Transportation Tenders
Transportation Tenders
Government Of New Brunswick Tender
Education And Training Services
Canada
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: *** Ccnb Is Accepting Bids To Acquire A New Heavy Equipment Simulator For The Bathurst Campus. Details Can Be Found In The Attached Document. Proposals "must" Be Submitted Electronically Via Email To The Provided Address. The Winning Vendor Will Be Announced On This Site Once The Award Has Been Made. *** *** Amendment #1 Q. The Simulator Features And Options Are Fairly "wide-open". Would You Like Us To Submit Our Most Common Set-ups, Lowest Cost, Or Premium Set-ups And Features Can Be Removed If Needed For Budgetary Purposes? A. There Are Multiple Configuration Options, And We Aim To Find The Optimal Solution From Experienced Providers At A Reasonable Cost. Safety, Efficiency, And User Experience (for Learners, Instructors, And Logistics Staff) Are Key Considerations. Our Goal Is To Deliver Quality Training With The Flexibility To Meet Demands In Rural And Remote Areas. Please Present Your Proposal Using An " La Carte" Or "menu" Approach, Allowing Us To Assess Which Features Align With Our Specifications. Q. What Do You Mean By Real-time Simulation Hub? I Am Not Familiar With That Term? A. For The Mobile Training Unit (trailer), We Are Considering A Two-simulator Setup. For The Classroom, We Are Looking At Six Simulators. You May Propose Either A Per-simulator Scenario Or A Total Solution Scenario, Both Of Which Will Be Evaluated. Each Simulator Or Training Station Must Support Training For All Six Listed Machines, Which May Require Specific Software Or Attachments Depending On Your Offering. Some Products Previously Reviewed Solely Have Stood Alone Simulators Operating Within A Single Simulated Environment. Imagine A Construction Scenario Where An Excavator Operator Loads Material Into A Truck While A Bulldozer Clears Debris Nearby. A Real-time Simulation Hub Allows These Three Operators To: - Train Simultaneously In A Shared Environment. - Coordinate Actions To Maximize Efficiency (e.g., Precise Truck Positioning For Loading). - Practise Reacting To Challenges (e.g., Breakdowns Or Changing Ground Conditions). This System Is Critical For Developing Skills Needed For Efficient And Safe Heavy Equipment Operations. Q. Are We Allowed To Submit Quotes With Different Set-ups? Then We Can Include In The Pricing Worksheet The Most Common Set-up. A. The Approach Is Truly Your Choice. However As Mentioned Earlier, You Could Present A Proposal As "a La Carte" Or "menu" Approach So That We Can Evaluate Your Offer And See What Matches Our Specification And How Many Features We Can Get Within Our Budget. Q. Would You Like Us To Provide Details On What Is Included In Our Fob Shipping? (fob Is Typically Boat/waterway) Or, Are We Allowed To Use A Better Incoterm? A. Our Priorities Are Safe Delivery, A Reasonable Timeframe, And Cost Predictability. Transparency Is Essential, As We Aim To Avoid Surprises. While You May Propose Alternative Incoterms That Benefit Both Parties, We Emphasize That This Is A Turnkey Solution. We Will Only Assume Responsibility And Risk Transfer At The Point Of Delivery In Bathurst, Including Unloading, Installation, And Successful Inspections. Transportation, Insurance, And Duty Payment Arrangements Are At The Vendor's Discretion. Cost Responsibility Can Be Included Or Excluded But Will Factor Into The Final Evaluation Of Total Cost. Transparency In Your Proposal Is Critical. *** This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. The Coll Ge Communautaire Du Nouveau-brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Approvisionnement-procurement@ccnb.ca
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: The Department Of Veterans' Affairs Is Seeking The Services Of A Qualified Construction Company To Provide All Labor, Material, Transportation, Equipment, And Qualified Supervision Required For The Following Construction Project: renovate Building 110 Ground Floor. Located At: Hampton Va Medical Center, 100 Emancipation Drive, Hampton, Va 23667 in General, The Contractor Shall Be Responsible For All Facets Of Work, Which Includes, But Is Not Limited To Providing All Tools, Labor, Materials, Equipment, Supervision, Professional Services, And Expertise Required To Perform General Construction, Alterations, Electrical Work, And Certain Other Items As Indicated In The Construction Documents. The Contractor Shall Manage And Perform Construction Work As Further Defined In The Contract To Include, But Not Limited To, Demolition, Construction, Construction Management, Submittals, Equipment, Scheduling, Inspection And Testing, Environmental Protection, Recording Of (as-built) Drawings And Project Closeout. The Contractor Shall Also Develop A Schedule Demonstrating Fulfillment Of The Contract Requirements Such As: Project Schedule, Contractor Quality Control, Work Breakdown Structure (wbs) Plan And All Other Plans Listed Within This Document To Include Deliverables. The Contractor Shall Keep The Project Schedule Up To Date In Accordance With The Requirements Of The Contract And Shall Utilize The Plan For Scheduling, Coordinating, And Monitoring Work Under This Contract (including All Activities Of Subcontractors, Equipment Vendors And Suppliers). Overall, The Work Shall Be Performed In Strict Accordance With Construction Drawings And Specifications Prepared By Department Of Veterans Affairs.
the Contactor Shall Commence Work Under This Contract Promptly After Notice To Proceed (ntp), Execute The Work Diligently, And Achieve Final Completion And Acceptance Including Final Cleanup Of The Premises Within Five Hundred Forty (540) Calendar Days Including Submittals.
this Solicitation Is Anticipated To Be 100% Service-disabled Veteran Owned Small Business (sdvosb) Set Aside. Bids Are Solicited Only From Sdvosb Concerns And Bids Received From Firms That Are Not Sdvosb Vetcert Shall Not Be Considered.
the Naics Code For This Project Is 236220: Commercial And Institutional Building Construction With Size Standard Of $45 Million. An Invitation For Bid Is Contemplated In Accordance With Federal Acquisition Regulation (far) Part 14: An Invitation For Bid (ifb) With Approximately 30-day Response Time After Issuance Of Solicitation. Pursuant To Vaar 836-204 Magnitude Of Construction, The Estimated Magnitude Of Construction Is Between $2,000,000 And $5,000,000. Solicitation Material Will Be Available On Or About February 4, 2025. Material Will Include The Solicitation And Accompanying Documents, Specifications Provided From The Va. Sealed Bids Will Be Due Approximately 30 Days After Issuance Of The Solicitation. Location And Points Of Contact For Site Visits Will Be Identified In The Solicitation.
this Is A Notice For Informational Purposes Only And Is Not An Invitation For Bid. The Government Is Not Obligated To Issue A Solicitation As A Result Of This Notice. No Other Information Will Be Provided Until Issuance Of The Solicitation. No Interested Parties List Will Be Maintained.
prospective Contractors Shall Complete Electronic Annual Representations And Shall Be Registered In The System For Award Management (sam) At Https://www.sam.gov Must Be Verified In The Small Business Administration S (sba) Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) Prior To Submitting A Bid, And Shall Have On File A Current And Complete Vets4212 Report At Http://www.dol.gov/vets/vets-100.html (if Applicable). Bidders Are Further Advised That Failure To Register In The Sam Database And/or Inability To Provide A Unique Entity Identifier (uei) Will Render Your Firm Ineligible For Award Iaw Far Clause 52.204-7(b).
it Is The Offerors Responsibility To Check The Sam.gov Website Periodically For Amendments And/or Notices To The Solicitation.
no Email, Fax, Or Telephone Inquiries Will Be Answered As A Result Of This Announcement. Telephone Requests For Plans Will Not Be Honored. No Other Information Regarding Scope, Dates, Etc. Is Available Until Issuance Of The Solicitation. A Date And Time For A Pre-bid Conference / Site Visit Will Be Stated In The Issued Solicitation.
notice To Offerors: The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs.the Government Will Not Reimburse Any Costs Associated With Registration, Pre-bid Attendance, Or Proposal Preparation. this Is A Presolicitation Notice Only. This Is Not A Request For Pricing At This Time.
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: Amendment # 1 - Responses To Rfis are You Maintaining Your Own Receiver Onsite? - No, We Do Not Have Our Own Receiver. what Alarm Panels Are Being Utilized? - Elk is There An Individual Uplink For Every Panel? - Yes is There Any Encryption Enable? - No, Not At This Time. do We Need To Include Labor & Driving Time To Go To Each Location To Reprogram The Panels With The Account Numbers & Receiver Numbers Or Do We Just Provide Account Numbers, Andreceiver Numbers And Someone Else Performs The Programming? -no We Program Our Own Panels on The Uplink Cellular Devices, Who Is Responsible For Paying The Monthly Fees Associated With Them? Are They All Up To Date (4g, 5g, Lte?) - The Monitoring Provider Is Responsible, It Should Be Included In The Quote. do We Need To Include Any Labor/travel Time To Go To Each Location To Test Devices & Verify Proper Signals Are Being Reported, Or Is There Someone Else Who Does This? - No, We Have Personnel That Do The Travel And Testing. on The Central Station Monitoring Agreement Paperwork, Will We Have To Travel To Each Location To Get Them Filled Out & Signed, Or Is There A Single Point Of Contact Who Can Help With The Dispatch Numbers, Contact List, Andpasscodes And Sign Them? - Yes, There Are A Few Individuals Who Manage This Program And You Will Work Directly With. is There An Incumbent For This Project? – Fire Protection Services notice To Offerors solicitation Number: W912kz-25-q-a004 Is Hereby Issued As A Request For Quote (rfq) For Kentucky Army National Guard Intrusion Detection System, Electronic Security Systems (ids/ess). 1.1 General this Is A Solicitation For Commercial Services Prepared In Accordance With Far Subpart 12.203 And Far Subpart 13.106. the Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. The Contractor Is Responsiblefor All Costs Related To Making The Property Available For Use, Such As Payment Of All Transportation, Installation Or Rehabilitationcosts. offerors Must Have A Current Registration In The System For Award Management (sam) At Https://www.sam.gov As Of The Datethat Quotes Are Due. Offerors Must Maintain A Current Registration In Sam For The Entire Duration Of The Contract Through Final Payment Of Any Contract Resulting From This Solicitation. offerors Shall Ensure All Representations And Certifications Are Current Insam As A Condition Of Award. 1.2 Set Aside total Small Business Set-asideunder North American Industry Classification Standards (naics) Code 561621 Security System Services (except Locksmiths) With A Small Business Size Standard Of $25 Million. any Awards Resulting From This Solicitation Will Be Made Using A Cascading Set-aside Order Of Precedence As Follows: in Accordance With Far Subpart 19.502-2 Total Small Business Set-aside Procedures,any Awards Under This Solicitation Will Be Made On A Competitive Basis First To Smallbusiness Concerns In Accordance With Far 19.502-2. 1.3 Quote Preparation Instructions: to Ensure Timely And Equitable Evaluation Of Quotes, Offerors Shall Adhere To Thefollowing Instructions In Preparing Their Quote. Offerors Are Required To Meet Allsolicitation Requirements, Including Terms And Conditions, Representations Andcertifications, And Technical Requirements, In Addition To Those Identified As Evaluationfactors. Failure To Meet A Requirement May Result In An Offeror Being Ineligible For Award.offerors Shall Clearly Identify Any Exception To The Solicitation Terms And Conditions Andprovide A Complete Accompanying Rationale. Quoted Pricing Shall Be Quoted Per Panel Pricing, Not Location, Due To Some Locations Having Multiple Panels. 1.4 Basis Of Award. pricing Submitted By Each Vendor Will Be Evaluated To Ensure That The Proposal Provided By The Contractor Quotes The Requirement In Its Entirety. Any Proposal Submitted By The Contractor That Does Not Meet The Requirement, Shall Not Be Considered For Award By The Contracting Officer. A Single Firm Fixed Price Award Shall Be Made On The Basis Of Lowest Price, The Government Will Evaluated Pricing By Totaling The Price To Include Base Plus All Option. The Government Intends To Award Without Discussions. contracting Office : Uspfo For Kentucky primary Poc: Devona Jones Jackson (dee Dee) Devona.j.jackson.civ@army.mil 502-607-1912
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice. This Notice Is Issued For Market Research Purposes Only. This Is Not A Solicitation Or Invitation For Offerors To Submit Bids. A Synopsis Of Proposed Contract Action Will Be Posted At A Later Date Which Will Provide Instructions For Bidders To Respond To This Opportunity. please Do Not Respond To This Notice If You Are Not Seriously Interested And If You Do Not Perform This Requirement. It Will Delay The Posting Of The Solicitation Due To Further Market Research That Will Be Required. the Federal Bureau Of Prisons (fbop) Anticipates Issuance Of A Solicitation For The Award Of A Firm-fixed-price Construction Contract For A Project Entitled Upgrade Elevators, At The Federal Metropolitan Detention Center Los Angeles (mdcla), Located In Los Angeles, California. mdcla Is A Federally Owned High-rise Facility Located At 535 N Alameda St, Los Angeles, Ca 90012-3405. The Project Consists Of The Following: 1.1 Work Covered By Contract Documents
a. Upgrade Of 4 Elevators, Including New Machines, Operational Controls, Door Equipment, Signal Fixtures, Car Interior Finishes. b. Provide All Labor, Engineering, Tools, Transportation, Services, Supervision, Materials, And Equipment Necessary For And Incidental To Satisfactory Completion Of Required Work As Indicated In Contract Documents. c. Provide All Required Staging, Hoisting And Movement Of New Equipment, Reused Equipment, Or Removal Of Existing Equipment. d. Applicable Conditions Of Purchaser's General, Special, And Supplemental Conditions. e. Prime Contracts Are Defined Below, And Each Is Recognized To Be A Major Part Of Required Work To Be Performed Concurrently In Close Coordination With Work Of Other Contractors. A.this Contract: Upgrade Elevators f. Scope Of Contract Includes, But Is Not Limited To, The Following: A. Coordination, Scheduling, And Management Of Work Of Component Suppliers And Subcontractors. B. Furnish And Install Equipment As Specified, Utilizing Existing And/or Modified Hoist Ways And Machine Rooms. C. Specific Item Of Required Work Which Cannot Be Determined To Be Included In Another Contract Is Thereby Determined To Be Included In Prime Contract. D. Any Item That Is It Related Will Require Prior Fitara Approval. 1.2 Prime Contractor's Duties
a.prime Contractor's Duties Include The Following: A. Provide And Pay For Labor, Materials And Equipment, Tools, Construction Equipment And Machinery, And Other Facilities And Services Necessary For Proper Execution And Completion Of Required Work. B. Pay For Legally Required Sales, Consumer, And State Remodel Taxes. C. Secure And Pay For Required Permits, Fees, And Licenses Necessary For Proper Execution And Completion Of Required Work, As Applicable At Time Of Quotation Due Date. D. Give Required Notices. E. Comply With Codes, Ordinances, Rules, Regulations, Orders, And Other Legal Requirements Of Public Authorities Applicable To Performance Of Required Work. F. Promptly Submit Written Notice To Consultant Of Observed Variance Of Contract Documents From Legal Requirements. G. Enforce Strict Discipline And Good Order Among Employees. Do Not Employ Persons Unskilled In Assigned Task. see The Statement Of Work/specifications Attachments For The Complete Requirements Of The Work. pursuant To Federal Acquisition Regulation (far) 36.204, The Estimated Magnitude Of The Project Lies Between $1,000,000 And $5,000,000.(note: This Range Is One Of 8 Available Ranges From Far 36.204 And Is Not Meant To Imply That The Project Has Necessarily Been Estimated/budgeted To The Maximum Of The Selected Range. It Merely Conveys That The Estimate/budget Lies Somewhere Within That Range.) the North American Industrial Classification System (naics) Code Applicable To This Requirement Is 238290 With A Corresponding Small Business Size Standard Of $22 Million. To Be Considered An Interested Vendor, You Must Possess This Naics Code In Your Www.sam.gov Registration. interested Bidders Must Be Registered In Www.sam.gov. the Fbop Is Seeking Small Business Contractors For This Project. Your Business Size Metrics Information Entered In Your Sam Registration Must Be Less Than Or Equal To The Small Business Size Standard Specified Above. Interested Small Business Contractors Are Requested To Respond To This Notice By Adding Their Names To The Interested Vendors List For This Posting In Sam.gov (must Be Logged-in To Your Vendor Account)
FEDERAL AVIATION ADMINISTRATION USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Amendment 0006: The Purpose Of This Amendment Is To Incorporate A Questions And Answers Attachment. The Proposal Due Date Remains As January 31, 2025, 3:00 Pm Ct. amendment 0005: Thepurpose Of This Amendment Is To Incorporate A Questions And Answers Attachment, Arevised Attachment 01 Schedule B, And A Revised Attachment 02 Pws. The Proposal Due Remains As January 31, 2025, 3:00 Pm Ct. amendment 0004: The Purpose Of This Amendment Is To Extend The Proposal Due Date. The Proposal Due Date Is Extended To Friday, January 31, 2025, 3:00 Pm Ct. amendment 0003: The Purpose Of This Amendment Is To Extend The Proposal Due Date. The Proposal Due Date Is Extended To Tuesday, December 16, 2024, 3:00 Pm Ct. amendment 0002: The Purpose Of This Amendment Is To Extend Theextend The Proposal Due Date.the Proposal Due Date Is Extended To Friday, November 15, 2024, 3:00 Pm Ct. amendment 0001: The Purpose Of This Amendment Is To Revise Section 5.1 Evaluation Ratings And Scores And Extend The Proposal Due Date. The Proposal Due Datehas Been Extended To October 30, 2024, 3:00 Pm Ct. the Federal Aviation Administration (faa) Has A Requirement For Challenger 600 Series Aircraft Maintenance Program. The Faa Contemplates A Single Award Of An Indefinite Delivery/indefinite Quantity Type Contract. The Period Of Performance Anticipated To Be One (1) Base Year And Four (4) Separate One-year Option Periods, If Exercised. The Sir/rfp Is Full And Open Competition. The Naics Code For This Effort Is 488190 For "other Support Activities For Air Transportation" With A Size Standard Of $40m. Each Offeror Must Submit A Proposal In Accordance With The Instructions In Section L Of The Sir/rfp. Proposals Will Be Evaluated In Accordance With Section M Of The Sir/rfp. This Acquisition Will Utilize The Best Value Approach Which Is A Method Of Selecting The Proposal That Represents The Greatest Value To The Government Based On The Evaluation Of Cost/price And Other Factors Specified In The Sir. This Approach Does Not Require The Government To Make The Award To Either The Offer Submitting The Highest Rated Technical Proposal Or The Offeror Submitting The Lowest Price, Although The Government's Ultimate Decision May Make The Award To Either Of Those Offerors. Contract Award Will Be Made To The Offeror Who Is Deemed Responsible In Accordance With The Acquisition Management System (ams), Whose Proposal Conforms To The Solicitation's Requirements (to Include All Stated Terms, Conditions, Representations, And Certifications) And Is Judged, Based On The Evaluation Factors, To Represent The Best Value To The Government. proposals Are Due No Later Than 3:00 P.m. (central Time Zone), October 16, 2024, And Must Be Electronically Submitted To The Contracting Officer, Stephanie Riddle At Stephanie.r.riddle@faa.gov. If All Requested Information Is Not Furnished In The Offeror's Proposal, The Offeror May Be Determined To Be Non-responsive And Ineligible For Contract Award. all Questions Pertaining To This Sir/rfp Should Be Sent In Writing To The Contracting Officer (co) At Stephanie.r.riddle@faa.gov By 3:00 P.m. October 01, 2024. No Phone Calls Please. All Offeror Questions, Concerns, And Clarification Requests Must Be Made In Writing And Submitted To Stephanie.r.riddle@faa.gov. Do Not Contact The Program Office Regarding This Solicitation. In Addition, This Sir/rfp Is Not To Be Construed As A Contract Or A Commitment Of Any Kind. The Government Shall Not Be Liable For Payment Of Any Costs Attributed To The Preparation And Submission Of Requested Proposal Documentation. all Interested Sources Should First Attempt To Download The Attached Sir Document(s). If Downloading Is Not Possible All Request For Copies Of The Sir Document(s) Must Be In Writing To The Attention Of Stephanie Riddle At Stephanie.r.riddle@faa.gov. in Accordance With Sir Section L Provision 3.2.2.3-14 Entitled, "late Submissions, Modifications, And Withdrawals Of Submittals," Any Proposals Received After The Due Time And Date Of 3:00 P.m. Ct, Wednesday, October 16, 2024 Will Not Be Considered. In Addition, If All Requested Ifnormation Is Not Furnished In The Offeror's Proposal, The Offeror's Proposal May Be Determined To Be Non-responsive And Ineligible For Consideration For Contract Award.
Department Of Tourism Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 123.2 K (USD 2.1 K)
Details: Description Technical Specifications I. Name Of Project: Procurement Of 2025 Asiantraveler Magazine Media Familiarization Tour In Palawan Ii. Implementation: February 20 – 28, 2025 Iii. Objectives: 1. To Strengthen Partnership With Private Media In The Promotion Of Emerging And Existing Tourism Destinations 2. To Market Palawan Alongside Other International Destinations 3. To Maximize The Use Of Digital And Printed Materials As A Tool To Market Tourism Products And Services 4. To Boost Local Tourism In Palawan Iv. Miminum Requirements: The Service Provider Should Be Able To Provide Transfers Within Palawan, Accommodation, Meals, And Exclusive Tours Of Three (3) Participants With The Following Specifications: 1. Service Provider Should Be A Dot-accredited Tour Operator/ Travel Agency 2. Inclusive Date: February 20 – 28 ,2025 3. Amenable To Send-bill Arrangement/government Procedure 4. Price Quotation Should Be Denominated In The Philippine Peso And Inclusive Of 12% Vat And All Other Applicable Taxes And Charges. Price Validity Shall Be For A Period Of One Hundred Twenty (120) Calendar Days. 5. Tour Operator Must Be Based In The Mimaropa Region Documentary Requirements: 1. Mayor’s/business Permit 2. Proof Of Philgeps Registration 3. Original/certified True Copy Of Omnibus Sworn Statement\ 4. Valid Dot Accreditation Certificate 5. Dti/sec Permit 6. Bir Certification And Updated Annual Itr Note: All Documentary Requirements And Proposals Shall Be Sent Via E-mail At: Dot4b.bacsecretariat@gmail.com V. Scope Of Work/deliverables: A. Transportation: Van Hire With Pick-up And Drop-off For The Following Itinerary Note: May Be Subject To Change February 20, 2025: Puerto Princesa International Airport To Bataraza Town Proper February 21, 2025: Bataraza Town Proper To Buliluyan Port February 22, 2025: Buliluyan Port To Quezon February 23, 2025: Quezon Town - Tabon Cave - Puerto Princesa City February 24, 2025: Tour Pick-up From Accommodation To Sabang Wharf (puerto Princesa Underground River Tour) Puerto Princesa City To El Nido (lio) February 26, 2025: Transfer From Coron Pier To Accomodation February 28, 2025: Transfer From Accommodation To Coron Airport Boat Fare February 21, 2025: Buliluyan Port To Balabac February 26, 2025: El Nido To Coron B. Accommodation February 20 – 21, 2025: Bataraza (2 Days, 1 Night) February 21 – 22, 2025: Balabac (2 Days, 1 Night) February 22 – 23, 2025: Quezon (2 Days, 1 Night) February 23 – 24, 2025: Puerto Princesa City (2 Days, 1 Night) February 26 – 28, 2025: Coron (3 Days, 2 Nights) C. Meals Should Be Able To Provide Full Board Meals For Three (3) Pax From February 20 To 28, 2025 D. Exclusive Tours February 21, 2025: Balabac Island Hopping Tour · Onok Island · Sebaring White Island · Pink Beach February 25, 2025: El Nido Island Hopping Tour B · Snake Island · Cathedral Cave · Cudognun Cave · Pinabuyutan Island · Entulala/tulpukan Beach February 27, 2025: Coron Island Hopping Tour · Kayangan Lake · Barracuda Lake · Banul Beach · Siete Pecados Marine Park · Cyc Beach Vi. Approved Budget For The Contract (abc): Total Budget Allocation Is One Hundred Twenty-three Thousand Two-hundred Pesos Only (₱123,200.00) Inclusive Of Taxes And Fees. The Winning Bid Shall Be Determined Based On The Proposal With The Most Advantageous Financial Package Cost, Provided That The Amount Of Bid Does Not Exceed The Above Total Budget. Vii. Payment Schemes: Terms Of Payment To The Winning Bidder Shall Be In Accordance With The Government Procedure (send Bill Arrangement). Failure To Comply With The Terms And Conditions Of The Contract Will Result In The Payment Of Corresponding Penalties And Liquidated Damages In The Amount Equal To Ten Percent (10%) Of The Contract Price By The Winning Bidder. Contact Person: Ms. Christine Joy L. Isidro Tourism Development Division, Dot Mimaropa 09673375875 Tdd.mimaropa@gmail.com
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Description: Amendment 0002 - This Amendment Answers Questions From Industry. No Other Aspects Of This Solicitation Have Been Changed. q1 -could You Please Confirm Mil Spec Mil-dtl-24643d Is Applicable To These Requirements. a1 - Yes, Milspec Mil-dtl-24643d Is The Spec That Applies To Testing. amendment 0001 - This Amendment Answers Questions From Industry And Extends The Closing Date From 01/21/25 To 01/31/25. No Other Aspects Of This Solicitation Have Been Changed. q1 -is This A Formal Solicitation (i.e. Section L, Page Count, Etc)? a1 - No. Per Far 13.106-2(b)(1), The Evaluation Procedures Laid Out Within This Solicitation Are The Only Evaluation Procedures Established By The Contracting Officer. ------------------- this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With Format In Far Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation And Quotes Are Being Requested. In Accordance With Far 5.203(a)(2) This Solicitation Will Be Posted For Less Than Fifteen (15) Days. request For Quotation (rfq) Number Is N6660425q0045. This Requirement Is Being Solicited As 100% Small Business Set-aside. The North American Industry Classification System (naics) Code For This Acquisition Is 541330 – Engineering Services. The Small Business Size Standard Is $25.5 Million. The Product Supply Code (psc) Is 6635 - Physical Properties Testing & Inspection. the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Intends To Award A Firm Fixed Price (ffp) Purchase Order For Cable Testing In Accordance With (iaw) The Attached Statement Of Work (sow). for The Purposes Of Quoting This Opportunity, The Contract Line Item Number (clin) Structure Is As Follows: clin 0001 – Mil-dtl-24643 (see Attachment 2) Compliance Testing Services For Cables To Be Provided By The Government (see Attachment 3) Iaw Sow (see Attachment 1) Qty 1 Job clin 0002 – Data In Accordance With Exhibit A Contract Data Requirements List (see Attachment 4) Qty 1 Lot – Not Separately Priced (nsp) fob Destination: Newport, Ri delivery Date: Please Quote Best Delivery Date/lead Time After Receiving The Cables From The Government the Government Intends To Award A Single Ffp Purchase Order To The Eligible And Responsible Offeror On A Lowest Price Technically Acceptable Basis. To Be Considered Technically Acceptable The Quote Must: 1. Quote Exact Parts, Quantities And Terms Specified. 2. The Government Will Consider Past Performance Information Whereby Negative Information Within Supplier Performance Risk System (sprs) May Render A Quote Being Deemed Technically Unacceptable 3. Offerors Shall Provide Information And Documentation In Detail To Clearly Identify Its Overall Qualifications To Perform This Type Of Work. additional Terms 1. Contractor Must Have An Active Registration In Sam At The Time Of Quote Submission. 2. Quote Must Be Valid For 60 Days. 3. The Government’s Method Of Payment Is Government Purchase Card (mastercard) But If A Credit Card Fee Applies Payment Will Be Electronic Payment Via Wide Area Workflow (wawf). Please Specify On Quote Whether Credit Card Is Acceptable And If There Is A Fee. 4. Incorporated Provisions And Clauses Are Those In Effect Through The Latest Federal Acquisition Circular (fac). Full Text Of Incorporated Far/dfars Clauses And Provisions May Be Accessed Electronically At Https://acquisition.gov. 5. Offeror Shall Include Item Prices, Shipping Costs, Delivery Terms, And The Following Additional Information With The Submissions: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Sam Unique Entity Id. 6. Quotes Shall Be Submitted Electronically Via Email To Michelle Weigert At Michelle.e.weigert.civ@us.navy.mil And Must Be Received On Or Before January 31, 2025 At 02:00 Pm Eastern Standard Time (edt). Quotes Received After This Date Are Late And May Not Be Considered For Award. For Questions Regarding This Acquisition, Please Contact Michelle Weigert At Michelle.e.weigert.civ@us.navy.mil. incorporated Provisions And Clauses Are Those In Effect Through The Most Current Federal Acquisition Circular (fac). The Following Provisions And Clauses Apply To This Solicitation: far 52.204-13 System For Award Management Maintenance far 52.204-19, Incorporation By Reference Of Representations And Certifications far 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems far 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment far 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or Felony Under Any Federal law 52.212-1, Instructions To Offerors--commercial Item 52.212-2, Evaluation – Commercial Items 52.212-3, Offeror Representations And Certifications – Commercial Items far 52.212-4, Contract Terms And Conditions – Commercial Items far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial items far 52.232-39 Unenforceability Of Unauthorized Obligations far 52.233-1 Disputes far 52.233-3 Protest After Award 52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities. far 52.243-1 Changes--fixed Price far 52.249-8 Default (fixed-price Supply & Service) *the Additional Following Far Clauses Cited In 52.212-5 Are Applicable To The Acquisition: 52.222-3, Convict Labor (jun 2003); 52.222-19, Child Labor—cooperation With Authorities And Remedies (jan 2020) (cd 2020-o0019); 52.222-21, Prohibition Of Segregated Facilities (apr 2015) 52.222-26, Equal Opportunity (sep 2016); 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020); 52.222-50, Combating Trafficking In Persons (oct 2020); 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020); the Following Defense Federal Acquisition Regulations Supplement (dfars) Provisions And Clauses Also Apply To This Solicitation: 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7009 Limitations On The Use Or Disclosure Of Third- Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.211-7003 Item Unique Identification And Valuation 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Products Or Commercial Services 252.246-7008 Sources Of Electronic Parts 252.247-7023 Transportation Of Supplies By Sea
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Description: Request For Quotation N39040254275q113 this Is Not An Order please Provide Delivered Prices, Availability, And Price Source With Quote reference # N39040254275q113 Due Date: 01/23/2025 08:00 Am Et from: Portsmouth Naval Shipyard Your Company Info: raymond.j.dennis.civ@us.navy.mil Name: contracting, Code 410 Poc: kittery, Me 03904 (p) phone: 207-994-0743 Email: Cage Code: business Size (circle One): Small Large Payment Terms ______%______days mobilization Time: _________aro Prices Derived From (check One) f.o.b. Destination, Y____n____ ___commercial Price List Dated if No, Shipping Cost__________. ___internal Price List Dated ___other ( Please Explain ) please Indicate Your Preferred Payment Method By Checking One Of The Options Below. Payment Options Available Are Wawf And Gcpc: Government Commercial Purchase Card (up To $100,000). Please Ensure That You Register For Wawf (www.wawftraining.com) gcpc_____ Wawf (wide Area Workflow) _____ *please Note That Purchase Card Orders Are Not Paid Up Front. Once Material Is Received, A Government Cardholder May Be Contacted For Purchase Card Information. _x__ If Checked, To Be Awarded On An “all Or None” Basis, And Cpars Evaluation Procedures Apply. your Signature___________________________________date________________________ item description qty unit Price total 0001 four Valve Manifold, Provide The Assembly, Testing, Materials And Cleanlinss Prquirements Of The Attached Drawing Specifications. See Attached Drawings For Specifications And Additional Information. Delivery: 09/30/2025 4 2001 Option Year 1 four Valve Manifold, Provide The Assembly, Testing, Materials And Cleanlinss Prquirements Of The Attached Drawing Specifications. See Attached Drawings For Specifications And Additional Information. Delivery: 09/30/2026 4 2002 Option Year 2 four Valve Manifold, Provide The Assembly, Testing, Materials And Cleanlinss Prquirements Of The Attached Drawing Specifications. See Attached Drawings For Specifications And Additional Information. Delivery: 09/30/2027 4 2003 Option Year 3 four Valve Manifold, Provide The Assembly, Testing, Materials And Cleanlinss Prquirements Of The Attached Drawing Specifications. See Attached Drawings For Specifications And Additional Information. Delivery: 09/30/2028 4 2004 Option Year 4 four Valve Manifold, Provide The Assembly, Testing, Materials And Cleanlinss Prquirements Of The Attached Drawing Specifications. See Attached Drawings For Specifications And Additional Information. Delivery: 09/30/2029 4 required Delivery Date: 09/30/2025 place Of Performance Is: Portsmouth Naval Shipyard , Kittery Maine 03904 for Evaluation Purposes, Please Provide Any Applicable Procedures And Technical Information. If No Information Is Provided, Your Quotation May Be Determined To Be Unresponsive. award May Be Made On The Basis Of Adherence To The Schedule And/or Soonest Mobilization. please Provide Published Commercial Labor Rates And Breakdown Of Total Prices, If Applicable, for Price Justification Purposes. method Of Proposal Submission: offers Shall Be Emailed. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. System For Award Management (sam): Vendors Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/. all Quotes Should Include This Form Filled Out In Its Entirety (highlighted Yellow Fields Are Required). clauses: responsibility And Inspection: Unless Otherwise Specified In The Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control. The Following Far Provisions And Clauses Are Applicable To This Procurement: the Following Additional Far Provision And Clauses Are Applicable To This Procurement: 52.204-7 System For Award Management 52.204-13 Sam Maintenance 52.204-16 Commercial And Government Entity Code Reporting 52.204-17 Ownership Or Control Of Offeror 52.204-19 Incorporation By Reference Of Representations And Certifications 52.204-20 Predecessor Of Offeror 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.204-26 Covered Telecommunications Equipment Or Services-representation 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations-- Representation 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations In Clauses additional Dfars Contract Terms And Conditions Applicable To This Procurement Are: 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control Of Government Personnel At Work Product 252.204-7006 Billing Instructions 252.246-7007 Contractor Counterfeit Electronic Part Detection And Avoidance System 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors. 252.225-7048 Export-controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items 252.247-7023 Transportation Of Supplies By Sea navsea Clauses c-202-h001 Additional Definitions–basic c-204-h001 Use Of Navy Support Contractors For Official Contract Files c-211-h018 Approval By The Government c-212-w002 Commercial Supplier Agreements c-227-h010 Computer Software And Computer Data Bases Delivered c-246-h001 Extension Of Commercial Warranty d-211-h004 Identification Marking Of Parts--basic (navsea) d-247-h002 Packaging Of Supplies—basic (navsea) d-247-w001 Prohibited Packing Materials (navsea) f-242-h001 Contractor Notice Regarding Late Delivery g-232-h002 Payment Instructions And Contract Type Summary For Payment Office g-232-h005 Supplemental Instructions Regarding Invoicing g-242-h001 Government Contract Administration Points-of-contact And Responsibilities 52.212-2 Evaluation—commercial Products And Commercial Services. the Government Intends To Award A Single Firm-fixed Price Task Order To The Lowest-priced, Technically Acceptable Offeror Based On An Evaluation Of The Following Criteria. -technical Acceptability - Price technical Acceptability: Vendors Quoting Other Than Netapp Products Will Be Rated Technically Unacceptable And No Longer Eligible For Award. If The Technical Submission Does Not Meet The Minimum Requirements It Will Be Rated As “unacceptable”, And Will No Longer Be Considered For Award. technical Evaluation Ratings: rating: Acceptable description: Submission By An Authorized Reseller That Clearly Meets The Minimum Requirements Of The Solicitation rating: Unacceptable description: Submission Does Not Clearly Meet The Minimum Requirements Of The Solicitation. price: Price Will Not Be Evaluated On Quotations Found To Be Unacceptable Under The Technical Approach Factor. The Government Will Determine Whether Prices Are Complete And Fair And Reasonable. Prices That Are Unreasonable, Or Incomplete May Be Eliminated From Further Consideration. Failure To Include Pricing For All Line Items Shall Be Cause For Rejection Of The Quote For All Line Items. system For Award Management (sam): Vendor Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/.
DEPT OF THE ARMY USA Tender
Automobiles and Auto Parts
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Description: This Is A Solicitation For Commercial Items Prepared In Accordance With Far Part 12, Acquisition Of Commercial Items, Far Part 13.5, Simplified Procedures For Certain Commercial Items And As Supplemented With Additional Information Included In This Notice. This Solicitation Will Utilize Simplified Procedures For Soliciting Competition, Evaluation, Award Documentation And Notification That Comply With Far 13.1. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
this Solicitation Is Issued As A Request For Quotation (rfq). The Solicitation Number Is W91zlk-25-q-0011. It Is The Government's Intent To Award A Firm-fixed-price Purchase Order. This Requirement Is Being Solicited As A Full And Open Competition Concerns Represented By Naics Code 333924. This Requirement Will Be Awarded As A Firm-fixed Price Type Contract To The Lowest Priced Technically Acceptable (lpta) Offeror.
it Is The Contractor's Responsibility To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses Https://acquisition.gov/far/index.html And Http://www.acq.osd.mil/dpap/sitemap.html.
the Army Contracting Command - Aberdeen Proving Ground (acc-apg) On Behalf Of Aberdeen Test Center Logistics Directorate (s4), Range Sustainment And Readiness Division Is Seeking Contractors To Provide One (1) 30 Ton Semi Tractor Defined In The Attached Statement Of Work (sow). The Contractor Shall Specify Estimated Delivery Date, Unit Prices, And Any Commercial Warranties With Quote Submissions. Quotes Shall Specifically Address Each Requirement Listed On This Document. Partial Quotes Will Not Be Evaluated By The Government. All Equipment Without Exception Must Be New And Any Manufacturer's Warranty Information Must Be Included. All Submissions Must Be Baa Compliant And Clearly Annotated On The Quotation. see Attached Statement Of Work (sow) For One (1) 30 Ton Semi Tractor. see Attached Pdf For Vendors Questions And Responses To Those Questions Listed Below. delivery And Installation Will Be Made Fob Destination To:
u.s. Army Aberdeen Test Center
building 358
6850 Lanyard Road.
aberdeen Proving Ground, Md 21005-5059 award Will Be Made On The Basis Of The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Non-cost Factors In Accordance With Far 15.101-2. The Non-cost Factors Are The Technical Requirements, In Accordance With The Specifications/description Attached. The Order Will Be Awarded To The Lowest Price Technically Acceptable (lpta) Offer. The Technical Evaluation Will Be A Determination Based Upon Information Provided By The Contractor. The Government Is Not Responsible For Locating Or Securing Any Information Which Is Not Identified In The Offer. The Government Reserves The Right To Make Award Without Discussions. quotations And Attachments Must Be Dated And Received By Us Army Contracting Command, Aberdeen Proving Ground, Installation And Technology Division, Technologies Branch 6472 Integrity Court, Aberdeen Proving Ground, Md, 21005-3013, Attention Ms. Tiffany D White Via Email At Tiffany.d.white23.civ@army.mil Nlt Thursday, 20 February 2025 At 10:00 Am Et. Late Submissions Will Not Be Evaluated. All Quotations From Responsible Sources Will Be Fully Considered. Contractors Who Are Not Registered In The System For Award Management (sam) Database Prior To Award Will Not Be Considered. Contractors May Register With Sam By Calling 1-866-606-8220 Or Online At Https://www.sam.gov Or Through The Federal Service Desk At Http://www.fsd.gov.
questions: For Questions Concerning This Request For Quotation Contact Ms. Tiffany D White Via Email At Tiffany.d.white23.civ@army.mil . Please Provide Any Questions Nlt Wednesday,19 February 2025 By 10:00 Am Et. No Telephone Requests Will Be Honored. this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At The Following Address: Http://www.acquistion.gov the Following Clauses And Provisions Are Incorporated By Reference:
52.202-1 Definitions Nov 2013
52.203-3 Gratuities Apr 1984
52.204-7 System For Award Management Oct 2018
52.204-13 System For Award Management Maintenance Oct 2018
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
52.204-25 Prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.204-26 Covered Telecommunications Equipment Or Services--representation
52.204-27 Prohibition On A Bytedance Covered Application Jun 2023
52.211-17 Delivery Of Excess Quantities Sep 1989
52.212-4 Contract Terms And Conditions--commercial Items Oct 2018
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items Jan 2019
52.222-50 Combating Trafficking In Person Nov 2021
52.223-11 Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons. Jun 2016
52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013
52.233-1 Disputes May 2014
52.242-15 Stop-work Order Aug 1989
52.243-1 Changes--fixed Price Aug 1987
52.246-16 Responsibility For Supplies Apr 1984
52.247-34 F.o.b. Destination Nov 1991
52.249-8 Default (fixed-price Supply & Service) Apr 1984
52.253-1 Computer Generated Forms Jan 1991
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials Sep 2011
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Sep 2013
252.203-7003 Agency Office Of The Inspector General Dec 2012
252.204-7003 Control Of Government Personnel Work Product Apr 1992
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting Oct 2016
252.219-7011 Notification To Delay Performance Jun 1998
252.225-7001 Buy American And Balance Of Payments Program-- Basic Dec 2017
252.225-7007 Prohibition On Acquisition Of Certain Items From Communist Chinese Military Companies Dec 2018
252.225-7008 Restriction On Acquisition Of Specialty Metals Mar 2013
252.225-7012 Preference For Certain Domestic Commodities Dec 2017
252.225-7015 Restriction On Acquisition Of Hand Or Measuring Tools Jun 2005
252.225-7021 Trade Agreements--basic Dec 2017
252.225-7048 Export Controlled Items Jun 2013
252.227-7015 Technical Data--commercial Items Feb 2014
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018
252.232-7010 Levies On Contract Payments Dec 2006
252.239-7001 Information Assurance Contractor Training And Certification Jan 2008
252.243-7002 Requests For Equitable Adjustment Dec 2012
252.247-7023 Transportation Of Supplies By Sea Apr 2014
exemption Certificate From Maryland Retail Sales And Use Tax (oct 2012) Acc-apg 5152.229-4900 Exemption Certificate No. 30005004 Covers Exemption From Maryland Retail Sales And Use Tax.
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents
Description: 2/12/2025 the Government Is Extending The Solicitation Closing Time Only From 12am Est To 6pm Est. The Government Will Not Be Accepting Any Quotes Beyond 6pm Est On February 12, 2025. ----------------------------------------------------------------------------------------------------------------------------- amendment 0005to Sam Notice Id “w15qkn-25-r-0028” changes To Attachment 0005 – Quote Template clin 0002 Travel Not To Exceed (nte) Amount Has Been Increased/updated. uploaded Attachment 0005 – Quote Template 11feb2025 (with Revised Changes Above) ----------------------------------------------------------------------------------------------------------------------------- 11 February 2025 questions And Answers For 2/7/2025 1. Pursuant To Q&a: “20. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is this Correct? Answer. Yes, Because Some Of The Training Material May Be Classified Up To secret Levels.” Does The Government Require Proof Of Safeguarding Capability Such As A Letter From Dcsa In The Technical Volume? answer: No, The Safeguarding Will Be On Site. The Fcl Will Be Required To Validate The Clearance Of The Contractor. 2. A Follow-up To The Safeguarding Question: According To Chapter 5 Section1 Of The Nispom, Safeguarding Is Required When A Company Has To Hold The Material In Their Own Possession In A Safe. Is This The Case With The Training Materials Or Will The Government Customer Be Handing Out And Collecting The Training Material Each Day? Would The Government Consider Removing The Requirement For Safeguarding From The Dd254 For The Contractor? answer: We Will Collect The Training Material Each Day. However, The Contractor Is Required To Have The Fcl To Validate Their Employee’s Security Clearance. 3. A Follow-up To Previous Question. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? Answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. We Believe Strongly That The Dd254 Box Section 1b Is Not Marked Correctly And Should Be Left Blank Or Marked None. The Justification Provided In The Q&a Below Does Not Apply Because 1b Is Relevant Only To Classified Material At The Contractor’s Facility. The Justification Mentioned Is What Supports Section 1a Being Classified As Secret. please Clarify If Training Will Occur At The Contractor’s Facility, And If So, What Is The Mileage Limit From Camp Atterbury That A Contractor’s Facility May Be To Support This Valex, As Well As Specific Facility Requirements, Dimensions, Occupancy, And Access Considerations. Because The Dd254 Is The Third Item Listed For Technical Capability Assessment, If Training Is Not Going To Occur At The Contractor’s Facility, We Believe It Would Negatively Impact Offerors Who Do Not Address This Item Or Correct It In Their Submissions. answer: The Box Shall Remain Checked And The Training Will Occur At Camp Atterbury. 4. I See That You Did Add A Common Travel Plug For All Vendors To Use. This Will Be Very Valuable To Ensuring The Highest Quality Of Support For This Contract. Can You Please Clarify That All Vendors Should Be Including This Travel Plug In Their Proposals, Which Will Be Cost Reimbursable For The Applicable Travel Related Costs. I.e. Travel To/from, Lodging, Per Diem, As Need Rental Car To From Airports And Atterbury, Etc. i Wanted To Make Sure That Vendors Should Not Be Including Less That This Amount In Clin 2, As This Should Be A Common Plug Used/available To Everyone, Otherwise It Would Eliminate The Benefits Of Having This Plug. answer: An Amendment With Instructions To Offerors Was Issued To Clarify The Travel Plug And Add A Technical Factor. ----------------------------------------------------------------------------------------------------------------------------- 10 February 2025
amendment 0004to Sam Notice Id “w15qkn-25-r-0028”
the Purpose Of Amendment 0004 Is To Incorporates Q&as And To State The Following: - Attachment 0001– Pws – 7feb2025, Uploaded To Sam On 2/7/2025 Is The Final Version. - Attachment 0007- Instruction To Offerors And Evaluation Criteria, Uploaded To Sam On 2/7/2025 Is The Final Version. questions And Answers From 2/5/2025 And 2/6/2025 1. The Period Of Performance Is Listed As 9-20 March, But The First Meeting With The Contractors Occurs On 19 March During The Coordinationphase. Could You Clarify Whether Contractors Are Required To Be Present For The Full9–20 March Period Or If They Must Report No Later Than (nlt) March 18, 2025? answer: The Pop Is 9-20 March 2025. The Pws Has Been Correct Via Amendment 001. 2. Additionally,doesthe Company Need To Hold An Fcl Or Is It Sufficient To Verify That The Contractors Possess An Active Secret Clearance? answer: Yes, So They Can Validate The Secret Security Clearance And Manage The Security Clearance. 3. The Period Of Performance (pop) Shows 9-20 March 2025; However, Paragraph 2.1.1 Shows The Beginning Date For The Coordination Phase As 19 March 2025. Should We Prepare For Only Two (2) Days Of Coordination And Roleplaying At Camp Atterbury? answer: The Pop Is 9-20 March 2025. The Pws Has Been Correct Via Amendment 001. 4. The Solicitation Only Provides For A Quote For Services. If Submitted, Will A Capabilities Statement Be Reviewed To Support The Technical Evaluation? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 5. What Is The Required Date For Submitting A Roster Of Candidates To Fill The Role Player Positions In Advance Of The March 9 Rotation? answer: The Required Date To Support The Training Is 9 March 2024. 6. Are There Specific Requirements Or Qualifications For Spanish Language Proficiency? answer: A Dlpt Score Of 3/3 7. Is A Technical Narrative Required As Part Of The Proposal? If So, Are There Any Guidelines Regarding Format (e.g., Page Limits, Font Size)? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 8. Will A Technical Volume And Past Performance Be Evaluated By The Governmentif Submitted? answer: Only The Technical Volume Will Be Evaluated. clarification Required: Based On The Evaluation Criteria I Understand That The Due Out To The Government Is The Quote Template (provided), Dd254 (provided) And A Downloaded Copy Of Reps And Certs For The Offeror. Are We Understanding That Correctly? Those Documents Meet The Requirement For The Technical. The Qasp Is Due Post Award? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 9. The Dd254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. clarification Required: Dd254 Block 1.b Is Understood By Our Industry Facility Security Officer (fso) That If Safeguarding Is Required Then The Government Is Asking The Contractor To Maintain Classified Documents At The Contractor's Facility. As I Understand The Requirement The Work Is Being Performed At Camp Atterbury. There Is Not A Contractor Owned And Maintained Facility In This Requirement At Camp Atterbury. How Is The Contractor Required To Secure, And Safeguard Classified Information In Commercial Lodging? Or, Will The Potentially Classified Documents Be Secured On Camp Atterbury By The Government And Then Accessed By The Contractor On A Daily Basis? If The Government Is Maintaining The Classified Material, Then The Safeguarding Requirement At The Contractor's Facilityshould Be "none". answer: The Fcl Is Required For The Company To Ensure That They Can Hold Or Manage The Employee Clearance. Fcl Isn’t Just For The Actual Facility. It Is Required. 10. We Are Bidding The Above Contract And Have Run Into A Dilemma. The Nte Travel Is $40,377.00. Just Gsa Lodging And M&i For The Area For 14 People For 14 Days Is: $38,059. This Does Not Include Airfare Or Any Other Things The Jtr Identifies As Reimbursable. No Rental Cars Are Currently In My Estimate. An Nte This Low Would Either: Require All Role Players To Come From The Camp Atterbury Area Which I Believe Would Be Not Possible, Or You Guys Are Providing Government Lodging Which I Did Not See In The Pws. answer: The Government Evaluated The Travel Cost And Has Increased The Nte Amount To $43,349.90. Lodging From March 8-21 Is For 13 Nights Only. Gsa States That M&ie For The First And Last Day Of Travel Will Be At A Lower Rate (2 Days). The Current Loging Rate For That Area Is $110 And M&ie Is $68, The First And Last Day Of Travel For M&ie Is $51. 11. Setting Clin 0002 (travel) To $0.00 Is Acceptable, Or If The Government Requires A Proposed Cost Under The Nte Threshold? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors Regarding The Nte Amount. 12. If Setting Travel To $0.00 Is Not Permissible, Is There A Recommended Alternative Pricing Structure We Should Use? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors Regarding The Nte Amount. ----------------------------------------------------------------------------------------------------------------------------- 07 February 2025 amendment 0003 To Sam Notice Id “w15qkn-25-r-0028”
the Purpose Of Amendment 0003 Is To Incorporates The Following: -updated Attachment 0001 – Pws – 7feb2025 To Include The Following Changes: (a) 1.6.2 Iwatch Army Training (b) 1.6.3 Opsec Training (c) 1.6.4 Threat Awareness Reporting Program -add Attachment 0007 - Instruction To Offerors And Evaluation Criteria both Attachments Are Draft Versions To Allow Vendors Enough Time To Update Their Quotes/proposals. The Government Does Not Anticipate Any Changes To Attachment 0001 And 0007. The Final Versions Will Be Posted Early Next Week, If Any Changes Are Made To Either Attachment The Government Will Point Out Said Changes. fyi, Additional Q&as Will Also Be Posted Next Week, In The Event There Are Any Additional Questions Please Request And Extension As The Deadline To Submit Q&as Was 2/6/2025 At Noon Est. ----------------------------------------------------------------------------------------------------------------------------- 06 February 2025 amendment 0002 To Sam Notice Id “w15qkn-25-r-0028”
the Purpose Of Amendment 0002 Is To Extend The Solicitation Closing Date To February 12, 2025 12pm Est. ----------------------------------------------------------------------------------------------------------------------------- questions And Answers From04 February 2025 1. Will The Role Players (rp) Be Afforded The Opportunity To Lodge On Camp Atterbury For Fee? Indiana National Guard: Lodging – Chargeable Transient Quarters answer: No, Because There Will Not Be Enough Time To Coordinate Prior To The Award Of The Contract. They Will Need To Do Commercial Lodging. 2. Is There Government Provided Lodging At No Cost On Camp Atterbury? answer: No. 3. Are The Rps Required To Work Independently Of Each Other On Different Schedules Or Will They Travel To And From The Government Work Site At The Same Schedules? answer: They Will All Be On The Same Schedule. 4. Is Camp Atterbury The Actual Work Site Or Will The Rps Be Required To Perform Duties In Urban City/town Environments Outside Of Camp Atterbury? answer: Camp Atterbury Is The Actual Work Site. 5. Are The Rps Required To Independently Arrive And Access Camp Atterbury Utilizing Separate Modes Of Transportation Or Will Mass Transit For The Rps Meet The Requirements? answer: No, They Can Use Mass Transportation. 6. Does The Government Have A Process For Gaining Entry To Camp Atterbury For Rps Who Do Not Carry Retired Military Id Cards? answer: Yes, They Will Be Provided The Base Access Form For Visitor Access. 7. Reference Pws 2.1.1: We Are Assuming 19 March Is A Typo And The Coordination Phase Is 9 March? With Time To Be Determined, Is It Safe To Assume The Rps Should Travel On 8 March, In Order To Be Present On 9 March As Early As The Government Desires? answer: The Rps Must Be Present On The 9th For The Start Of The Training. Travel Day Before Might Be Required If They Require To Travel Outside. 8. Reference Pws 1.4: Is 20 March Considered A Training/workday Or Is It Considered A Travel Day? answer: Training Day. 9. Does The Government Desire To Have A Program Manager Present On Site During The Entire Execution? answer: No, But There Needs To Be A Site Lead Designated For Coordination. 10. Can The Program Manager (pm) Or Alternate Program Manager (apm) Be One Of The Role players? Can Both Pm And Apm Be Role Players Or Will The Duties Detract From The Rp Requirements? answer: Yes. 11. Will Any Of The Training Be Conducted In Austere Environments Or Combat Simulated Environments Where Cold Weather Gear And Personal Protective Equipment Be Required? answer: No. The Training Will Take Place In An Improved Area. 12. Will The Rps Be Required To Ride In Military Vehicles Or Aircraft? answer: No. 13. Will Any Of The Rps Be Required To Access Any Government Unclassified Or Classified Information Networks? answer: No. 14. Will The Rps Be Required To Have Contractor Supplied Digital Training Aids Such As Exercise Phones Or Other Technical Devices? answer: Yes, But At No Cost At The Government. 15. Are All Scenario Documents, Scenario Scripts And Background Scenario Documents Complete; Or Will The Rp Be Responsible For Completing Those Documents? answer: All The Documents Will Be Provided To The Rps By The Training Team. 16. According To Attachment 0001 - Pws, Section 1.4, The Period Of Performance Is From 3/9/2025 To 3/20/2025. Will The Government Require Personnel On Every Day Within This Period, Or Only On Weekdays (monday Through Friday)? answer: The Rps Will Be Required Every Day. 17. Pws Paragraph 1.4 States That The Period Of Performance In 3/9 To 3/20. However, Pws Paragraph 2.1.1. States Synch Meetings Begin On 3/19. Please Clarify Which Datesthe 14 Role Players Are Required To Support Training? answer: The Date In 2.1.1 Is An Error The Pop Is 9-20 March. 18. The Sam Post States: "technical Capability Will Be Evaluated To Determine The Likelihood That The Government’s Requirements In The Pws Can Be Achieved." Since This Is An Rfq And Not An Rfp, How Will The Government Determine That Offeror Can Meet The Pws Requirements? answer: The Government Will Review The Rfq Or Rfp Based On The Proposal Provided By The Contractor To Identify Which Contractor Has The Best Technical Capability. 19. Will A Technical Volume And Past Performance Be Evaluated By The Governmentif Submitted?
answer: Only The Technical Volume Will Be Evaluated. 20. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. ----------------------------------------------------------------------------------------------------------------------------- 05 February 2025 amendment 0001 To Sam Notice Id “w15qkn-25-r-0028” the Purpose Of Amendment 0001 Is To Incorporates The Following Changes: changes To Attachment 0001 - Pws change The Date On The Performance Work Statement (pws) add Section 1.7 Travel In The Pws change The Date In Section 2.1.1 Of The Pws update Language In Section 2.3.2 Of The Pws delete Section 2.3.4 From The Pws (duplicate Language) And Update The Numbering Following The Deletion Of 2.3.4 uploaded Attachment 0001 – Pws 4feb2025 (with Revised Changes Above) changes To Attachment 0005 – Quote Template added Clin 0002 Travel**** changed The Service Contract Reporting Clin To 0003 ****clin 0002 Travel Has A Not To Exceed (nte) Amount. All Vendors Who Submit Travel For Role Players Cannot Propose Over The Nte Amount. uploaded Attachment 0005 – Quote Template 4feb2025 (with Revised Changes Above) ----------------------------------------------------------------------------------------------------------------------------- questions And Answers From03 February 2025 1. In The Pws, Thepop Is Listed As 9-20 March 2025. Para 2.1 States There Will Be 3 Phases: Coordination, Scenario Rehearsal, And Scenario Execution. But Para 2.1.1 States That The Coordination Date Will Be On 19 March 2025. -can The Government Confirm That Exact Days Of Each Of These 3 Phases? -and Also, Are All Role Players Required To Be Present For The Coordination/synch Days/phase? -and Also The Total Days Each Role Player Will Be Required To Be On Site? answer: The Role Players Just Need To Be Available Starting For Training On The 9th. The Coordination And Scenario Rehearsal Will Take Place During The Pop. 2. Regarding Para 2.3 Tasks, Can The Government Confirm If The Role Players Will Be Performingas The Interrogators Conducting Interrogations? Or Will They Be The Subjects Of The Interrogations? answer: They Will Be The Subjects. That Is A Typo, It Should Be Performing As Interrogatees Being Interrogated. 3. Are The Role Players Required To Have An Active Dod Security Clearance? If So, At What Level? answer: This Is In The Pws And The Dd254. All Must Have A Secret Clearance. 4. If The Role Players Are Required To Have A Clearance, Can The Government Confirmthat The Awardee Will Be Required To Have The Commensurate Dod Corporate Facility Clearance? answer: Yes, This Is A Far Requirement And A Security Requirement. 5. Will The Government Require A Separaterole Player Coordinator/site Lead To Be Present? Or Can This Role Be Performed By One Of The 14 Role Players? answer: It Can Be Performed By One Of The Role Players. 6. Will The Role Players All Require A Separate Means Of Transportation To Get To Exercise Venues? Or Will They All Be Working At One Location Of General Area? answer: It Will Be The Responsibility Of The Role Player To Get To The Training Area. There Is Only One Training Area. 7. Will The Role Players Be Required To Have Special Clothing? Ie. U.s. Or Foreign Military Uniforms, Or Foreign National Clothing? answer: No 8. Will The Government Consider Adding/providing A Travel Plug That All Bidders Would Use For Covering Travel, Lodging, Per Diem, Etc For Role Players And Coordinator? This Would Create A Level Playing Field For All Bidders And Would Better Ensure The Highest Quality Intelligence Role Players From Around The Country For The Government, By Taking The Travel Costs Out Of The Award Competition. answer: The Contractor Shall Provide The Costs Estimated To Meet The Pws In The Way They View Best Meets The Technical Requirement. If That Means A Contractor Needs To Submit For Travel Then They Should Submit For Travel. 9. Is The Governmentsponsoringthe Initialsecret Fcl Per The Dd254 In The Attachments Or Is It Assumed That The Contractor Will Have A Pre Establishedsecret Fcl Prior To Submission Of Their Proposal? answer: No, The Contract Shall Have Pre Established Secret Fcl Prior To Submission Of Proposals. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ i) Introduction this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. the United States Army Contracting Command – New Jersey (acc-nj) Has Issued Solicitation W15qkn-25-r-0028 As An Invitation For A Request For Quotation (rfq), In Support Of The Military Intelligence Readiness Command (mirc), To Procure Multiple Role Players To Participate In A Government Training Exercise At Camp Atterbury, In, In Accordance With The Performance Work Statement (pws) (attachment 0001), Quality Assurance Plan (qasp) (attachment 0002), Exhibit A, Contract Data Requirements List (cdrl) (attachment 0003) And Dd254 (attachment 0004). the Number Of Role Players Required And The Period Of Performance Is As Follows: 14 Role Players At Camp Atterbury, In: 09 March 2025- 20 March 2025 this Action Is A Small-business Set-aside Solicited Under North American Industry Classification System (naics) Code 541990 – All Other Professional, Scientific, And Technical Services; Size Standard $19.5m. in Accordance With Far 52.212-2, The Government Intends To Make An Award To The Contractor Who Submits The Lowest Price Technically Acceptable (lpta) Quote And Deemed Responsive And Responsible By The Contracting Officer. Offeror Shall Meet The Requirements As Specified In This Solicitation And The Attached Pws. The Anticipated Award Will Be A Firm-fixed Price Contract. The Contracting Officer Reserves The Right To Make No Award Under This Solicitation. note: An Offeror That Is Receiving An Award Resulting From This Solicitation Shall Be Registered In The System For Award Management (sam) Prior To Contract Award (no Later Than 18 February 2025). To Register, Offerors May Log Onto: Sam.gov. ii) Instructions To Offerors (far 52.212-1 Applies To This Acquisition) any/all Questions Shall Be Submitted Via Email To Both The Contract Specialist At Colleen.m.paglio.civ@army.mil And The Contracting Officer At Angelica.m.merino.civ@army.mil No Later Than 10am Eastern Standard Time On 6 February 2025. all Quotes Shall Be Submitted Via Email To Both The Contract Specialist At Colleen.m.paglio.civ@army.mil And The Contracting Officer At Angelica.m.merino.civ@army.mil No Later Than 12pm Eastern Standard Time On 7 February 2025. offeror Quotes Shall Include The Following Information: technical: Offerors Shall Submit The Following Three Items: a Completed Quote Using The Provided Quote Template (attachment 0005) a Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications – Commercial Products And Commercial Services dd254 (attachment 0004): Complete Blocks 6(a), 6(b), And 6(c). Also, If Applicable, Complete Blocks 7(a), 7(b), And 7(c). price: Offerors Shall Submit Pricing For Contract Line Item Number (clin) 0001 On The Quote Template (attachment 0005). In The Event There Is A Difference In Price Between The Total Of Clin 0001 And The Total Proposed Price, The Total Of Clin 0001 Will Be Considered The Total Proposed Price Used For Evaluation. it Is The Government’s Intent To Award Without Discussions. iii) Evaluation (far 52.212-2) the Government Intends To Award A Single Contract To An Offeror Whose Quote Is Determined To Be The Lowest Priced Technically Acceptable Based On The Following Evaluation Factors: technical – Technical Capability Will Be Evaluated To Determine The Likelihood That The Government’s Requirements In The Pws Can Be Achieved. price – Price Will Be Evaluated To Determine If The Offerors’ Proposed Price Is Fair, Reasonable, And Balanced Using Price Analysis Techniques In Accordance With The Guidelines In Far 15.404-1(b). all Non-priced Factors Will Be Evaluated On An “acceptable” Or “unacceptable” Basis. An Offeror Must Receive An “acceptable” Rating For All Non-price Factors To Be Considered For Award. technical Acceptable/unacceptable Ratings acceptable quote Clearly Meets The Minimum Requirements Of The Solicitation. unacceptable quote Does Not Clearly Meet The Minimum Requirements Of The Solicitation. a Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For An Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. v) Contract Provisions/clauses this Solicitation Document And Incorporated Provisions/clauses Are Those In Effect Through Federal Acquisition Circular 2025-03/ far 52.212-4 – Contract Terms And Conditions-commercial Products And Commercial Services, And Far 52.212-5 – Contract Terms And Conditions Required To Implement Statuses Or Executive Orders – Commercial Products And Commercial Services Apply To This Acquisition. see Attachment 0005 For The List Of Applicable Provisions/clauses vi) Attachments: attachment 0001: Pws, Dated 23 January 2025 attachment 0002: Qasp, Dated 23 January 2025 attachment 0003: Exhibit A Cdrl attachment 0004: Dd254 attachment 0005: Quote Template attachment 0006: Provisions/clauses
7331-7340 of 9210 archived Tenders