity Unit Description Unit Price Amount 1 120 Bags Premium Cement 2 16 Cu.m. Approved Sand 3 3 Cu.m. Gravel 4 400 Cont. Water 5 40 L. 10mm Dia. Def. Bar 6 20 L. 12mm Dia. Def. Bar 7 19 L 9mm Dia. Def. Bar 8 12 Kls Tie Wire 9 6 Sheets Marine Plywood 1/4 10 20 L. 2x2x10 Coco Lumber 11 7 Kls Common Wire Nails # 4 12 6 Kls Common Wire Nails #3 13 5 Kls Common Wire Nails #1 14 1300 Pcs Chb Xxxxx B. Total Estimated Cost Of Materials - C. Total Cost Of Labor D. Transportation And Handling E. Total Estimated Cost Of Project Prepared And Reviewed By: Engr. Amadeus T. Masecampo Municipal Engineer Ok As To Funds: Approved: Marissa P. Macasero Jaime D. Sanchez Jr. Barangay Treasurer Barangay Captain
Department Of Education Region Iv a calabarzon Tender
Education And Training Services
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 156 K (USD 2.6 K)
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “food And Accommodation For The Vetting And Finalization Of Training Resource Package For Enhanced School Heads Development Program 3.0 On March 17-21, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is One Hundred Fifty-six Thousand Pesos(php156,000.00). The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than February 17, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson 1. Food And Accommodation (within Quezon City) March 17-18, 2025 Php2,000.00/pax/day 12 Pax 2. Food And Accommodation (within Quezon City) March 19-21, 2025 Php2,000.00/pax/day 18 Pax Specifications From End-user Bidder’s Statement Of Compliance (“comply” Or “not Comply”) Specification (from End-user): Twin To Triple Sharing Rooms (strictly Single Beds Only); One (1) Session Hall That Can Accommodate 12-18 Participants With Two (2) Serviceable/ Wireless Microphones And Complete Sound System One (1) Whiteboard And One (1) Marker; One (1) Lcd Projector And Screen; Five (5) Round Group Workshop Tables And Chairs Per Breakout Room; Managed Buffet For Breakfast, Lunch And Dinner (the First Meal To Be Served Is Breakfast On March 17, 2025, And Last Meal Is Pm Snacks On March 21, 2025); Unlimited Coffee/tea/chocolate Drink And Candies Setup; Fast And Reliable Internet Connection (at Least 50 Mbps) Accessible Means Of Transportation For Participants; Able And Willing To Ensure Provisions For Participants And Guest With Special Conditions, Breastfeeding Moms, Pwds, And Other Emergency Situations; And With Elevators If Session Halls And Accommodations Are In The Higher Floor/s; Responsive To Safety And Security Requirements Of The Government;
Dolores National High School Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 11.4 K (USD 195)
Details: Description Request For Quotation Rfq#2025-01-003 Supply And Delivery Of Equipment For School Participants In The Dfot Program. Sir/ma’am: The Dolores National High School, Through Its Bids And Awards Committee, Requests Your Price Quotation For The Items Specified Herein, Taking Into Consideration The Following Terms And Conditions 1. Quotation Submission Deadline: January 16, 2025 2. Quotation Opening Date & Time: January 16, 2025, @8:00 Am 3. Place Of Delivery/installation: Dolores National High School 4. Delivery Period/duration: Upon Receipt Of The Notice To Proceed 5. Price Validity Period: 30 Calendar Days 6. Approved Budget For The Contract (abc): 11,400.00 7. Evaluation Of Bids: Bids Will Be Evaluated Per-lot Basis. Bidders May Quote For Any Or All The Lots But Must Quote On All Items Within A Specific Lot. 8. Submission Requirements: Suppliers/contractors Must Submit A Copy Of Their Updated Mayor’s/business Permit And Provide Their Philgeps Registration Number Or A Copy Of Their Philgeps Certificate Along With The Duly Completed Request For Quotation (rfq) In A Sealed Long Brown Envelope, Either Manually/on-site Or Through Courier. The Following Documents Must Also Be Submitted Before The Award: • (1) Income/business Tax Return (for Abcs Above ₱500,000) • (2) Omnibus Sworn Statement (for Abcs Above ₱50,000) 9. Accuracy Of Information: Suppliers/bidders Must Provide Accurate Information Required In This Form, Supported By The Following Documents. 10. Tie-breaking Procedure: In Cases Where Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lcrb, Dnhs Will Employ The Draw Lots Method As Per Gppb Circular 06- 2005 To Break The Tie And Determine The Winning Bidder. 11. Validity Of Interlineations: Any Interlineations, Erasures, Or Overwriting Must Be Signed Or Initialed By The Supplier Or Their Duly Authorized Representative(s) To Be Valid. 12. Price Quotation: Quotations Must Be In Philippine Pesos And Include All Applicable Taxes For Materials And Supplies. 13. Budget Compliance: Quotations Exceeding The Approved Budget For The Contract Will Be Automatically Rejected. 14. Award Of Purchase Order/contract: The Purchase Order/contract Shall Be Awarded To The Lowest Quotation That Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 15. Inspection And Payment: Delivered Items Are Subject To Inspection, And Payment Processing Will Commence Only After Acceptance By The Dnhs Property And Supply Unit. 16. Payment Terms: Payment Shall Be Made Through Land Bank’s Lddap-ada (list Of Due And Demandable Accounts Payable-advice To Debit Account) Or Bank Transfer Facility. Account Details Must Be Provided. 17. Delivery Costs: The Supplier Shall Bear All Delivery Costs, Including Transportation Expenses, And Assume All Risk Until The Goods Are Delivered To Dolores National High School. 18. Payment Conditions: Payment Shall Be Made After Delivery And Upon Submission Of The Required Supporting Documents (e.g., Order Slip And/or Billing Statement). Terms Of Payment Are Within 14 To 28 Calendar Days From The Date Of Acceptance. 19. Liquidated Damages: Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Contract Shall Be Rescinded Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, Without Prejudice To Other Available Remedies.
6611-6620 of 8446 archived Tenders