Transportation Tenders

Transportation Tenders

Kier Transportation Tender

Civil And Construction...+1Civil Works Others
United Kingdom
Closing Date31 Jan 2025
Tender AmountGBP 1.2 Million (USD 1.5 Million)
Purchaser Name: Kier Transportation | A417 Missing Link - Concrete Surface Water Channel & Concrete Safety Barrier

Martinic Transportation Tender

Transportation and Logistics
France
Closing Date16 Feb 2025
Tender AmountNA 
Purchaser Name: Martinic Transportation | Transport of Pupils and Students with Disabilities

Kier Transportation Tender

Civil And Construction...+1Civil Works Others
United Kingdom
Closing Date31 Jan 2025
Tender AmountGBP 1.2 Million (USD 1.5 Million)
Purchaser Name: Kier Transportation | A417 Missing Link - Concrete Surface Water Channel & Concrete Safety Barrier

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: Rlp 36c25025r0002- Amendment No. 002- Amendment No. 0002 Is Hereby Issued For (1) The Purpose Of Responding To Requests For Information (rfis) Submitted By Interested Parties Up Through January 14, 2025; (2) Issuing An Amended Exhibit A-section 4.05(j); And (3) Extending The Submission Date Until January 28, 2025 At 3:00pm Et. please See Amendment 002 And Amended Exhibit A, Attached. *******************************************************break****************************************************** rlp 36c25025r0002- Amendment No. 0001- Va Responses To Requests For Information (rfis) Up Through Decemeber 13, 2024. please See Submitted Rfis And Va Responses. ******************************************************break********************************************************** **pre_award Dids- Rlp 36c25025r0002*** set-aside: rlp 36c25025r0002 Will Not Have An Applicable Set-aside. Rlp 36c25025r0002 Is Released As A Full And Open Competition Procurement Action. description: the Va Seeks To Lease A Maximum Of 19,999 Aboa Square Feet (sf) Of Medical Office Space 125 Surface/outside Parking Spaces, Inclusive Of Ten Percent (10%) Ada Compliant Parking Spaces, With A Minimum Of One Of Every Six Accessible Spaces Being Van Accessible Within All Federal, State, And Municipal Code Requirements; All Of Which Are Reserved For The Exclusive Use Of The Government, In The Delineated Area Explained Below Within The Medina, Ohio Area. Va Will Consider Space Located In An Existing Building, As Well As New Construction, Or A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. A Build-to-suit May Be Considered. Space Offered That May Disrupt Or Interfere With Current Va Use Or Va Patient Services May Not Be Considered. aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. A Detailed Definition Will Be Provided By Va, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project. lease Term: Not To Exceed 20 Years. area Of Consideration the Government Requests Space In An Area Bounded As Follows: northern Boundary: Wedgewood Road (rt. 162); Ohio Route 3; Ohio Rt. 162 (sharon Copley Road); eastern Boundary: Ohio Route 57 (wadsworth Road); Tower Road; Paradise Road; Guilford Road; southern Boundary: Seville Road; western Boundary: – Daniels Road; Greenwich Road; & Lake Road. buildings That Have Frontage On The Boundary Streets Are Deemed To Be Within The Delineated Area Of Consideration. additional Requirements: The Offered Building And/or Property Must Have The Following Features As A Minimum Requirement: The Offered Building And/or Property Must Have The Following Features As A Minimum Requirement: site Must Be Able To Support Municipal Water And Sewer Utility Services. be Located On A Single Contagious Floor; bifurcated Sites, Inclusive Of Parking, Are Not Permissible; the Following Space Configurations Will Not Be Considered: Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage, offered Space Cannot Be In The Fema 1-percent-annual-chance Flood; offered Space Must Be Zoned For Va’s Intended Use offered Space Will Not Be Considered If Located In Close Proximity To Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths; space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building; offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacy, And Shopping; offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department; offered Space Must Be Located In Close Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building; offered Space Must Be Easily Accessible To Multiple Highways Which Provide Multiple Routes Of Travel, loading Dock Or Loading Area With A Roll Up Door Is Required. The Parking Lot Must Be Able To Accommodate Deliveries By Semi-trucks With Trailers. structured Parking Under The Space Is Not Permissible; offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Formal Request For Proposals (pending Issuance); a Fully Serviced Lease Is Required; offered Space Must Be Compatible For Va’s Intended Use; space Must Not Have Any Environmental Issues Or Hazards. must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. government Points Of Contact: contract Specialist- Brian Walton- Brian.walton@va.gov, 216-447-8300 X49519;

Tamasos Community Services Complex Council Tender

Services
Others...+1Electrical and Electronics
Cyprus
Closing Date7 Jan 2025
Tender AmountEUR 360 K (USD 369.8 K)
Details: Tender for the Provision of Services for the Collection, Transportation and Disposal of Garbage from the Communities of Anagyia, Deutero Downo, Deutero Pano, Episkopio, Workers, Kampia, Kapedes, Pera Orini, Politiko and Psimolofou in the Nicosia District

EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Description: 01/24/2025-the Purpose Of This Amendment A0005 Is To Add Clin 0006, A Quantity Of Ten (10) Projectors For The Breakout Room. Clin 0006 Is Optional And Will Not Be Counted Toward The Technical Evaluation. See Attachment-revised 01_24_2025_ Fy25_sample Excel + Conference+pricing+template_blankv2. note: Projector Should Be Suitable For Room Size For Optimized Audience Viewing. ______________________________ 01/22/2025- The Purpose Of This Amendment A0004 Is To Provide Theattach Questions And Answers For Rfq #45310025q0011- Excel Conference. ______________________________ 01/16/2025-the Purpose Of This Amendment A0003 Is To Provide The Deadline For Questions, Friday, January 17, 2025, 2pm Est. ______________________________ 01/15/2025-the Purpose Of This Amendment A0002 Are As Follows: Extend The Quote Due Date From January 15, 2025, 10 A.m. To February 5, 2025, 10 A.m., Washington, Dc Local Time; And Add “locations” Detroit, Chicago, And Minneapolis For The 2025 Excel Training Conference.see Attachment Sf30_amendment_45310025q0011_a0002_rfq Excel Conference_jdaiisigned ______________________________ 12/31/2024-the Purpose Of This Amendment A0001 Are As Follows: Attach Questions And Answers For Rfq #45310025q0011- Excel Conference; Revision Of Sample Of Lodging Nights (2025 & 2026); And Added Language To The Clin 0005 - Audio/visual (a/v) Requirements (rental) , A/v For Breakout Rooms , "the Contractor Must Provide The Following Equipment: Microphones (1 Wireless And 1 Wired In Each Breakout Room), Projector Screen...." See Attachment Sf30_amendment_45310025q0011_a0001_rfq Excel Conference_jdaiisigned _______________________________ statement Of Work (sow) examining Conflicts In Employment Laws (excel) Training Conference Fy 2025 & Fy 2026 the U.s. Equal Employment Opportunity Commission (eeoc), Revolving Fund Division, Eeoc Training Institute (hereinafter Referred To As The Institute) Has A Requirement For A Contractor To Provide A Full-service Training Facility To Include Lodging, Meeting And Exhibitor Space, Food And Beverage Service, Audio/visual Equipment, Limited Audio/visual Support Services And Business Center Support To Conduct The Annual Examining Conflicts In Employment Laws (excel) Training Conference (hereinafter Referred To As The Conference). This Annual Conference Provides Training To Federal Agencies And Private Employers On The Laws Enforced By The Eeoc. The Institute Anticipates A Minimum Of 600 Registrants With A Maximum Of 1,000 Registrants, Plus An Additional 100 Attendees Consisting Of Other Staff, Presenters, And Exhibitors Who Provide Support For The Conference. the Excel Training Conference Will Be Held For Four (4) Days. The Preferred Schedule Is Pre- Conference Registration Will Be Held On Sunday And The Pre-conference Sessions On Monday. Full Conference Registration Will Be Held On Sunday And Monday. Pre-conference Sessions Will Be Held On Monday (day 1) From 8:00am – 5:00pm. The Full Conference Will Be Held From Tuesday (day 2) At 8:00am, Ending On Thursday (day 4) At 5:00pm. The Plenary Sessions Will Be Held On The Mornings Of Tuesday (day 2), Wednesday (day 3), And Thursday (day 4). breakout Sessions Will Be Held On The Mornings Of Tuesday (day 2), Wednesday (day 3), And Thursday (day 4) After The Plenary Sessions Until 5:00pm. Food And Beverage Service Is Required For Continental Breakfast And For A Light Lunch For Three (3) Days, Tuesday (day 2), Wednesday (day 3), And Thursday (day 4). The Institute Also Requires Morning And Afternoon Breaks Each Day (tuesday-thursday), And A Conference Reception On One Day During The Conference (the Exact Date And Time Will Be Determined Later By The Institute). The Institute May Offer Six (6) Pre- Conference And Post-conference Workshops For Up To 300 People Outside Of The Tuesday - Thursday Conference. requirments For Location And Dates the Contract Must Be Able To Provide A Facility For The Entire Scope Of The Contract. The Eeoc Will Only Accept Quotations For Following Dates And Locations. the Preferred Dates And Locations For The Excel Training Conference In Each Fiscal Year 2025 & 2026 As Follows: the Preferred Dates And Locations For The 2025 Excel Training Conference Are: location: atlanta, Georgia detroit, Michigan chicago, Illinois minneapolis, Minnesota dates: july 12 - July 17, 2025 august 9 - August 15, 2025 august 16 - August 21, 2025 august 23 - August 28, 2025 august 30 - September 4, 2025 the Preferred Dates And Locations For The 2026 Excel Training Conference Are: locations: detroit, Michigan (1st Preference) minneapolis, Minnesota (2nd Preference) chicago, Illinois (3rd Preference) denver, Colorado (4th Preference) phoenix, Arizona (5th Preference) san Diego, California (6th Preference) palm Springs, California (7th Preference) dates: june 6 - June 11, 2026 june 13 - June 18, 2026 june 20 - June 25, 2026 june 27 - July 2, 2026 july 11 - July 16, 2026 july 18 - July 23, 2026 august 22 – August 27 august 29 - September 3, 2026 the Pre-conference And Full Conference Will Be Held From 8:00am – 5:00pm. We Will Require The Use Of The Registration Area For The Pre-conference And Assembling Of Materials One Day Prior To The Pre-conference From The Hours Of 8:00am – 5:00pm. please Indicate Availability For Each Date In The Technical Portion Of The Quotation. No Other Dates Or Combination Of Dates Will Be Considered By The Government. the Government Contemplates The Award Of A Firm-fixed Price (ffp) Contract. the Following Requirements For The Training Facility Are Specified In Terms Of Minimum Requirements. The Contractor Must Meet The Following Minimum Requirements: the Quotation Package Shall Include The Following Line Items In A Written Quotation: schedule Of Supplies And Services Fy 2025: clin 0001, Lodging - Quantity Four 4 Days Each (see Below List Of Lodging Requirements), Unit Price $ , Total For Clin 0001 $ . clin 0002, Rental Of Conference Meeting Space - Quantity 4 Days Each (see Below List Of Conference Meeting Space Requirements), Unit Price $ , $ , Total For Clin 0002 $ . clin 0003, Business Center Services Expenses - Quantity 4 Days, (see Below List Of Business Center Requirements), Unit Price $ , Total For Clin 0003 $ . clin 0004, Food And Beverage Services - Quantity 4 Days (see Below List Of Food And Beverage Requirements), Unit Price $ , Per Person Per Day, Total For Clin 0004 $ . clin 0005, Rental Of Audio/visual Equipment And Technical Support - Quantity 4 Days Each (see Below List Of Audio/visual Requirements), Unit Price $ , Total For Clin 0005 $. total Price For Clins 0001 Through 0005: $fy 2025: clin 0001, Lodging - Quantity Four 4 Days Each (see Below List Of Lodging Requirements), Unit Price $, Total For Clin 0001 $ clin 0002, Rental Of Conference Meeting Space - Quantity 4 Days Each (see Below List Of Conference Meeting Space Requirements), Unit Price $ , Total For Clin 0002 $ clin 0003, Business Center Services Expenses - Quantity 4 Days, (see Below List Of Business Center Requirements), Unit Price $ , Total For Clin 0003 $ clin 0004, Food And Beverage Services - Quantity 4 Days (see Below List Of Food And Beverage Requirements), Unit Price $ Per Person Per Day, Total For Clin 0004 $ clin 0005, Rental Of Audio/visual Equipment And Technical Support - Quantity 4 Days Each (see Below List Of Audio/visual Requirements), Unit Price $ , Total For Clin 0005 $ total Price For Clins 0001 Through 0005: $ Fy 2026. a Contract Will Be Awarded To The Responsible Quoter Whose Quotation Represents The Best Value To The Government. The Quoter Must Be Registered In The System For Award Management (sam) Database At The Time The Quotation Is Submitted. Registration Is Free And Can Be Completed On-line Http://www.sam.gov. Each Quotation Must Clearly Indicate The Capability Of The Quoter To Meet The Requirements Specified In This Combined Synopsis/solicitation. conference General Requirements the Contractor Shall Be A High Quality “full-service” Provider With A Past Performance History That Includes A Minimum Of 3 Years Of Experience As A Primary Contractor With A Professional Staff To Execute The Requirements Specified In This Statement Of Work. All Staff Provided By The Contractor Shall Be Either Direct Employees Of The Contractor Or Employees Of An Approved Subcontractor. The Primary Contractor Shall Have Full Responsibility For The Contractor And Subcontractor Staff And Shall Make Direct Contact With The Contracting Officer’s Representative (cor) To Ensure That All Arrangements Are Mutually Understood Concerning Any Logical And/or Financial Arrangements That May Impact The Eeoc. the Contractor Shall Provide Meeting Space, Food And Beverage And Lodging To Serve 600 To 1,000 Registrants And To Provide Business Services. the Contractor Shall Provide Professional Staff To Organize, Coordinate, And Handle Any Last- Minute Requests, As Well As Execute All Logistical Requirements As Specified In This Sow. The Contractor Shall Make Direct Contact With The Host To Ensure That All Arrangements Are Mutually Understood Concerning Arrival Times, Accommodations, Official Functions, Financial Arrangements, And Any Other Special Information That May Impact This Event. The Contractor Or Their Approved Subcontractors Shall Coordinate And Implement All Logistical Arrangements For This Event. logistical Support May Include, But Is Not Limited To, Coordination Of Meeting Accommodations, Customer Service Or Front Desk Information Service, Conference Rooms, Meal Arrangement/catering, Dedicated Internet, And Audio/visual Equipment. americans With Disabilities Act (ada) Requirements all Facilities, Including Restrooms, Recreational Areas, Dining Space, Registration Area, Meeting Space, Hotel Rooms, Exhibitor Space, Office Space, And Audio/visual Equipment Must Meet Ada Requirements For Accessibility. Accommodations For Individuals With Disabilities May Include, But Are Not Limited To Accessible Hotel Rooms, Parking Spaces, Elevators, And Sound Systems, Wide Aisles, And Wheelchair Ramps. Eeoc Will Perform Site Visits Prior To The Award Of The Contract. The Site Visit Will Include An Ada Assessment Of The Property By The Disability Business And Technical Assistance Centers (dbtac) Prior To Award Of The Contract. clin 0001 – Lodging Requirements the Contractor Shall Provide A Minimum Of 400 Hotel Room Nights For Speakers And Eeoc Staff Working The Event. Space Must Be Available Friday Prior To The Conference Through Friday After The Conference. The Contractor Shall Provide Hotel Rooms At Or Below The Federal Government’s Per Diem Rate For Lodging. The Contractor Will Be Paid For A Minimum Of 400 Hotel Room Nights For Speakers And Eeoc Staff Directly Under This Contract. the Contractor Shall Provide A Room Block For Up To 2000 Hotel Room Nights For Registrants And Exhibitors. The Contractor Shall Provide Hotel Rooms At Or Below The Federal Government’s Per Diem Rate For Lodging. These Individuals Will Be Responsible For Direct Payment To The Contractor. the Institute Will Manage The Hotel Room Block And Will Turn Back Any Unused Rooms To The Contractor, Without Penalty, By A Cutoff Date To Be Determined Upon Award Of The Contract. The Institute Will Provide The Contractor With A List Of Registrants, Exhibitors, Speakers And Eeoc Staff. the Institute Requires The Contractor To Block Up To 400 Room Nights At Or Below The federal Government Per Diem Rate For Lodging During The Week Before And After The Conference For Seminar Registrants And Other Conference Personnel. These Individuals Are Responsible For Paying The Contractor Directly For Lodging Costs. All Room Nights Booked By The Institute Or Conference Registrants Will Be Credited To The Conference’s Sole Account. clin 0002 – Conference Meeting, Exhibitor And Office Space Requirements all Meeting Space Must Be Set Up In Classroom Style With 6' Tables, No More Than 2 People Per Table, Or Round Tables With No More Than 10 People Per Table, Mints, One (1) Pitcher Of Water And a Glasses Per Person At The Table Or Set Up Using Classroom Style. A Podium And Two (2) Tables Located In The Front Of The Classroom Are Required For The Presenters. Rooms Must Have Additional Space To Accommodate A/v Equipment. plenary Room: A Plenary Room That Can Accommodate A Minimum Of 600 Registrants Up To 1,000 Registrants And 100 Presenters/staff In Classroom Style Seating Or Can Accommodate Up To 1,000 Registrants And 100 Presenters/staff Using Round Tables That Seat 10 People And 2 To 4 Comfortable Chairs For The Eeoc’s Chair And Keynote Speakers (large/high Back Chairs) Is Required On Tuesday (day 2) From 8:00am To 12:00pm, On Wednesday (day 3), And On Thursday (day 4) From 8:00am To 10:00am. The Plenary Room Must Have Additional Space To Accommodate A Raised Platform That Is Ada Accessible. This Includes A Platform Which Is No More Than 24” High And Is Wheelchair Accessible On At Least One Side. If A Wheelchair Ramp Is Used, The Ramp Must Have Railings On Both Sides And The Rise Over Run Cannot Be More Than 8.3%. The A/v Requirements Will Be Discussed Below. dining Space (ballroom): A Dining Space Area Within A Separate Ballroom Or Event Space That Can Accommodate Speakers As Well As A Minimum Of 600 Registrants Up To 1,000 Registrants And 100 Presenters/staff. Exhibitor Floor Room Are Not Acceptable Unless Approved. The Ballroom Will Be Set Up In Banquet Rounds Of Ten (10) With An Appropriately Sized Riser To Hold A Podium With Podium Microphone. This Space Is Required On Tuesday (day 2) - Thursday (day 4) From 12:00pm To 1:30pm. Please See The Internet And A/v Sections For Additional Specific Requirements. The Plenary Room And Dining Space (ballroom) Functions Cannot Be Held In The Same Room. breakout Session Rooms: The Breakout Session Rooms Are Required For Monday (day 1), Pre- Conference From 8:00am - 5:00pm Is Six (6) Breakout Rooms As Follows: Four (4) Rooms To Accommodate Up To 100 Registrants, And Two (2) Rooms To Accommodate Up To 75 Registrants. On Tuesday (day 2) From 1:30pm - 5:00pm, On Wednesday (day 3), And On Thursday (day 4) From 10:30am - 5:00pm, The Following Breakout Rooms For The Full Conference Are Required: Two (2) Rooms To Accommodate Up To 300 Registrants; Two (2) Rooms To Accommodate Up To 200 Registrants, And Five (5) Rooms To Accommodate Up To 150 Registrants, And One (1) Room To Accommodate 75 People. The Plenary Session Room Can Also Serve As A Breakout Session Room If Space Is Configured With Air Walls And The Necessary A/v Equipment Is Functional To Accommodate The Full Agenda. speaker-ready Room the Speaker Ready Room Will Be Used By Institute Speakers To Prepare For Their Respective Presentations From 8:00am-5:00pm On Monday – Thursday. The Room Should Be Equipped With 2 Small Tables With Chairs, Lounge Chairs, And Comfortable Seating. The Area Should Be Stocked With Coffee, Tea, And Water Pitchers With Glasses. In Addition, The Speaker Ready Room Should Have A Small Refrigerator And Microwave For Use By The Speakers. exhibitor Space exhibitors Will Be At The Excel Training Conference. Exhibitor Space For Up To 20 Exhibitors Is Required For Monday – Thursday In A Foyer Area Near The Plenary Session, Registration Area Or Dining Space (ballroom) That Accommodate The Am/pm Break Services. Ten (10) Exhibitor Spaces Shall Be Equipped With Two (2) 6’ Tables, Two (2) Chairs And Ten (10) Exhibitor Spaces Shall Be Equipped With One (1) 6’ Table, Two (2) Chairs. The Contractor Will Furnish Tablecloth And Drape For The Front Of The Tables And A Wastebasket Per Exhibitor. The Exhibitors Will Be Responsible For All Additional Equipment And Booth Requirements And Will Work Directly With The Hotel. pre-function Room the Pre-function Room Will Be Used To Assemble Up To Ten (10) Pallets Of Conference Materials And Supplies. This Room Needs To Be Available From 8:00am On The Friday Before The Start Of The Conference Through Friday At 5:00pm The Day After The Conference Ends. The Room Needs To Be Equipped With Carts To Transport Completed Conference Materials To The Registration Areas For The Conference. The Contractor Also Needs To Provide A Secured Office That Can Be Used To Store Laptops, A/v Equipment, And Conference Materials During The Same Time. Only Eeoc Staff Should Have Access To The Secured Office. The Pre-function Room And Secured Office Shall Be Adjoining And Shall Have At Least Eight (8) Tables, Twenty (20) Chairs, Wastebaskets, And Water Pitchers With Glasses. registration And Office Areas the Contractor Needs To Provide Two (2) Registration Areas. One Registration Area Must Be Available From Sunday Afternoon 12:00pm – 6:00pm To Accommodate Pre-conference Registration And From Monday 7:30am – Thursday 6:00pm To Accommodate Registrants, And The Other Registration Area Is Needed From Tuesday – Thursday 7:30am – 6:00pm To Register Staff, Presenters And Exhibitors. Each Area Shall Have Six (6) Tables With Four (4) Chairs Per Table. directional Signage Will Be Provided By The Contractor To The Registration Area. clin 0003 – Business Center Requirements the Contractor Must Be Able To Handle Mailing, Copying, And Faxing Limited Course Materials On- Site. The Institute Typically Receives Four (4) Pallets Of Course Materials, 25 To 30 Packages And A/v Equipment, And Sends Out 50 Packages At The Completion Of The Conference. Contractor Must Provide A List Of All Business Center Charges To Include Labor Charges. clin 0004 – Food And Beverage Requirements the Contractor Shall Provide A Copy Of The Final Price List As Submitted In Response To The Solicitation Food And Beverages For The Conference As Follows: Continental Breakfast, Light Lunch, Breaks (am And Pm) On Tuesday (day Two), Wednesday (day Three) And Thursday (day Four) And One (1) Evening Reception. Pricing For Food And beverage Shall Include The Price For The Item, Plus The Gratuity (service Charge), And A Statement From The Contractor Indicating Whether, And Under What Conditions The U.s. Government Is Exempt From State Tax. tuesday Evening Kick-off Reception: The Food At The Reception Will Consist Of Hors D’oeuvres, Carving Stations, And Finger Foods. The Space Designated For The Reception Must Accommodate Approximately 800 People With Social Seating Available Throughout The Area And The Duration Of The Reception Will Be Approximately 1 Hour, From 5:30pm - 6:30pm. A Cash Bar Will Be Available For All Drinks. continental Breakfast Is Served For 1 Hour From 7:00am - 8:00am Tuesday Through Thursday. The Contractor Must Provide Table Rounds To Accommodate Up To 1,000 People On Tuesday (day 2), Wednesday (day 3), And Thursday (day 4). A Typical Continental Breakfast Shall Consist Of Juice, Fruit, Yogurt, Assorted Breakfast Pastries, Protein, Bagels, Or Croissants, Regular And Decaffeinated Coffee, Tea Bags And Hot Water For Tea, Iced Tea, And Large Containers Of Water. lunch Is Served For 1½ Hours From 12:00pm – 1:30pm. The Contractor Must Provide Table Rounds For Ten (10) And Accommodate 1,000 People. The Dining Space Can Be Used For Breakout Room And/or Meeting Space. A Light Lunch Is Provided On Tuesday (day 2), Wednesday (day 3) And Thursday (day 4). This Can Be Plated, Buffet Or Salad Bar Type Lunch Which Provides A Protein- Based Entrée, A Fruit Or Vegetable, Dessert, Lemonade And Iced Tea. The Entrée Must Not Include Pork, Beef Or Shellfish. 30-minute Am And Pm Breaks Is Required For A Maximum Of 1,000 People. The Am Break Menu Shall Consist Of The Following Beverages (regular And Decaf Coffee, Hot And Iced Tea, And Pitchers Of Water With Glasses) And A Light Snack (cookies, Pretzels, Protein, Etc.). The Pm Break Menu Shall Consist Of The Following Beverages And Pitchers Of Water With Glasses) And A Light Snack (cookies, Pretzels, Protein, Etc.). The Am And Pm Breaks Are Scheduled For 30 Minutes Each, Tuesday (day 2) - Thursday (day 4). the Institute Will Pay The Contractor For Meals, Breaks, And Reception Based On The Actual Number Of Meals Served. clin 0005 – Audio/visual (a/v) Requirements (rental) a/v For Plenary Sessions: The Contractor Shall Provide The Following Items To Support The Plenary Session: Lcd Projectors, Projection Screens, Scan Converters, Video Cameras, A/v Mixers, A/v Drops, Vcr -1, Vgada And Voa Splitter, Cables To Run Two Projectors And Laptops Provided By The Institute, Projection Carts, Pipe And Drape, Stage Wash, Lighting, Podium With Wired Microphones, Wired Table Microphones W/stands, Wireless Floor Microphones W/stands. The Institute Requires Internet Access In Plenary Sessions And All Breakout Sessions. The Contractor Must Provide Internet Service In The Plenary Room. The Contractor Must Setup, Breakdown And Provide Technical Support Of The A/v Equipment During The Plenary Sessions. a/v For Breakout Rooms: The Institute Will Provide All Laptops And In-focus Projectors Used In The Breakout Rooms. The Contractor Must Provide The Following Equipment: Microphones (1 Wireless And 1 Wired In Each Breakout Room), Flip Chart/ Paper And Markers, Gender Adapters, Electronic Signage Or Tripods Outside Breakout Sessions, And Projection Cart With A/v Connection. The Institute Requires Internet Access Throughout The Entire Breakout Rooms. The Contractor Must provide Projected Cost For The Internet Service In The Breakout Rooms. registration Area: The Institute Requires An Internet Connection Which Will Be Used With A Hub Throughout The Conference To Include Registration, A/v Connection, And Phone For Local Calls Within The Conference Space. In Addition, The Institute Requires A Multifunction-colored Printer To Be Used Through The Conference To Include Registration. common Registration Area: The Institute Requires An Internet Connection Near Registration To Be Used With A Hub For The Completion Of Conference Evaluations. This Will Be Set Up To Support At Least (6) To (8) Laptops Which Will Be Provided By The Institute. reporting Requirements pre-conference Reporting: The Contractor Will Provide The Institute’s Contracting Officer’s Representative (cor) With An Electronic List Of All Hotel Confirmation Numbers For All Participants, Staff And Presenters On A Weekly Basis Starting Eight (8) Weeks Prior To The Conference. The Institute Cor Will Manage The Conference Room Block Up To 15 Calendar Days Prior To The Conference. From Fourteen (14) Calendar Days Before The Conference Through The Duration Of The Conference, The Contractor Will Manage The Conference Room Block. during The Conference Requirements a Pre-conference Meeting Will Be Conducted With The Contractor And Key Institute Staff Within Five (5) Business Days Prior To The Conference. daily Event Meeting Will Be Conducted With The Contractor And Key Institute Staff Daily As Agreed. signature Authority: All On-site Charges Must Be Approved And Signed Only By The Institute’s Cor And/or The Eeoc Contracting Officer. daily Reconciliation: The Contractor Shall Provide A Daily Reconciliation List To The Institute Cor By 9:00am The Following Business Day After The Charges Are Incurred. These Charges Include Lodging Paid By Eeoc, Food And Beverage, A/v Equipment And Labor, And Business Center. post-conference: The Contractor Shall Submit A Final Invoice Of All Charges Within Five (5) Business Days After The Completion Of The Conference. A Detailed Report Should Be Submitted With The Invoice And Should Consist Of A Detailed Banquet/event Order (beo) Form. The Beo Must Provide The Following Information: Room Usage By Date; Detailed Lodging Charges For All Registrants, Staff And Presenters For The Conference; Detailed Breakdown, By Day, For All Food And Beverage Charges; A Detailed Breakdown By Day And Room Number, For All A/v Equipment Rental Charges And A/v Support Charges; All Business Center Cost; And All Miscellaneous Costs To Include But Not Limited To Internet Connections, Re-keying Charges, Electrical Hook-ups, Etc. general Requirements transportation: The Contractor Shall Provide A Price List Of All Local Transportation Options To And From The Airport And Rail Station, If Applicable. The Contractor Shall Indicate In Its Quotation Whether It Provides Free Or Low-cost Shuttle Services. The Contractor Shall List All Facility Parking Discounts And Cost Options. The Contractor Shall Provide A List Of All Local Restaurants Located Within A Ten (10) Minute Walk From The Contractor’s Facility. security: The Contractor Should Identify If They Have Paid Security Within The Facility And Provide A List Of Additional Security Measures Taken By The Contractor To Provide For The Safety Of Conference Registrants, Staff, Presenters And Equipment. list Of Deliverables logistical Support Plan: Within Seven (7) Business Days Of The Contract Award, The Contractor Shall Comprise A Detailed Logistical Support Plan For Provision Of All Required Support. The Plan Will Include A Proposed Budget And Detailed Schedule As Applicable. The Eeoc Shall Review The Logistical Support Plan And Provide Acceptance And/or Comments To The Contractor. The Contractor Shall Be Available To Eeoc For Weekly Status Reports To Facilitate The Coordination Of Evolving Operational And Logistical Issues Regarding The Tasks Outlined In The Sow. account Reconciliation: Eeoc Requests That The Hotel Bill Be Prepared In A Logical And Chronological Sequence And That Backup Data Accompany The Bill. The Contractor Shall Complete Its Accounting Of The Conference Within Five (5) Days Of The Conclusion Of The Conference. invoicing: The Contractor Shall Invoice The Eeoc At The Agreed Upon Rates For Lodging, Conference Space, Rental Of Audio/visual Equipment And Technical Support, Food And Beverage Service, And Business Center Services. Charges For Food And Beverage Service Shall Be Reflected On The Invoice As The Cost Incurred Per Person. the Contractor Shall Submit A Final Invoice Of All Charges Within Five (5) Business Days After Completion Of The Conference To The Cor And The Cor Shall Be Provided At Least Five Business Days To Review The Invoice Charges And Services Provided For Acceptance. contract Administration contracting Officer’s Representative (cor) – Tbd Method Of Payment pursuant To Far Clause 52.232-33 Entitled, “payment By Electronic Funds Transfer – System For Award Management (oct 2018)”, The Government Intends To Make A Payment Via Electronic Funds Transfer Using Information Provided In The System For Award Management (sam) Database. cancellation should Eeoc Elect To Cancel This Contract, Eeoc Will Provide A Written Notification To The contractor No Later Than Sixty (60) Calendar Days Prior To The Scheduled Event. By Receipt Of This Cancellation Notice, The Contractor Agrees To Release Eeoc From Any Cancellation Penalties Or Charges. If There Is A Cancellation Within Sixty (60) Calendar Days Of The Scheduled Event Date, Paragraph (l) Termination For The Government’s Convenience Or (m) Termination For Cause Of Far Clause 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services Will Govern. submission Of Quotation: All Interested Parties Shall Submit With Their Quotation A Detailed Breakdown Of All Costs To Include Conference Space, Rental Of Audiovisual Equipment And Technical Support, Food And Beverage Service, Business Services, And Any Other Miscellaneous Services And Equipment Which Are Necessary For The Success Of The Conference. quotations Shall Be Submitted In Three (3) Separate Volumes As Follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; And Volume 3 - Price. Pricing Must Be Submitted Using The Line-item Structure In The Above Schedule Of Supplies And Services Of This Rfq. A Separate Attachment May Be Included In Volume 3 For Pricing Information On Menu Items, Transportation, Parking, Applicable Tax Rates, And Sleeping Room Rates. Your Quotation In Response To Solicitation Number 45310025q0011 Is Due January 15, 2025, At 10:00 A.m. Et (washington, D.c. Local Time). Quotations Will Be Accepted Via E-mail. One (1) Electronic Copy Of The Quotation May Be Submitted Via E-mail, Addressed To John.adams@eeoc.gov And R.rashelle.anderson@eeoc.gov. questions: Questions Regarding This Request For Quotation Should Be Submitted To John Adams, Contract Specialist Via E-mail At John.adams@eeoc.gov And Gov Contracting Officer At R.rashelle.anderson@eeoc.gov Telephone Inquiries Or Responses Are Not Acceptable. The Deadline For Submission Of Questions Regarding Solicitation Number 45310025q0011 Is Due December 20, 2024, 10:00 A.m. Et (washington, D.c. Local Time). Any Questions Received After The Above- Mentioned Date And Time Will Not Be Considered. The Government Will Not Reimburse Interested Parties For Any Cost Associated With Responding To This Business Opportunity. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. The Anticipated Contract Award Date Is On Or Before March 18, 2025. basis For Award: The Government Intends To Award A Firm Fixed-price Contract To The Responsible Quoter Whose Quotation Is Responsive To The Solicitation And Is Determined To Be The Best Value To The Government, Using The Tradeoff Approach. Selection Of The Best Value To The Government Will Be Achieved Through A Process Of Evaluating The Strengths And Weaknesses Of Each Quoter’s Quotation Against The Below Described Evaluation Criteria. In Determining The Best Value To The Government, The Technical Capability And Past Performance Evaluation Criteria, When Combined, Are More Important Than The Evaluated Price. The Government Is More Concerned About Obtaining A Superior Technical Capability Quotation Than Making An Award At The Lowest Evaluated Price. However, The Government Will Not Make An Award At A Price Premium It Considers Disproportionate To The Benefits Associated With The Evaluated Superiority Of One Technical And Management Quotation Over Another. Thus, To The Extent That Quoter’s Technical And Past Performance Quotations Are Evaluated As Close Or Similar In Merit, The Evaluated Price Is More Likely To Be A Determining Factor. evaluation Factors For Award: The Following Factors Shall Be Used To Evaluate Quotations. These Factors Are Listed In Their Relative Order Of Importance: Technical Capability, Past Performance, And Price. factor I – Technical Capability: contract Requirements: Quotations Will Be Evaluated On The Quoter’s Ability To Provide All The Contract Requirements Relating To Lodging, Meeting Space, Food And Beverage, Av Support And Equipment, Business Center, And Comply With The Reporting Requirements. Quotations Must Address The Quoter’s Ability To Comply With The Americans With Disability Act (ada) As It Relates To Lodging And Meeting Space. Quotations Will Be Evaluated On The Quality Of The Customer Services Provided And The Quality Of The Facilities Reflected In Maintenance And Upkeep Of The Facilities. location: Quotations Will Be Evaluated On The Ability Of Quoter To Provide A Centrally Located Facility With Inexpensive Transportation Options To And From The Airport. Additionally, Restaurants Must Be Within A Short Walking Distance Of (ten (10) Minutes Or Less) Of The Proposed Facility. quotations Must Address Safety And Security Issues Both Within The Hotel Complex And The Surrounding Area. availability Of Dates: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Services On The Dates Requested. Additional Consideration Will Be Given To Quotations Which Demonstrate Availability Of Facilities On The Preferred Dates In Order Of Preference (i.e., 1st Choice Date, 2nd Choice Date, 3rd Choice Date, Etc.) factor Ii – Past Performance: the Quoter Must Provide References For A Minimum Of Three (3) Government Or Non-government Contracts Which Provide The Same Or Similar Services; Contracts Must Have Been Awarded Within The Past (3) Years. The Information For Each Reference Shall Include The Following: name And Address Of Government Agency And Other Non-government Client; name, Title, Email And Telephone Number Of Contracting Officer Or Other Point Of Contact; name, Title, Email, And Telephone Number Of Client’s Program Manager, If Applicable; contract Number, Period Of Performance, And Total Dollar Value Of Contract; And description Of Services Provided. list Any Problems Encountered On Each Contract And The Quoter’s Corrective Actions. Eeoc Will Evaluate Past Performance Based On Timeliness, Customer Service And Corrective Actions Taken (if Necessary). a Quoter Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Not Be Evaluated Favorably Or Unfavorably On Past Performance. factor Iii – Price: the Price Quotation Will Be Evaluated Against The Independent Government Price Estimate. Evaluations Of Quotations Will Consider The Following Pricing Information: Pricing Provided For All Line Items Listed In The Schedule Of Supplies And Services Of This Rfq In The Units And Format Provided. site Visits: The Eeoc Will Conduct A Site Visit Of All Quoters Who Are Rated To Be Technically Acceptable. The Site Visit Will Review And Evaluate The Same Technical Items Identified In The Technical Capabilities Portion Of The Technical Evaluation Factor. supplemental Agreements if Any Hotel Submitting A Quotation Has Any Supplemental Agreements, Those Agreements Must Be Submitted With Their Quotation. If The Hotel Requires Signature Of A Supplemental Agreement That Was Not Submitted With The Quotation, The Quotation Will Be Rejected. notice: The Government Intends To Evaluate Quotations And Make Award Without Discussions (except Clarifications As Described In Far 15.306(a)). Therefore, The Quoter’s Initial Quote Should Contain The Vendor’s Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions If The Contracting Officer Later Determines Them To Be Necessary. period Of Performance the Base Period Is From The Date Of The Award Through The Execution Of The Fy 2025 Excel Training Conference. the Eeoc Is An Agency Of The U.s. Government. Contracts With The Eeoc Are Governed By The Federal Acquisition Regulation (far). To The Extent That Any Provision Of This Agreement Conflicts With The Far, The Far Must Control. applicable Provisions And Clauses: The Provisions At 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services Applies To This Acquisition. The Vendor Shall Include A Completed Copy Of The Provisions At 52.212-3, Offeror Representations And Certifications - Commercial Products And Commercial Services, With Your Quote. the Contracting Officer Has Determined That Paragraph 52.212-3(k)(2) Which Pertains To Exemption From The Application Of The Service Contract Labor Standards Applies. The Clause 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Clause And 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Order-commercial Products And Commercial Services Are Incorporated By Reference. clause 52.203-6 Restrictions On Subcontractor Sales To The Government Alternate I, Clause 52.203-17 Contractor Employee Whistleblower Rights clause 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements, Clause 52.204-10 Reporting Executive Compensation And First –tier Subcontract Awards, Clause 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities, clause 52.204-12 Unique Entity Identifier Maintenance clause 52.204-13 System For Award Management Maintenance clause 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment, clause 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment, clause 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations, clause 52.217-9 Option To Extend The Term Of The Contract, (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days Prior To The Contract Expiration Date, Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 36 Months. (end Of Clause) clause 52.222-3 Convict Labor, clause 52.222-19 Child Labor – Cooperation With Authorities And Remedies, Clause 52.222-21, Prohibition Of Segregated Facilities clause 52.222-26, Equal Opportunity, clause 52.222-35 Equal Opportunity For Veterans, clause 52.222-36 Equal Opportunity For Workers With Disabilities, Clause 52.222-37 Employment Reports On Veterans, clause 52.222-40 Notification Of Employee Rights Under The National Labor Relations Acts, clause 52.222-41 Service Contact Labor Standards, Clause 52.222-50 Combating Trafficking In Persons, clause 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving, clause 52.225-13 Restrictions On Certain Foreign Purchases, Clause 52.232-1 Payments clause 52.232-33, Payment By Electronic Funds Transfer – System For Award Management Clause 52.232-40, Providing Accelerated Payments To Small Business Subcontractors, Clause 52.233-3 Protest After Award, clause 52.233-4 Applicable Law For Breach Of Contract Claim, And clause 52.222-53 Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements. to Obtain The Above Provision/clauses In Full Text, Please Visit Https://www.acquisition.gov/far see Attachment- Custom Clause For Electronic Invoicing

MEDIO AMBIENTE, AGUA, RESIDUOS Y ENERG A DE CANTABRIA, S A Tender

Spain
Closing Date19 Jan 2025
Tender AmountRefer Documents 
Details: Collection And Transportation Services In The Western Zone, E.t. Management And P.l. Big-headed, And Voluminous. The Procurement Is Related To A Project And/or Program Financed By European Union Funds: No

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Details: Statement Of Work 2024 Medical Gas Delivery System Deficiencies Repair(s) objective: the Objective Of This Agreement Is To Establish A Contract Inclusive Of All Personnel, Management, Materials, Parts, Equipment, Tools, Supplies, Labor, And Transportation Require To Perform Recommended Repairs On The Medical Gas Delivery System At The Central Alabama Veterans Health Care Systems (cavhcs). site Visit: bidders Shall Visit The Site To Confirm Locations, Dimensions, Associated Equipment, And Equipment Conditions Relative To The Recommended Repair(s) At Tuskegee Va Bldg. 129 Medical Gas Delivery System Deficiencies Findings Doing The 2024 Inspection. The Site Visit Shall Be For The Purpose Of Observing/verifying Any Conditions, Concerns, Dimensions, Etc. Relevant To The Fulfillment Of This Contract. No Consideration Will Be Given To Claims Based On A Lack Of Knowledge Of The Existing Conditions, Except Where Contract Documents Make Definite Provisions For Adjustment In Cost Or Extension Due To Existing Conditions Not Readily Foreseeable. The Site Addresses Are: v.a. Medical Center - East 2400 Hospital Rd. tuskegee, Al 36083 bldg.129 contractor Responsibilty: contractor Shall Provide All Personnel, Management, Materials, Parts, Equipment, Tools, Supplies, Labor, And Transportation Require To Perform The Recommended Repairs Findings On The 2024 Annual Inspection On Medical Gas Delivery System In Bldg. 129 Tuskegee. See Annual Medical Gas Testing And Pm Reports For Recommended Repair(s) Details. issue #25086 Replace (1) Dew Point Monitor. issue #25086 Replace (2) Desiccant Medical Air Dryer(s) W/integrated Controller (includes All Filters Needed) issue #25085 Repair Medical Air High Temperature Alarm (not Working At Master Alarm Panels) issue #25102 Install Proper Label(s) On Med-air Intake And Med-vacuum Exhaust Piping. contractor Shall Test All Alarms, Equipment, And Associated Equipment For Normal And Proper Operating Once Work Has Been Completed. contractor Shall Ensure Area Is Clean Of All Debris Material Before Departing Site. bldg. 129 Medical Gas System Equipment List bulk Oxygen Tank W/reserve Tank praxair medical Air System duplex Compressor(s) Amico_a-scd-p-080p-ss-n-075-46063-t duplex Dryer(s) Trident Pneumatics_dryspell dew Point Monitor Amico co Monitor Gfg_abl-4021 medical Vacuum System duplex Pump(s) Patton S_72-21-033c mater Alarm Panels amico Alert-2 Master areal Alarm Panels amico Alert-3 Lcd contractor Qualifications: contractor Shall Preform All Work In Accordance With Vha Directive 7515(1), The Contractor Shall Be Certified In American Society Of Sanitary Engineering (asse) 6010 For System Installations, Asse 6020 For System Inspections, Asse 6030 For Systems Verifier, And Asse 6040 Systems Maintenance Whichever Is Applicable To The Work Contracted To Perform. contractor Shall Be Licensed And Certified To Provide The Testing And Inspection Services Specified In This Contract. contractor Shall Provide Service Tickets, At The Time Services Are Rendered, For All Services Performed. Service Tickets Shall Be Signed By The Cor In Order To Confirm Services Were Rendered. contractor Shall Hold A Current And Valid Asse Medical Gas Verifier 6030 Certification, Ensuring All Qualifications Meet The Requirements As Stated In The Latest Version Of Nfpa 99. any Personnel Representing The Contractor And Performing The Actual Inspections Shall Also Be Qualified To At Least The Asse Medical Gas Verifier 6030 Certification Level. the Contractor Shall Provide Copies Of The Certifications Upon Acceptance Of Any Contract Award, Or No Work Shall Be Performed, Nor Accepted, Until Proof Of Licensing Is Verified. contractor Shall Use Testing Equipment That Is Calibrated And Adheres To The Standards And Criteria Set Forth By The National Institute Of Standards And Technology (nist), As Recommended By The Iso-9001 Requirements. As Proof Of Current Calibration, The Contractor Shall Provide A Traceable Calibration Certificate To The Cor Or Their Designee, Presented Upon Initial Contract Issuance And Each Time Certificates Are Updated. Evidence Of All Required Licenses, As Well As Documentation Of The Qualifications Of Personnel, Shall Be Provided To The Co And Cor Prior To Award Of The Contract. contractor Personnel, While On Va Property, Shall Adhere To All Requirements And Regulations That Govern The Va Health Care System And Its Property. Among All Other Requirements, The Va Health Care System And Its Property Is Now Entirely Smoke-free. No Weapons Are Permitted On The Premises. Medical Masking In All Required Areas. general Requirements: all Work Shall Be Conducted In Accordance With National Fire Protection Association (nfpa 99), Compress Gas Association (cga), Occupational Safety And Health Administration (osha), Joint Commission On Accreditation Of Healthcare Organizations (jcaho), Asse 6000: Professional Qualifications Standard, Va Standards, And Latest Edition Or Other Applicable Current Recommendations. the Individuals Working/testing/inspecting On Medical Gas Systems Must Show Proof Of The Following Certification. Asse 6010, Asse 6020, Asse 6030, Asse 6040 all Certifications Must Be Up To Date. Any Contractors/vendor Not Showing Proof Of Certifications Shall Be Disqualified. contractor Shall Be Registered In Sam.gov With An Active Dunn & Bradstreet Number. all Shutdowns Shall Be Coordinated With Cor. Shutdown Might Occur At Hours Outside Of Traditional 1st Shift, On Holidays, Or On Weekends. Include Such Implications In Quote. contractor Shall Clean-up Work Sites Daily. No Debris Can Be Left At Work Sites. contractor Shall Visit The Work Sites And Verify All Existing Conditions And Include All Such Implications In The Quote. the Work Shall Include Notification To The Department Point Of Contact Immediately If Life Threatening Condition Exist During The Inspections, Testing And Repairs. interruption Of Medical Gas Services the Interruption Of Medical Gas Services (i.e., Closure Of Valves, Raising And Lowering Pressures Etc.) Shall Be Prohibited Without The Approval Of The Contracts Point Of Contact. Interruption Of Medical Gas Services Shall Be Considered A Medical Gas Shutdown, And The Facility Shutdown Procedure Shall Be Followed. Interruption Of Medical Gas Service Shall Be Requested Using The Following Procedure. notification Of The Contracts Point Of Contact Not Less Than (3) Days In Advance Of The Proposed Interruption Of Medical Gas Services. do Not Proceed With Interruption Of Medical Gas Service Without The Contracts Written Permission From The Engineering Department. hours Of Work: the Hours Of Work Shall Take Place During The Normal Business Hours Of 8:00 Am And 4:30 Pm, Monday Through Friday, Federal Holidays Excluded. Request For Weekend Work Must Be Submitted In Writing. Inspections Will Require A Prior Five-day Notification Submitted To The Contract Officers Representative (cor) Or Government Representative. federal Holidays And National Holidays Observed By The Va Hospital Are: New Years Day Labor Day Martin Luther King Day Columbus Day President S Day Veteran S Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day period Of Performance: the Period Of Performance Is Three Months Aro. downtime: all Downtime Shall Be Scheduled 72 Hours In Advance To Minimize Impact On Hospital Thru Cor notes: all Modifications Shall Be Reviewed And Approved Prior To Execution. contractor Shall Specify Cost Of Modifications Iaw Gsa Pricing Schedule. testing Should Be During Normal Hours 8:00am 4:30pm warranty: contractor Shall Provide Warranty On The Integrity Of Services, Parts And Equipment Installed Supporting The Cavhcs Medical Gas Delivery System. The Warranty Period Shall Be For One (1) Year After Completion Of Work. copy Of Annual Medical Gas Testing And Pm Report records Management And Contract Security A. Contractor Shall Comply With Va Handbook 6300.1 Records Management Procedures And Va Handbook 6500.6 Contract Security. Both Can Be Found At: https://www.va.gov/vapubs/search_action.cfm?dtype=2 **note: This Link Is The Complete List Of Va Handbooks And Are In Sequential Order. **instructions For Accessing Va Handbooks At Link Listed Above: Click On Link Above And Once It Is Opened, Please Scroll Down On The Left Side Until You Get To Va Handbook 6300.1. Once There, Go To The Pdf Format Column And Click On Pdf. Va Handbook 6300.1 Will Then Ask You To Open Or Save The Document. b. Please Follow The Same Instructions Listed Above For Accessing Va Handbook 6500.6. All Contractor Employees Working On This Requirement Are Required To Complete Mandatory Annual Training Entitled, Va Privacy And Information Security Awareness And Hippa Training Prior To Providing Service For Each Year Of The Contract With Copies Sent To The Cor For Each And Available For Audit As Requested. The Course Numbers Are Va10203 And Va 10176. You Must Select That You Are A Contractor. Contractor Employees Are To Self-enroll Into Tms Via The Link: Https://www.tms.va.gov/learning/user/selfregistrationuserselection.do A Va Employee Will Escort The Contractor When Contractor Is Required To Enter/work In Sensitive Areas. identification, Smoking And Va Regulations the Contractor's Fse Shall Wear Visible Identification Always While On The Premises Of The Augusta Va Medical Center. Contractor Shall Contact The Contracting Officer S Representative (cor) Upon Contract Award, To Receive Instructions On How To Obtain A Va Identification Badge During The Performance Of This Contract. Augusta Va Medical Center Is A Smoke Free Campus Which Includes Both Tobacco And E-cigarettes; Tickets Can Be Issued By Police Services. Possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. Photography Or Video On Medical Center Premises Is Strictly Prohibited. Additionally, Pursuant To 38 Cfr 1.218(b) (23) Use Of Recording Devices Of Any Kind To Record Patients Or Employees Is Strictly Prohibited.

DEFENSE FINANCE AND ACCOUNTING SERVICE DFAS USA Tender

Machinery and Tools...+2Electrical and Electronics, Electrical Works
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: Notice Of Sources Sought. requesting: 1. Written Notification By Qualified And Interested Vendors 2. Market Research Quote For The Services Requested In The Attached Statement Of Work ***please See Attachment For Full Statement Of Work**** statement Of Work replacement Chillers, Hq0448516562 for The Defense Finance And Accounting Service Events (rome, New York) 1.0. Purpose: The Purpose Of This Contract Is To Replace Three (3) Existing Air-cooled, Rtaa Packaged Chiller Units With New Hermetic Rotary Refrigeration Machines To Provide Chilled Water Cooling To Meet The Comfort Cooling Needs Of The Facility. The Work To Be Performed Under This Contract And In Accordance With This Statement Of Work (sow) Shall Consist Of Furnishing, All Necessary Plant, Labor, Tools, Transportation, Supplies, Supervision, Equipment, Materials, And Incidentals Necessary For Providing All Work Shown In This Sow, And All Applicable Codes, Regulations, Standards, Meet Ashrae 90.1-2001 Efficiency Guidelines, And Criteria In Effect At The Date Of Solicitation. 2.0 Scope: The John S. Mccain National Defense Authorization Act (ndaa) Section 889 Applies To All Components Of This Requirement. The Contractor Shall Provide Labor, Service, Supervision, Personnel, Parts, Tools, Materials, Equipment, Installation, Programming, Hardware, Software, Licensing, And Other Items And Services As Needed For The Completion Of Av Support. The Contractor Shall Provide Project Management Of The Services Identified In This Pws. The Contractor Shall Provide Travel Expenses For All Contractor Personnel. 3.0 General Requirements: The Contractor Shall Provide All Necessary Personnel, Equipment, Supplies, Transportation, Tools, Materials, Supervision, And Other Non-personal Services For Comprehensive Removal, Replacement Of Three (3) Rtaa Chillers At The Defense Finance And Accounting Service (dfas) Rome, New York As Detailed In This Statement Of Work (sow) 3.1 Chiller #1. 130 Tons: Remove Existing Model: Rttaa 1304 Yt01 A3c0 B. Serial #: U99j01971., Outdoor Air-cooled Chiller, With Freeze Protection, And Provide, New, For Comfort Cooling, 130 Tons., Rtaa Hermetic Rotary Compressor Refrigeration Air Cooled Chiller, High Efficiency With Applicable Low Ambient Operation, Freeze Protection, System Control Integration To The Existing Building Automation System Communication Interface (bas), And New 20amp, 120v Duplex Weathertight Outlet. New Exterior Chilled Water Piping (supply & Return) As Well As New Line Gauges, Vibration Eliminator, Vent, Thermometer, Water Strainer, Gate Valve, Valve Pressure Gage, New Insulation With Aluminum Shielding And Proper Piping Supports. Existing Chiller Concrete Pad Dimensions Are Approximate: 103” W X 286” L. Contractor Shall Verify All Rtaa Specifications And Dimensions. 3.2 Chiller #2. 90 Tons: Remove Existing Model: Rtaa 0904 Yt01 A3d0 Bf. Serial #: U99j01996., Outdoor Air-cooled Chiller, With Freeze Protection, And Provide New, For Comfort Cooling, 90 Tons., Rtaa Hermetic Rotary Compressor Refrigeration Air Cooled Chiller, High Efficiency With Applicable Low Ambient Operation, Freeze Protection, System Control Integration To The Existing Building Automation System Communication Interface (bas), And New 20amp, 120v Duplex Weathertight Outlet. New Exterior Chilled Water Piping (supply & Return) As Well As New Line Gauges, Vibration Eliminator, Vent, Thermometer, Water Strainer, Gate Valve, Valve Pressure Gage, New Insulation With Aluminum Shielding And Proper Piping Supports. Existing Chiller Concrete Pad Dimensions Are Approximate: 100” W X 216” L. Contractor Shall Verify All Rtaa Specifications And Dimensions. 3.3 Chiller #5. 80 Tons: Remove Existing Model: Rtaa 0804 Yt01 A3c0 B., Serial #: U07m06563., Outdoor Air-cooled Chiller, With Freeze Protection, And Provide New, For Comfort Cooling, 80 Tons., Rtaa Hermetic Rotary Compressor Refrigeration Air Cooled Chiller, High Efficiency With Applicable Low Ambient Operation, Freeze Protection, System Control Integration To The Existing Building Automation System Communication Interface (bas), And New 20amp, 120v Duplex Weathertight Outlet. New Exterior Chilled Water Piping (supply & Return) As Well As New Line Gauges, Vibration Eliminator, Vent, Thermometer, Water Strainer, Gate Valve, Valve Pressure Gage, New Insulation With Aluminum Shielding And Proper Piping Supports. Existing Chiller Concrete Pad Dimensions Are Approximate: 108” W X 240” L. Contractor Shall Verify All Rtaa Specifications And Dimensions. 3.4 Description Of Services: Contractor Shall Remove Existing Intellipak Air-cooled Units, Located On The Exterior Of Building 1. Contractor Will Coordinate With Dfas Cor For Required System Down Time. Chilled Water Systems Are Glycol Treated, Contractor Is Responsible For Drained, Reclaimed And Reintroduced Into The System. Glycol Must Be Tested (glycol Percentage Based On Its Refractive Index) Upon Removal And Documented For Owner Review; Reintroduced System Glycol Will Be At The Same Recorded/tested Level. All Systems Will Be Left In Working Condition Without Leaks. Remove Existing Supply And Return Exterior Chilled Water Piping Up To And Including The Isolation Valves. Remove, Retain, And Re-install System Control Integration To The Existing Building Automation System (bas) Tracer Es., Control Wiring And Materials For Communication From The Chiller To The Bas Monitoring Office. Contractor Shall Update Tracer Es With New Chiller Unit Image, Data, Graphics, And Set Points. Install New From Factory New Rtaa 80, 90, And 130 Ton, Air Cooled Chiller With Correct Voltage Design For The Building. Provide Necessary Electrical Wiring, Conduit, Connections, And Materials Resulting In A Durable And Reliable Power Supply To The New Units. New Chillers Will Be Equipped With Vibration/noise Dampening Features And Be Placed On Current Contract Pads Per Manufactures Specifications. Provide And Install New Exterior Chilled Water Supply/return Lines. For Each Unit, Provide And Install Two New Isolation Valves (butterfly Valves). Provide And Install Two New ¾ Inch Ball Valve Equipped Test/bleed Ports, One In Supply And One In Return. Provide And Install One New Y Strainer In New Supply Line. Install New Piping Support Brackets For Supply And Return Lines; Install New Piping Insulation With Aluminum Exterior Shielding, Insulation Will Be Applied To Isolation Valve, Test Ports, And Y Strainer As Well. Exterior Of Supply And Return Chilled Water piping Will Be Marked With Industry Standard Uv/weather Resistant Markings To Identify “chilled Water Supply” And “chilled Water Return” a.) Contractor Shall Be Responsible For On-site Coordination Of All Staging And Deliveries Of Their Product, To Include Access To And Operation Of Any Equipment Need For Unloading And Movement Of Materials Or Product. b.) Start Up, Training, And Manuals: The Contractor Shall Provide, Schedule, And Arrange For Factory Certified Start-up. Contractor Will Provide Operational, And Maintenance Training As Recommended By The Manufacture, To Train Government Technicians And Provide All Operating, Maintenance, And Parts Manuals Instructions To Include Parts Listing Of Equipment And Other Materials Installed. c.) The Contractor Shall Conduct A Minimum Two (2) Hours Training For On-site Staff Upon Installation Of The Equipment To The End-user At The Government Site. d.) The Contractor Shall Provide Documentation Of Unit Start-up Commissioning And All Recorded Readings. 4.0 Qualifications: The Work For This Project Shall Be Executed In The Best And Most Workmanlike Manner, By Qualified, Trained And Certified Efficient Mechanics/tradesmen, Skilled In Their Respective Trades. Only Certified Journeymen In Each Respective Trade, Or Apprentices Under The Direct Supervision Of Certified Journeymen, Shall Be Permitted To Install And/or Supervise Installation For This Project. Individual Trade Work For This Project Shall Be Performed And Quality Maintained By The Applicable Trade Only. The Contractor Shall Assure That All Trades Coordinate Their Work With That Of Other Trades. The Contractor Shall Coordinate And Perform All Operations In A Manner That Will Result In A Professional And Expeditiously Completed Project. The Work Shall Be In Strict Accordance With Prevailing Industry Standards And Manufacturer’s Instructions. Work And Materials Shall Comply With This Sow And The Editions In Effect At The Time Of This Solicitation For All Applicable Criteria, Regulations, Guidelines, And Codes, All Of Which Are Made A Part Thereof. 5.0 Disposal Of Materials And Cleanup: The Contractor Shall Clean Up After Each Work Period And Dispose Of All Debris At The Close Of Each Day. The Contractor Shall Protect All Structures, Utilities, Vegetation, Sidewalks And Vehicles From Damage At All Times. The Contractor Shall Replace All Damaged Materials With New Materials To The Satisfaction Of The Government, At No Additional Cost To The Government. Removal/disposal Of Obsolete Chiller Unit; The Contractor Will Take Custody Of The Removed Chiller, Piping, And Isolation Valves To Include Any Oil, R-22 Refrigerant And Any Equipment And Materials From The Demolition. Removed Oil And Refrigerant Will Be Disposed Of At A Waste Or Recycle Location Adhering To Epa, Federal, State, City, County And Local Codes By The Contractor. 6.0 Place Of Performance: Defense Finance And Accounting Service-rome, 325 Brooks Rd, Rome, New York, 13441., Bldg 1. 7.0 Period Of Performance: Installation, Set Up, And Start-up Commissioning Of The New Chiller Unit; Removal And Proper Disposal Of The Obsolete Chiller Unit; And Training Of The End User Shall Be Completed Within One Hundred And Forty-nine (149) Days Upon The Award Of Contract. 8.0 Normal Hours Of Operation: Work Hours Shall Be Monday Through Friday 0800- 1600 Hours, Except For Us Federal Holidays. The Contractor Shall Have Prior Writing Approval From The Cor To Work Outside Of These Guidelines To Coordinate With The Site Installation Law Enforcement Personnel. 8.1 Installation Access: All Contractors Arriving At The Installation Access Point Shall Be Preannounced And Be Cleared Prior To Accessing The Installation. A Map And Directions To The Installation Will Be Provided By The Cor. The Contractors Shall Preregister Their Arrival At The Following Website: Defense Biometric Identification, Dbids Https://dbids- Global-enroll.dmdc.mil/preenrollui/#/landing-page. Upon Arrival, The Cor Will Meet Contractor Personnel At The Vehicle Control Center (vcc). Preregistered Contracting Personnel Will Enter The Vcc. Contractor Personnel Shall Bring Their Preregister Letter Or Qrc Scan Code And Valid Photo Identification For Badging. After Badging Has Been Completed, Contractor Vehicles Will Be Searched, And Badges Will Be Scanned Prior To Entry On The Installation. Each Time When Processing Onto The Installation, All Contractor Vehicles Shall Be Searched, And All Badges Shall Be Scanned By Installation Security Forces. 8.2 Visitor Adjudication Matrix: Contractor Personnel Containing Any Of The Following Offenses Shall Not Be Permitted Access To The Installation.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Food Products
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Description: This Request For Information (rfi) /â sources Sought Notice Is Issuedâ  Solely For Information And Planning Purposes. This Is Not A Solicitation. submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw 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. sources Sought/rfi Description this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 311991 (size Standard Of 700 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Is Seeking Sources Capable Of Providing Freshly Prepared Sandwiches In Accordance With Statement Of Work Stated Below. statement Of Work: scope Of Work the Contractor Shall Delivery Fresh Food Products To The Va San Diego Healthcare System (vasdhs) Address Listed Below. Orders Shall Be Placed On An As Needed Basis, In Accordance With Delivery Schedules Listed In The Statement Of Work (sow), By The Point Of Contact (poc). Orders Shall Be Placed By Telephone, In Writing, In Writing Via Fax, E-mail, Via Online Ordering System, Or Given To Contractor Personnel As Mutually Agreed Upon Between The Facility Poc And Contractor. period Of Performance the Awarded Contract Will Be For A Base Year (12-month) Purchase Order With A Period Of Performance Of 2/1/2025 To 1/31/2026. place Of Performance va San Diego Healthcare System nutrition And Food Services; bldg 1, Main Kitchen, Room 125b, delivered Through Loading Dock 3350 La Jolla Village Drive san Diego, Ca 92161 description Of Services/supplies orders the Contractor Shall Purchase And Provide All Food Supplies (listed In The Schedule Of Materials) And Deliver To The Vasdhs. specifications the Contractor Shall Provide The Following, But Not Limited To: all Ready-to-eat Food Shall Be Packed In Food Grade Containers/package, In A Temperature-controlled Atmosphere, Refrigerated And Placed In A Sealed Container. No Preservatives Shall Be Added. ready To Eat Food Shall Comply With The Following Product Definitions: triangle Sandwich: 2 Slices Of Bread, Filling As Indicated, No Condiments, Cut Crosswise And Packed In Sealed Food Grade Containers. premium Sandwich Is A Sandwich Other Than A Triangle Sandwich. It May Be On Special Types Of Bread (such As Rolls Or Ciabatta), A Wrap, Or A Pita. Packed In Sealed Food Grade Containers/package soft Triangle Sandwiches Will Not Contain Raw Vegetables Larger Than ¼ Inch In Size, Including Lettuce, Tomato, Celery, Or Onion. Other Triangle Sandwiches May Contain Lettuce And Tomato. triangle Sandwiches There Must At Least 2 Soft Varieties Available On White Bread. see Specific Requirements Section For Varieties Of Sandwiches Required. unopened Food Items Must Be Guaranteed To Remain In A Fresh Condition For At Least Five (5) Days After Delivery. All Ready-to-eat Food Items Are To Be Date Labeled With A Five (5) Day Expiration Date. sandwich Bread Must Not Be Wet Or Soggy For At Least 5 Days After Delivery. produce In The Sandwich Must Be In Fresh, Crisp Condition For At Least 5 Days After Delivery. all Products Shall Be Prepared And Packaged Under Modern Sanitary Conditions In Accordance With Commercial Practices And Shall Be Adequately Packed To Prevent Damage During Shipping And Handling And Storage. contents Of A Specific Sandwich Variety Should Remain Constant Throughout The Contract Period. It Is Not Acceptable To Change The Type Of Meat, Vegetables, Or Other Sandwich Fillings In A Specific Sandwich Variety Without Approval From The Purchasing Party. regulatory Standards the Contractor Is Responsible For Maintaining All Health Codes And Standards Of Sanitation And Safety In The Storage, Handling, Preparation, Transportation And Delivery Of Food As Enacted By The United States Food And Drug Administration And State Or Local Regulations. the Contractor At His/her Own Expense Shall Maintain All Federal, State, And Local Licenses And Permits Required For The Operation Of Food Services And Products Provided Herein. the Contractor Shall Provide Its Staff With On-going Training In Food Handling And Preparation, Sanitation And Safety Procedures And Food Serving Procedures. the Contractor Shall Remove All Food Servers/handlers Found Or Suspected To Be Suffering From A Communicable Disease, Disorder, Or Respiratory Problem From The Performance Under This Contract. the Contractor Shall Ensure That All Contract Staff Assigned To This Contract Are Tested Annually For Tuberculosis. Results Of All Tests Shall Be Provided To The Contracting Officer Upon Contract Award And Each Option Year Before Contract Award. All Replacement Staff Shall Be Tested For Tuberculosis And Results Shall Be Sent To The Contracting Officer Within Ten Days Of Employment. food Preparation Center (fpc) And Equipment the Contractor Food Preparation Center (fpc) Shall Conform To The Guidelines Established By Applicable State Local Requirements. The Sanitary Inspection Rates Of The Kitchen Facility Must Be 90 Percent Or Above. the Fpc Shall Have Waterproof Painted Walls, Flooring Shall Be Smooth And Of Durable Construction Of Non-absorbent Material, Shall Have Clean Equipment; And A Separate Preparation Are For Clinical Diets. In Addition, The Fpc Shall Be Free From Pests And Vermin With Adequate Space For Storage And Stock Rotation Of Refrigerated And Dry Goods. the Fpc Shall Also Contain Hot And Cold Running Water, Separate Handwashing Sinks, Security Protocols And Other Nationally Recognized Manuals On Diets And Emergency Food Services Plans. food Service Equipment Purchased Shall Meet The American National Standards Institute (ansi) Standards For Sanitation And Safety And Be Certified Or Listed By A Nationally Recognized Testing Agency. food Storage Requirements the Contractor Shall Store Perishable Food Items At Proper Temperatures To Prevent Spoilage And Other Bacterial Action. Perishables Must Be Stored At Or Below 41 Degrees Fahrenheit And Frozen Foods Must Be Maintained At Or Below 0 Degrees Fahrenheit. Shelf Stable Foods Must Be Stored Between 50 Degrees Fahrenheit And 70 Degrees Fahrenheit. food Not Subject To Further Washing Or Cooking Before Serving Shall Be Stored In A Way That Protects Against Bacterial Cross-contamination From Foods Requiring Washing Or Cooking. orders the Point Of Contact (poc) Shall Place Orders On An As Needed Basis From The Schedule Of Supplies. Orders Shall Be Placed By Telephone, In Writing, Web Based Order, Email, Via Online Ordering System, Or Given To Contractor Personnel As Mutually Agreed Between The Poc And The Contractor. The Contractor Shall Not Substitute An Item And Will Not Increase Or Decrease Quantities Ordered Without Prior Approval From The Poc. delivery Requirements deliveries Shall Be Made To The Kitchen Receiving Area Unless Otherwise Directed By The Poc. deliveries Shall Be Made Of Specified Items In Specified Quantities. Contractor Shall Receive A Minimum Of One Working Day Advance Notice Of Changes Needed For Specified Items. deliveries Shall Be Made Mondays And Wednesdays, Except Holidays, Between The Hours Of 5:30 A.m. And 6:30 A.m. Pst, No Exceptions. deliveries Shall Be Made In A Temperature Controlled Refrigerated Vehicle Capable Of Maintaining Temperatures Between 35 Degrees 41 Degrees Fahrenheit. off-loading Of Product Shall Occur In The Presence Of Va Authorized Receiving Personnel Only. product Availability if The Products Under This Contract Become Unavailable, The Contractor Shall Notify The Government In Time To Change The Order For The Specified Delivery Date. the Government Reserves The Right To Procure Services From An Alternate Source, Until Routine Services Are Restored By The Contractor. When The Government Exercises Its Right To Procure These Services From An Alternate Source, The Contractor Shall Reimburse The Government For All Charges In Excess Of The Amount That Would Have Normal Been Incurred By The Contract. furthermore, Failure To Perform Any Of The Services Set Forth In This Contract Shall Be Considered Grounds For Invoking Provisions Of Default Under Clause 52.212-4(m) Termination For Cause . inspections delivered Goods: The Government Reserves The Right To Inspect Delivered Goods For Compliance Of Specifications, Including, But Not Limited To, Correct Product(s) And Quantities, Proper Packaging, Damaged Goods, Etc. any Items Determined Unacceptable Shall Be Refused For Full Credit/replacement, At The Discretion Of The Government. Replacement Of Rejected Products Shall Be Delivered The Same Day No Later Than 1:00 P.m., Unless Otherwise Specified By The Poc. delivery Vehicles: The Government Further Reserves The Right To Enter And Inspect Any Vehicle Used To Deliver Goods For, But Not Limited To, Compliance Of Sanitation Conditions, Proper Refrigeration, Etc. Such Inspection Shall Be Made On A Random Basis. contractor Facilities: The Government May, Prior To Contract Award Or At Any Time During The Term Of The Contract, Inspect The Contractor S Plant, Personnel, Equipment, And Processes To Determine Compliance With State/federal Sanitation Regulatory Requirements. radius Requirement the Contractors Distribution Facilities Must Be Located Within An 80-mile Radius Of The Va San Diego Medical Center To Maintain Delivered Sandwiches Freshness. emergency/contingency Plan: the Contractor Shall Submit An Emergency Plan For The Provision Of Food Services To The Contracting Officer With 15 Working Days Of Contract Award. This Emergency Plan Shall Include Details On How The Contractor Will Continue To Perform This Contract Under Emergency Circumstances Such As Inclement Weather, Lack Of Water, Lack Of Electricity, Lack Of Qualified Personnel, Insufficient Quantity Of Food Items, Transportation Problems, Etc. Or The Closing Of Its Facility By The Department Of Health. contractor Delivery Personnel: all Contractor Delivery Personnel Shall Be Required To Wear A Company Uniform, Which Clearly Displays The Name Of The Company And The Individual, And Shall Be Of A Neat, Clean Appearance. the Government Reserves The Right To Accept Or Reject Contractor S Staff For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Shall Be Dealt With The Contactor And Poc With The Final Decision Being Made By The Contracting Officer. personnel Policy: The Contractor Shall Be Responsible For Protecting Their Personnel By Providing Employee Services Under This Contract. To Carry Out This Responsibility, The Contractor Shall Provide The Following For Their Personnel: the Contractor Agrees To Procure And Maintain Workers Compensation And Employee S Public Liability Insurance In Accordance With The Laws Of The Governing State. public Liability Insurance: The Contractor Shall Comply With All Applicable Federal And State Laws Regarding Liability For The Injury Or Death Of An Employee In Performing The Work; Under This Contract And Shall Hold The Government Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability For Accident Or Injury To Persons Or Property Occurring In The Performance Of This Contract. Before Commencing Work Under This Contract, The Contractor Shall Furnish An Insurance Certificate Indicating Coverage Has Been Obtained. The Contracting Officer May Waive The Requirement If He Determines That Insurance Certifications Now On File Are Acceptable, However, New Certifications Shall Be Furnished Prior To The Expiration Date. the Contractor Shall Follow All Existing Local, State, Federal And/or Union Laws/regulations Relevant To Fringe Benefits And Premium Pay For Their Employees. Such Personnel Shall Not Be Considered Va Employees For Any Purpose. The Contracting Officer Or His/her Designee Shall Notify The Contractor Of Any Noncompliance With The Foregoing Provisions And The Action To Be Taken. After Receipt Of Such Notice, The Contractor Shall Immediately Correct The Conditions To Which Attention Has Been Directed. Such Notice, When Served The Contractor Or His/her Representative At The Site Of Work, Shall Be Deemed Sufficient Of The Purposes Aforesaid. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue A Stop-work Order For All Or Any Part Of The Work And Hold The Contractor In Default As Provided Elsewhere In This Contract. changes only Those Services Specified Herein Are Authorized. Before Performing Any Service Of A Noncontract Nature, The Contractor Shall Advise The Contracting Officer Of The Reasons For The Additional Work. Changes To The Resulting Contract Are Not Authorized, Unless In Writing By The Contracting Officer And Are In Accordance With Far Clause 52.212-4(c) Changes. badges And Parking contractor Personnel Are Required To Wear Identification (i.d.) Badges Issued By The Va Security Office During The Entire Time They Are On The Va Healthcare System Grounds. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From The Va Healthcare System Security Office. The Va Healthcare System Shall Not Validate Or Reimburse For Parking Violations Under Any Circumstance. overtime And Holidays any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. national Holidays: Listed Below Are The Eleven Established Federal Holidays: new Year S Day January 1 martin Luther King S Birthday Third Monday In January president S Day Third Monday In February memorial Day Last Monday In May juneteenth- June 19 independence Day July 4 labor Day First Monday In September columbus Day Second Monday In October veterans Day November 11 thanksgiving Day Fourth Thursday In November christmas Day December 25 when One Of The Holidays Falls On Sunday, The Following Monday Shall Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies. Also Included Would Be Any Day Specifically Declared By The President Of The United States Of America As A National Holiday. specific Requirements: estimated Quantities Are Shown Below. sandwich Description estimated Quantity unit Of Measure roast Beef, Lettuce, & Tomato Wedge (on Wheat) 3 Ounces Or More Roast Beef, Sliced At Least 1.5 Millimeters Thick 50 ea turkey, Lettuce & Tomato Wedge (on Wheat) 3 Ounces Or More Turkey, Sliced At Least 1.5 Millimeters Thick 11,000 ea vegetarian Wedge (garlic Hummus & Cucumber On Dark Wheat) 1 Ounce Or More Vegetarian Protein Source 25 ea peanut Butter/strawberry Jelly On Wheat Triangle 50 ea egg Salad On Wheat Triangle 3 Ounces Or More Of Egg Salad 50 ea chicken Salad On Wheat Triangle 3 Ounces Or More Of Chicken Salad 50 ea tuna Salad On Wheat Triangle 3 Ounces Or More Tuna Salad Made With Albacore Tuna Meat 4,200 ea chicken Salad On White Triangle 3 Ounces Or More Of Chicken Salad 50 ea egg Salad On White Triangle 3 Ounces Or More Of Egg Salad 3,600 ea the List Of Draft Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Sow Requirements. For Instances Where Your Company Cannot Meet The Sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a. (3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi? (5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Sow? (6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified. (8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items? (10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act? (12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate. (13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail? (14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained. (15) Does Your Organization Offer A Leasing Solution? Please Elaborate. (16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s). (17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract. (18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number. responses To This Notice Shall Be Submitted Via Email To Hestia.sim@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Monday, January 13, 2025 By 10:00 Am Pacific Local Time. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.
6971-6980 of 8661 archived Tenders