Transportation Tenders

Transportation Tenders

Civil Service Commission Tender

Automobiles and Auto Parts
Philippines
Details: Description Provision Of Manpower Services (driver & Janitorial) For Csc Regional Office For Cy 2025 (lot 1) Location / Area: Csc Regional Office, No. 7 Oñate Street, Mandurriao, Iloilo City Terms Of Reference: Provision Of Manpower Services (driver & Janitor) Covering January 1, 2025 To December 31, 2025. The Agency Shall Provide One (1) Driver And (2) Janitors Reporting For Work Daily As Maybe Directed By The Entity Except Saturdays, Sundays And Holidays, Or As Needed With Approved Request For Overtime. Provided, However, That The Work Schedules Of The Assigned Personnel Will Be With The Entity Conformity Of Knowledge. Provided Further, That The Agency Obligates Itself To Increase Or Decrease The Number Of Assigned Personnel Upon Request Of The Entity. 1. General Conditions/technical Specifications: A.1 Driving Services 1. Ensure That Office Vehicles Are Road Worthy Using The Checklist Of Blow Bagets. Likewise Ensure That These Are Kept Clean Before, During, And After Use. 2. Perform On A Daily Basis, Basic Vehicle Cleaning Such As, But Not Limited To, Washing Of Windshields, Simple Body And Tire Cleaning, Wiping Of Dashboards, Ensuring That Interiors Are Free Of Food And Litter, Cleaning Of Seats And The Like. 3. Monitor And Ensure That Vehicle Preventive Maintenance Schedule Is Implemented As Scheduled And The Vehicles Are Kept Roadworthy At All Times. 4. Immediately Report To The Msd Chief Through The Designated Property Officer, In Cases Where The Vehicles Would Need Urgent Repairs For Issues Other Than The Scheduled Maintenance. 5. Perform Messengerial Services As May Be Required Such As But Not Limited To Delivery Of Mails To Courier Service Centers, Perform Simple Liaison Services To Agencies And Other Entities. 6. Vouchers And Its Supporting Documents, Complete And Correct, Should Be Endorsed To The Cashier Upon Return To The Office. Delivery Receipts And/or Receiving Copy Of Documents Should Be Returned To The Requesting Party Asap. 7. As Far As Practicable, Ensure That Vehicle Fuel Is Replenished At The End Of The Trip For The Day. 8. Prepare The Fuel Request Form And Secure Approval From The Msd Chief Through The Designated Property Officer, And Attach The Fuel Receipt To The Fuel Request Form, For Filing. 9. Prepare The Necessary Documents And Other Requirements Needed For The Processing Of Payment For Fuel Every 15th Day Of The Month Except December, The Due Of Which Is The Last Working Day Of The Year. 10. Submit The Properly Accomplished Trip Tickets To The Msd At The End Of Each Trip With Details Such As Date Of Trip, Destination, Purpose Of Trip, Time Of Departure And Arrival, Names Of Passengers, Etc. 11. Surrender The Vehicle Keys To The Guard-on-duty Before Logging Out Of The Office. A.2 Vehicle Maintenance 1. Vehicles Shall Undergo Preventive Maintenance In Accordance With The Approved Vehicle Maintenance Schedule Per Office Vehicle Or As Often As May Be Necessary. Total Distance Travelled Shall Be Monitored For Purposes Of Maintenance Reference. 2. Visual Checking Of Vehicles Should Be Done Regularly. This Includes Checking Of Engine For Leaks, Condition Of Engine Belts And Liquids, Ensure That Vehicle Is Free From Dents And Scratches, Tire Condition, Etc. 3. Renewal Of Vehicle Registration Should Be Done At Least One (1) Week Prior To Its Expiration. A.3 Use Of Office Vehicles 1. The Use Of Office Vehicles Shall Always Be Covered By A Duly Accomplished And Signed Trip Ticket, Indicating The Following: I. Date, Time, Destination, And Other Required Information; Ii. Initials Of The Msd Chief Or Designated Property Officer Affixed Below The Printed Name Of The Authorized Official Iii. Signature Of The Regional Director, Asst. Regional Director Or In Their Absence, The Officer-in-charge. 2. Requests To Avail Of Transportation Services Shall Be Submitted To The Msd At Least 3 Days Before The Scheduled Trip, Using The Prescribed Request For Utility Vehicle (ruv) Form, With A Copy Of The Approved Office Order Of The Requesting Party. 3. Approval Of The Request For The Use Of A Utility Vehicle Shall Be On A First-come-first-served Basis, Subject To Availability Of Drivers And Vehicles. 4. Vehicles May Be Used To Perform Messengerial And Support To Liaison Services. 5. In No Case Shall An Office Vehicle Be Used Without Proper Authorization From The Management Through The Msd. B. Janitorial Services 1. Washing Of Inside Windows And Doors, Frames And Screen; 2. Cleaning And Polishing Of Office Furniture And Fixtures And Counter Excluding Items Or Equipment That Require Specialized Maintenance, Furniture Such As Davenport And Chairs Showing Signs Of Spill Due To Any Caused Shall Be Washed And Cleaned; 3. Washing, Scrubbing And Polishing Of Floors; 4. Application Of Special Sanitizing And Waxing Solution To Hallways, Lobbies And Offices; 5. Dusting And/or Damp Wiping Of Glass Tops, Glass Door, Counters And Furniture; 6. Dusting Of Inside Windows, Window Ledges, Air-vents, Stair Railing And Other Horizontal And Vertical Surfaces; 7. Cleaning Of Glass Walls And Glass Partitions; 8. Cleaning Of Trash Receptacles; 9. Assist In Transferring Of Tables, Chairs, Cabinets And Counter, Etc. Upon Instruction By Authorized Officer Of The Office; 10. Daily Collection Of Garbage And Waste Materials To Be Disposed Of; 11. Frequent Spraying Of Air Fresheners In Work Areas And Other Designated Places; 12. Washing And Cleaning Of All Windows And Glasses Either By Hands Or With The Use Of Class Wiper; 13. Cleaning Of All Light Diffusers; 14. Thorough General Cleaning Of All Areas. 15. Other Services Within The Building Which May Be Assigned By The Management From Time To Time Within The Scope Of Janitorial Services. 2. Miscellaneous Services A. To Provide Extra Manpower Or Extension Of Authorized Tour Of Duty On Christmas And Other Special Occasions And In Case Of Emergencies Or Natural Calamities Necessitating Relief Operations, A Team Of Trained Personnel Within The Authorized Work Force Shall Be Provided To Undertake Such Job Receipt Of Five (5) Days Advanced Notice; B. Provide Minor Carpentry, Electrical And Plumbing Services; C. Clerical/messengerial Services. 3. Obligations Of The Agency A. Equipment And Uniform The Agency Shall Provide Complete Uniform With Proper Identification Card To Its Employees Assigned To The Entity And Shall Also Provide Standard Carpentry Small Tools Needed For Maintenance Services Such As But Not Limited To The Following: Hammer, Saw And Tape Ruler. B. Responsibilities It Is The Responsibility Of The Agency To Provide The Entity Of The Following: 1. Qualified Employees To Perform The Assigned Tasks: 2. Reliever In Case The Assigned Employee (s) Is Absent; 3. Ensure That All Employee Assigned In The Area Shall Follow House Rules And Regulations; 4. Discipline, Supervise And Control All Employees By Following Entity’s Rules And Regulations; 5. Replacement Of Any Employee (s) Assigned At The Office; 6. Conduct Inspection; 7. Monthly Meeting Of Agency With Their Personnel And Regular Check-up/supervision In Site Of The Assigned At The Office; 8. Regular Debriefing Of Personnel Assigned At The Office; 9. Duly Signed Monthly Accomplishment Report To Be Attached To Disbursement Voucher. C. Quality Assurance And Control The Agency Shall Conduct Regular Onsite Inspection And Evaluation Of The Services Performed By The Assigned Employees To The Entity To Ensure And Keep The Quality Of Work With Highest Standard Requirement. D. Human Resource Development The Agency Shall Provide Free Semi-annual Skills Development Seminar To Its Employees Assigned To The Entity To Enhance And Improve Their In-house Driving And Cleaning Skills, Maintenance Of Equipment And Use Of New Cleaning Materials And Supplies (supplied By Entity). Also, The Agency Shall Require All Their Employees Assigned To The Entity To Wear The Proper Uniform To Appear Neat And Clean In Their Work Place. Wearing Of Id Should Always Be Observed At All Times For Proper Identification And Security Purposes. 4. Timeline/schedule Of Delivery The Selected Agency Will Ensure And Deliver The Manpower Services Of One (1) Driver And Two (2) Janitors Who Meet The Qualifications As Stated In The Items Of The General Conditions. The Personnel Shall Render An Eight (8) Hour Service A Day, Five (5) Days A Week, Including Holidays To The Csc Regional Office. The Agency Shall Ensure That A Reliever Be Deployed Immediately In Case Of Changes Or Modifications To The Duty Of Its Assigned Personnel. 5. Duration Of Contract The Contract Shall Commence From The Date Of Signing Until December 31, 2025 Or Until The Execution Of A New Contract Pursuant To Government Procurement Policy Board (gppb) Resolution No. 23-2007 Dated September 28, 2007 “approving And Adopting The Revised Guidelines On The Extension Of Contracts For General Support Services”, Subject To The Agreement Of Both Parties. 6. Terms Of Payment For And In Consideration Of The Services Rendered By The Selected Agency, Cscro Vi Shall Pay The Contract Amount On A Monthly Basis. 7. Other Conditions Mode Of Payment To The Winning Security Agency Shall Be Made Via Issuance Of Mds/commercial Checks.
Closing Date2 Jan 2025
Tender AmountPHP 636 K (USD 10.9 K)

Public Service Delivery Tender

Others
Canada
Details: Manitoba Reference Number: Mb-mbpb-03y-00026 Issuing Department: Procurement And Supply Chain Date Issued: 11/12/2024 Issued By: Darren Derksen Telephone: 204 794-3395 The Government Of Manitoba (manitoba) Is Requesting Bid Submissions For The Supply And Delivery Of Food Processing Equipment. Solicitation Contact For The Purposes Of This Procurement Process, The Solicitation Contact Will Be: Contact Name: Darren Derksen Contact Email: Bids@gov.mb.ca For Inquiries, Email Subject Line Shall Be The Solicitation Number As Provided In The First Page Of This Document. Vendors And Their Representatives Are Not Permitted To Contact Any Employees, Officers, Agents, Elected Or Appointed Officials, Or Other Representatives Of Manitoba, Other Than The Solicitation Contact, Concerning Matters Regarding This Solicitation. Failure To Adhere To This Rule May Result In The Disqualification Of The Vendor And The Rejection Of The Vendor#s Submission. F.o.b. Destination, Freight Prepaid To: Manitoba Agriculture Food Development Center 810 Phillips St Portage, Mb R1n 4a4 Attn: Robyn Young Bidder Must Indicate If You Are Able To Meet The Requested Delivery Date Of March 31, 2024 Yes ____ Or No ____ If No, Then Indicated A Realistic Delivery As Follows: Delivery In ___ Working Days Or ___weeks From Receipt Of The Order. This Procurement Is Subject To Canadian Free Trade Agreement. Submission Terms And Conditions: The Bid Must Be Signed By A Representative Of The Bidder With The Authority To Bind The Bidder. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Vendor's E-mail Address: (if Available) ____________________ Quantity Clarification: Quantity Listed Contains 2 Or 3 Decimals. _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 31/03/2025 1.00 Each Gsin: N3600material: 99182065 Equipment, Washer, Water & Steam, Industrial, Other, As Described Below: Homogenizer, Double Stage Must Meet The Requirement As Outlined In Attached Manitoba Specification 182-065-4 Please Note That Manitoba Specification Document 182-065-4 Must Be Fully Completed And Accompany Bid Submission Please Indicate: Manufacturers Name________________ Brand Name______________________ Product / Style Number ________ Bidder's Catalogue/reference Number (if Applicable) ___________ ======================================================== Note: If Any Of The Above Items/features Are Accessories They Are To Be Included And Installed Prior To Delivery. It Is The Suppliers Responsibility To Test All Systems To Ensure They Are Functioning Properly Prior To Delivery. This Rfq Is Subject To The Manitoba General Terms And Conditions: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf. The Purchase Order To Be Issued To The Top Ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions: Https://www.gov.mb. Ca/central/psc/pubs/form/manitoba_po_terms_conditions.pdf Quotation Evaluation: Generally The Lowest Overall Price Of An Acceptable Item Or Lump Sum In Accordance With The Terms & Conditions Of The Rfq Will Be Awarded The Order. Quotations Will Be Evaluated Seperately, Based On Suitability Of Product Offered Compared To The End Users Needs, Description/specifications Of The Product Offered, Delivery, Price, Quality Of The Bidder's Performance In Past Awards And Any Other Terms & Conditions Indicated On This Rfq Failure To Provide Adequate Information To Evaluate The Item Offered May Be Cause For Rejection Of Your Quote By Manitoba. Product Offered: The Product Offered Must Meet The Requirements And Expectations For It's Intended Use If It Is Your Intention To Offer An Item, Which Does Not Meet All The Specs/description As Outlined, Then You Must Indicate All Intended Deviations Or Changes On The Return Quote. Quality / Acceptability: Any Product Supplied Must Be New, Unused, First Quality. Demo Units Will Not Be Accepted. All Goods Delivered Are Subject To Inspection Prior To Delivery Acceptance. Signing Of Any Delivery Slip Should Not Be Construed As Acceptance Of The Product Delivered. Manitoba Reserves The Right To Reject Any Product, After Final Inspection That Does Not Meet The Specification Or Product Description Requested. Manitoba Reserves The Right To Reject Any Product Supplied Which, Upon Inspection Or Use, Is Deemed By The Using Department To Be Unacceptable For Their Intended Use. Products To Be Supplied As Specified On The Contract/purchase Order. Any Substitutes Shipped Without Prior Written Approval Will Be Rejected At Time Of Delivery Or Held At Shipper's Risk Pending Return Instructions Products Rejected By The Using Department Will Be Returned To The Vendor For Full Credit Or Replacement Product At No Cost To Manitoba Or The Contract May Be Cancelled. (unit Prices Include All Necessary Charges E.g. Freight, Insurance, Handling Etc.) If Any Charges Are Not Included Please Explain In Detail Any/all Charges That Will Be Extra To The Unit Prices Quoted And That Will Be Charged On The Invoice. Inspection: Final Inspection And Acceptance Or Rejection Of The Goods Will Be Made Promptly As Practicable, But Failure To Inspect And Accept Or Reject Goods Promptly Does Not Mean That The Manitoba Government Has Accepted These Goods. The Government Of Manitoba Reserves The Right To Inspect The Goods For Up To 90 Days After The Date Of Delivery. Partial Acceptance Of Rejection Of An Order Does Not Release The Bidder From Its Responsibility To Complete The Order. Authorized Vendor: Manitoba Reserves The Right, Prior To Any Contract Award, To Secure Evidence To Manitoba's Satisfaction That Any Bidder Is The Manufacturer Or An Authorized Distributor, Dealer Or Retailer Of The Goods Offered And Is Authorized To Sell These Goods In Manitoba, Canada And Upon Request Will Provide Manitoba With Written Evidence Thereof. Warranty: Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use) (manitoba's Use Would Usually Be Considered Commercial Application Not Consumer) Product _________ Months Or _______ Years Labour _________ Months Or _______ Years Please Note: During The Period Of The Warranty Offered, All Labour, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. The Province Of Manitoba Will Not Pay Additional Charges While The Item(s) Offered Are Under The Above Stated Warranty. If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty Then A Complete Explanation Must Be Provided. Warranty Service/location: Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote Is Warranty Service Provided On Site At Our Premises? Yes___ Or No____ If No<(>,<)> Indicate The Location The Unit Must Be Sent To For Manufacturer's Certified And/or Approved Warranty Service, Closest To The Point Of Delivery, For This Tender<(>,<)> Company Name_______________________ Location (city & Province)______________ Do You Have A Toll Free Phone Number For Warranty Service? Yes______ Or No______ If Yes, Please Provide:________________________ Non-warranty For Parts And Service: Please Provide Details As Follows For The Unit(s) Offered (for Occasional Non-warranty Service And Parts Purchases) Current Labour Rate For In-shop Service $_________ Per Hour Parts And Accessories Charged At: ________ % Discount From ____________________ Prices (indicate Retail, Wholesale Etc.) After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes ___ Or No_____ If No Please Advise Company Name_______________________ Location (city & Province)______________ Payment Terms: Manitoba's Standard Payment Term Is Net Thirty (30) Days. If Vendor Has A Different Standard Invoice Term, Specify Below. _____________________________ Canadian Funds: Manitoba Prefers To Receive Quotations In Canadian Funds. If The Pricing Offered Is Quoted In A Currency Other Than Canadian Then The Currency Is To Be Clearly Identified On The Quote Document. Accounts Receivable Address: Due To Our Computerized Accounts Payable System Please Advise If Your Invoice Address (accounts Receivable) Is The Same As The Address For Orders / Quotes Shown Above Yes ____ Or No ______ If No Provide Complete Details I.e. Box #, Street Address, City<(>,<)> Province, Postal Code, Etc. _________________ Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit Manitoba's Retail Sales Tax Yes_____ Or No_____ If No Disregard The Following Paragraph. Manitoba's Retail Sales Tax: Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax Yes____ Or No _____ If The Quote Consists Of Both Taxable (t) And Non-taxable ( Nt) Items Please Indicate T Or Nt Opposite Each Item Offered. Your Quotation Reference # (if Applicable) ________ Proposed Delivery Address: F.o.b. Destination, Freight Prepaid To: Manitoba Agriculture Food Development Center 810 Phillips St Portage, Mb R1n 4a4 Attn: Robyn Young Tenders To Be Returned To: Merx Electronic Bid Submission Www.merx.com
Closing Date3 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
United States
Details: Statement Of Work troy Lock Automatic Transfer Switch Replacement albany Field Office (afo), Troy, Ny sw-1 Location: Albany Field Office, Troy, Ny. Arrangements For Entrance Onto Afo Must Be Made By Contacting Afo At (518) 273-0870 Between The Hours Of 7:00 A.m. And 3:00 P.m., Monday Through Friday. Access Is Restricted, Escorts Shall Be Provided By Albany Field Office Personnel. sw-2 Scope Of Work: The Work Covered In This Contract Consists Of Furnishing All Labor, Expertise, Equipment, Materials, Facilities, Transportation, And Appliances Necessary To Perform Operations In Connection With The Work Described In Paragraph Sw-3. It Is The Intent Of The Government For The Contractor To Provide A Complete And Useable System. Any Relevant Details Required For A Complete System That Are Omitted In The Contract Plans And Specifications Will Be Provided By The Contractor At No Cost To The Government. sw-3 Summary Of Work: Work Shall Consist Of But Is Not Limited To The Following: remove Existing Automatic Transfer Switch (ats) And Furnish And Install A With New Ats Of An Appropriate Type, Rating, And Size For The System (see Characteristics Below). Contractor Will Dispose Of The Removed Ats. Functionally Test The Ats After Installation Per The Troy Lock Ats Specifications. See Attached Drawing And Specifications For More Details. Continuous Temporary Power To The Lockhouse Will Be Required During The Ats Replacement. The Lock And Lockhouse Shall Not Be Without Power For More Than 30 Minutes. The Ats And Connected Switchgear Are All Outside. ats Requirements– 208v 600a, 3 Phase, 4 Wire, 35,000 A.i.c., Nema 3r With Maintenance Bypass. The New Ats Will Have A Manual Actuation Handle In Addition To The Automatic Function. The New Ats Must Be Service Rated. current Ats (for Information Only): Asco 300 Series. See Attached O+m Manual the Contractor Shall Conduct A Load Test Of The Existing Generator Up To 80% Of Its Maximum Load For Three Hours And Prepare A Report Documenting The Load Test And Its Results. as Part Of Functional Testing Of The Ats, The Contractor Shall Troubleshoot And Document Issues Encountered In A Report. sw-4 Timing Of Work: Workdays For Which The Lock Shall Be Without Power For Any Length Of Time Shall Be Scheduled No Less Than Two Weeks In Advance To Allow For Posting Of Notice To Mariners. The Period Of Performance Is 30 Days After 15 April, 2025. The Contractor Shall Notify The Government Of Any Material Delays They Encounter. sw-5 Codes & Standards: All Work Performed Under This Contract Shall Be In Accordance With Federal, State And Local Codes & Standards, As Well As Widely Accepted Industry Standards, Including But Not Limited To: American Institute Of Architects, American Institute Of Electrical Engineers, American National Standards Institute, American Society Of Mechanical Engineers, American Society Of Testing Materials, National Bureau Of Standards, National Electric Code, National Fire Protection Association, National Electric Code, Occupational Safety & Health Administration, Rubber Manufacturers Association, Underwriters Laboratories, And The New York Dot Standard Specification. Additionally, All Requirements Of The New York Department Of Health Must Be Satisfied In Their Entirety For Any Work Performed Or Materials Bought Under This Contract. Failure To Comply With Any Of The Aforementioned Codes And Standards Shall Be Considered As A Failure To Comply To Contract Specifications. sw-6 Utilities: Contractors Shall Coordinate With All Local Utilities Having Jurisdiction. The Local Power Utility Company Is National Grid. sw-7 Materials: The Materials Shall Conform To Specifications, Applicable Industry Codes And Standards And The Manufacturer's Recommendations, Whichever Is More Stringent. Certificates Of Compliance And Technical Data Sheets Are Required For All Materials Supplied. sw-8 Site Inspection: The Contractor Shall Have The Opportunity To Visit The Site Before The Bid Opening. The Contractor Is Required To Acknowledge At Time Of Bid Opening That Said Contractor Has Inspected And Is Fully Cognizant Of Conditions At The Site. No Allowance Or Consideration Will Be Given After Award For Any Condition Which Existed At The Time Of The Site Visit. sw-9 Security And Facility Access: The Contractor Shall Be Granted Access To The Afo Site. Contractor Personnel Must Sign In At The Administration Building When They Arrive On Site And Sign Out Before They Leave The Site. The Government Reserves The Right To Deny Access To Any Person, With No Consequence To The Contract. 1. General Security Requirements And Guidance: The Security Requirements Described Below Apply To All Contract Personnel (including Employees Of The Prime Contractor ("contractor") And All Subcontractor Employees) Supporting The Performance Requirements Of This Contract. The Contractor Is Responsible For Compliance With These Security Requirements. Questions Regarding Security Matters Shall Be Addressed To The Designated Government Representative (e.g., Contracting Officer Representative (cor), Requiring Activity (ra) Representative, Or Contracting Officer (if A Cor Or Other Ra Representative Is Not Appointed)). Contract Personnel Are Critical To The Overall Security And Safety Of Us Army Corps Of Engineers (usace) Installations, Facilities And Activities, And Security Awareness Training Contributes To Those Efforts. The Department Of Defense (dod) And Army Security Training Requirements Specified Below, If Applicable, Are Performance Requirements; All Applicable Contract Personnel Shall Complete Initial Training Within 30 Days Of Contract Award Or The Date New Contract Personnel Begin Performance On The Contract. Within Five Business Days From The Completion Of Training, The Contractor Shall Provide Written Documentation (e.g., Email Or Memorandum) To The Government Representative. The Documentation Shall Include The Names Of Contract Personnel Trained And Which Training They Completed; The Contractor Shall Maintain Training Records As Part Of Their Contract Files And Be Prepared To Provide Copies Of Training Certificates To The Government Representative. Contractor Personnel And Vehicles Are Subject To Search When Entering Federal Installations. Additionally, All Contract Personnel Shall Comply With Force Protection Condition (fpcon) Measures, Random Antiterrorism Measures (commonly Referred To As "rams"), And Health Protection Condition (hpcon) Measures. The Contractor Is Responsible For Meeting Performance Requirements During Elevated Fpcon And/or Hpcon Levels In Accordance With Applicable Ra Plans And Procedures --this Includes Identifying Mission Essential And Non-mission Essential Personnel. In Addition To The Changes Otherwise Authorized By The Changes Clause Of This Contract, Should The Fpcon Or Hpcon Levels At Any Individual Facility Or Installation Change, The Government May Implement Security Changes That Affect Contract Personnel. The Contractor Shall Ensure All Contract Personnel Are Aware Of Their Security Responsibilities, Including Any Site-specific Requirements Identified In Local Policies Or Procedures. 2. Physical Security And Access Control Requirements: All Contract Personnel Requiring Physical Access To A Federal Installation Or Facility Shall Comply With The Access Control Procedures Of That Location. Contract Personnel Requiring Unescorted Access To Meet Contract Performance Requirements On A Dod Installation In The Us Shall Be Vetted By The Installation/facility Provost Marshal/directorate Of Emergency Services/security Office Using The National Crime Information Center-interstate Identification Index (commonly Referred To As "ncic-111") And Terrorist Screening Database (commonly Referred To As "tsdb"). Contract Personnel Shall Comply With All Personal Identity Verification Requirements Specified In Installation/facility Policies And Procedures. Contract Personnel Who Do Not Meet Requirements For Unescorted Access To Usace Facilities Shall Coordinate Escorted Access With The Government Representative, As Needed. Contract Personnel Who Receive Keys, Access Cards, Or Lock Combinations That Provide Access To Government-owned Property Shall Comply With Key And Lock Control Procedures Of The Ra. sw-10 Safety: Compliance With Osha And Other Applicable Laws And Regulations For The Protection Of Employees Is Exclusively The Obligation Of The Commercial Contractor. Government And Contractor Employees Must Comply With The Corps Of Engineers Safety Manual Em 385-1-1. All Contractors And Employees Will Attend A Pre-construction Meeting Prior To Project Work Beginning. sw-11 Clean-up: Clean-up And Remove Debris Generated By This Contract To An Approved Off-site Location. Two (2) Copies Of The Receiving (tipping Or Dumping) Tickets, With A Cover Letter From The Prime Contractor Stating The Full Name And Address Of The Location To Which Debris Was Taken. sw-12 Government Resources: No Government Resources Shall Be Made Available To The Contractor, Unless Otherwise Stated In This Statement Of Work. The Contractor Shall Provide For All Necessary Resources To Provide A Complete And Usable Facility Or Systems As Described In The Contract Documents. The Contractor Shall Not Obligate Government Resources In Any Manner. The Government Shall Seek Remedy For Any Obligation Or Encumbrance Imposed By The Contractors Actions. Government Resources Include, But Are Not Limited To, Government Owned Materials, Equipment, Tools, Vehicles, Personnel, And Facilities. sw-13 Supplemental Attachments: troy Lock Electrical One Line Riser Diagram troy Lock Ats Specifications asco 300 Series Operation And Maintenance Manual generator Data Plate power System Analysis
Closing Date24 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources. general Scope: the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement To Remove Two (2) Existing Aircraft Shelters (b1044 And B1045), The Maintenance Shed (b1046), Existing Utility (b1006) And Jet Blast Deflectors, Along With The Design And Construct Of A New Multi-domain Operations Complex (mdoc) At Beale Air Force Base In California (ca). ***the Slabs, Subsoils, And Building Material At The Buildings Are Anticipated To Be Pfas-impacted Due To The Historic Use Of Afff Fire Suppressant Systems. Contractor Shall Implement All Necessary Precautionary Measures To Prevent The Spread Of Pfas During Demolition Activities. The Project Scope Includes Characterization, Profiling And Disposal Of Pfas-impacted Materials As Well As Measures To Prevent Spread Of Pfas Laden Dust And Water, In Accordance With Local, State, And Federal Regulations. Handling, Transportation And Disposal Of Pfas Impacted Materials Must Be Accounted For In All Pavements Testing And Geotechnical Investigations. Refer To The Part Titled Demolition In Section 01 10 10.01 Design Requirements - General For More Information Pertaining To Characterization, Profiling And Disposal Requirements For Pfas-impacted Concrete And Soil.*** the Mdoc Is Anticipated To Consist Of Two (2) Aircraft Hangar Bays And Central Squadron Operations Facility Between The Hangars In A T-shape And In Harmony With The Adjacent Dock 11 Building, With Matching Heights And Facades. The Project Is Anticipated To Include All Utilities, Site Improvements, New Apron, Pavements, Detection And Protection Features, Security Enhancements, Secure Compartmented Information Facility (scif), And Other Supporting Work Necessary To Make A Complete And Useable Facility. the Potential Requirement May Result In A Firm-fixed-price Solicitation Issued Approximately March 2025. If Solicited, The Government Intends To Award The Anticipated Requirement By Approximately December 2025. the Government Estimates That Design Of The Anticipated Requirement Can Be Completed Within Two-hundred-forty-six (246) Calendar Days. It Is Estimated That Construction Of The Anticipated Requirement Can Be Completed Within Nine-hundred-fifteen (915) Calendar Days. If Market Conditions Indicate This Estimate May Be Unrealistic, Respondents Are Encouraged To Provide Specific Information (such As Known Equipment Lead Times Or Other Timeline Concerns) For Government Consideration When Responding To This Sources Sought Notice. in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) 236.204(iii), The Government Currently Estimates The Magnitude Of Construction For The Potential Project Is Between $100,000,000 And $250,000,000 the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 236220, Commercial And Institutional Building Construction. The Small Business Size Standard For The Naics, As Established By The U.s. Small Business Administration, Is $45,000,000 Annual Revenue. The Product Service Code For The Potential Requirement Is Anticipated To Be Y1bz Construction Of Other Airfield Structures. if There Is A Reasonable Expectation That At Least Two (2) Responsible Small Business Concerns Under This Naics Can Provide The Anticipated Services At Fair Market Prices, The Contracting Officer Is Required To Set The Acquisition Aside For Small Business Concerns. If Competition Is Set-aside For Small Businesses, Federal Acquisition Regulation (far) 52.219-14, Limitations On Subcontracting, Requires That General Construction Small Business Contractors Self-perform At Least Fifteen Percent (15%) Of The Cost Of The Contract, Not Including The Cost Of Materials. If No Set Aside Is Made, The Requirement Is Competed With Full And Open Competition, And The Awarded Contractor Is Not A Small Business, The Contractor Will Be Required To Self-perform The Percent Of Work Identified In The Solicitation Under Far 52.236-1,performance Of Work By The Contractor. contractors With The Skill, Capabilities, Workload Capacity, And Ability To Obtain Bonding To Complete The Project Described Above (either Through Self-performance And/or Subcontractor Management) Are Invited To Provide Capability Statements To The Primary Point Of Contact Listed Below. Other Than Small Businesses Are Also Encouraged To Submit Capability Statements. capability Statement: responses Must Be Limited To Twelve (12) 8.5 X 11 Inch Pages With A Minimum Font Size Of Point 10. please Provide The Following Information: 1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number(ein), Address, Point Of Contact Name, Contact Phone Number, Contact E-mail Address, And Statement Identifying Whether The Company Employs Union Or Non-union Workers. 2) Experience And Capability To Complete Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Including At Least Three (3) Examples Of Comparable Work Performed Within The Past Six (6) Years. Each Example Should Include A Brief Description Of The Project, Description Of The Work Performed (identification Of Self-performance And/or Subcontractor Management), Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project, Whether A Project Labor Agreement (pla) Was Used (see The Pla Survey Section Below), And Whether There Were Any Challenges Experienced During The Project (delays, Investigations, Health And Safety Issues, Labor Shortages, Management/organizational Issues, Etc.). 3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)). 4) Bonding Capability (in The Form Of A Surety Letter). .5) Pla Survey. A Pla Is A Pre-hire Collective Bargaining Agreement With Labor Organization(s) That Establishes The Terms And Conditions Of Employment For A Specific Construction Project. Pursuant To Executive Order 14063, Use Of Project Labor Agreements For Federal Construction Projects, Agencies Are Mandated To Use Plas For Large-scale Construction Projects (defined As Projects Where The Total Cost To The Government Of The Project Is Estimated To Be At Least $35,000,000.00) Unless Exempted By The Agency Senior Procurement Executive. a) Do You Have Knowledge That A Pla Has Been Used In The Local Area On Projects Of This Kind? If So, Please Provide Supporting Documentation. b) Are You Aware Of Skilled Labor Shortages In The Area For Those Crafts That Will Be Needed To Complete The Referenced Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible. c) Are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Affect The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible. d) Identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement. e) Identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement. f) Identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project. g) Identify Any Additional Information You Believe Should Be Considered On The Non-use Of A Pla On The Referenced Project. please Also Provide The Following Information On Projects Completed In The Last 2-5 Years: a) Project Name And Location b) Detailed Project Description c) Initial Cost Estimate Vs. Actual Final Cost d) Was The Project Completed On Time? e) Number Of Craft Trades Present On The Project f) Was A Pla Used? g) Were There Any Challenges Experienced During The Project? please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One (1) Document, Limited To The Page Maximum Above. responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. If Your Company Has Already Responded To The Previous Sources Sought (w9123824s0031), You Can Revalidate Your Information By Sending An Email To The Contract Specialist Below Confirming The Previous Submission Of Your Capabilities Statement. please Provide Responses And/or Questions By E-mail To The Contract Specialist, Melanie A. Dewing, At (melanie.a.dewing@usace.army.mil) By 10:00 A.m. (pdt) Monday, 13 January 2025. please Include The Sources Sought Notice Number, ‘w9123825s0008’ In The E-mail Subject Line.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

Public Service Delivery Tender

Laboratory Equipment and Services...+1Machinery and Tools
Canada
Details: Manitoba Reference Number: Mb-mbpb-03y-00028 Issuing Department: Procurement And Supply Chain Date Issued: 09/01/2025 Issued By: Darren Derksen Telephone: 204 794-3395 The Government Of Manitoba (manitoba) Is Requesting Bid Submissions For The Supply And Delivery Of Laboratory Equipment For Department Of Agriculture. Note: For Information Or Item Clarification, If Required Contact: Darren Derksen At Bids@gov.mb.ca F.o.b Destination, Freight Prepaid To: Food Development Center 810 Phillips St Portage La Prairie, Manitoba R1n 4a4 Please Contact The Individual Noted Above If Additional Information Or Clarification Is Required On The Following Items. Bidder Must Indicate If You Are Able To Meet The Requested Delivery Date Of March 31st, 2025 Yes ___ No ____ If No, Then Indicate A Realistic Delivery Time As Follows: Delivery In ___ Working Days Or ____weeks From Receipt Of The Order. Actual Delivery Date Will Be According To Agreement With Department. This Rfq Is Subject To The Manitoba General Terms And Conditions: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf The Purchase Order To Be Issued To The Top Ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions: Https://www.gov.mb.ca/central/psc/pubs/form/manitoba_po_terms_ Conditions.pdf Submission Terms And Conditions: The Bid Must Be Signed By A Representative Of The Bidder With The Authority To Bind The Bidder. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Bids Must Be Received At The Submission Address No Later Than The Closing Date And Time. Vendor's E-mail Address: (if Available) ____________________ Quantity Clarification: Quantity Listed Contains 2 Or 3 Decimals. _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 31/03/2025 2.00 Each Gsin: N6600material: 99181030 Industrial Laboratory Equipment As Described Below: The Membrane Filtration Unit Can Operate At Up To 40 Bar And 60°c For Many Mf/uf/nf/ro Applications. The Unit Can Be Used With Different Types Of Membrane Modules: Flat Channel Module, Tubular Modules And Spiral Wound Element Modules Or Customer Membrane Modules. The Unit Has A Stainless Steel Control Cabinet With On/off Switch, Frequency Converter Setting For The Feed Pump, Emergency Button, Pressure High/low Reset Button And A Pid Controller With Display For Electronic Temperature Control And An Electronic Data Recorder And Display For All Electronically Measured Operating Parameters. Vendor Operational Training And Commissioning Are Required. Equal Equivalent To Maximem Bench Scale Membrane Filtration Unit Maximem Membrane Unit Including: · Feed Pump, Max 40 Bar. Feed Flow Up To 660 L/h. With Frequency Converter For Adjustment Of Cross Flow Velocity · Stainless Steel Feed Vessel 5 L Volume (any External Vessel Can Be Connected Alternatively) · 2 Electronic Pressure Sensors 0-40bar +/- 0.1% (feed+retentate Pressure) · 1 Manual Spring Loaded Pressure Control Valve, Ball Vavle For Low Pressure Operation · All Valves For Operation And Emptying · Pt100 Temperature Sensor · Pid Controller For Temperature, Operating A Magnetic Valve Which Controls Flow Of Cooling Or Heating Liquid From Any Cooling Or Heating Liquid Source. · 8-channel Electronic Data Recorder For Pressures, Temperature, Feed Flow (via Pump Speed). Display As Numbers Or Trends Over Time On Lcd Display And Storage Of Data. Can Be Transferred By Usb Stick Into Pc And Excel. Can Be Connected To Ethernet For Remote View. · Frame: Stainless Steel 304 Or Equivalent. Footprint 0.50 X 0.85m, Height 0.80m · Product Contacting Metal Parts Stainless Steel 316l Or Equivalent. · Seals Epdm · Operating Instructions In English · Ready To Run And Tested Unit. Please Indicate: Manufacturers Name________________ Brand Name______________________ Product / Style Number ________ Bidder's Catalogue/reference Number (if Applicable) ___________ ======================================================== Quotation Evaluation: Generally The Lowest Overall Price Of An Acceptable Item(s) In Accordance With The Terms & Conditions Of The Rfq Will Be Awarded The Order. Quotations Will Be Evaluated Based On Suitability Of Unit Offered Compared To The End Users Needs, Product Specifications, Delivery, Warranty, Price, Quality Of The Bidder's Performance In Past Awards And Any Other Terms & Conditions Indicated On This Rfq. Failure To Provide Adequate Information To Evaluate The Item Offered May Be Cause For Rejection Of Your Quote By The Manitoba Government (manitoba). Suitability Selection To Be At Manitoba's Sole Discretion. Product Offered: The Product Offered Must Meet The Requirements And Expectations For Its Intended Use. If It Is Your Intention To Offer An Item, Which Does Not Meet All The Specs/description As Outlined, Then You Must Indicate All Intended Deviations Or Changes On The Return Quote. Please Indicate: Manufacturers Name__________ Brand Name______________ Product / Style Number ________ Bidders Catalogue/reference Number (if Applicable) ___________ Note: If Any Of The Above Items/features Are Accessories That Are To Be Included And Installed Prior To Delivery. It Is The Supplier's Responsibility To Test All Systems To Ensure They Are Functioning Properly Prior To Delivery. Products/brands: Brand Names, Where Indicated, Are Shown For Reference Purposes Only And Are Not Intended As Endorsement Of A Particular Product. Delivery: Food Development Center 810 Phillips St Portage La Prairie, Manitoba R1n 4a4 Unit Prices Are F.o.b Destination, Include All Necessary Charges E.g. Freight, Insurance, Handling Etc. If Any Charges Are Not Included Please Explain In Detail Any/all Charges That Will Be Extra To The Unit Prices Quoted And That Will Be Charged On The Invoice. Authorized Vendor: Manitoba Reserves The Right, Prior To Any Contract Award, To Secure Evidence To Manitoba's Satisfaction That Any Bidder Is The Manufacturer Or An Authorized Distributor, Dealer Or Retailer Of The Goods Offered And Is Authorized To Sell These Goods In Manitoba, Canada And Upon Request Will Provide Manitoba With Written Evidence Thereof. Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use). (manitoba's Use Would Usually Be Considered Commercial Application Not Consumer) Product _________ Months Or _______ Years Labor _________ Months Or _______ Years Parts _________ Months Or _______ Years Please Note: During The Period Of The Warranty Offered, All Labour, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. The Province Of Manitoba "will Not" Pay Additional Charges While The Item(s) Offered Are Under The Above Stated Warranty. Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote. If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty Then A Complete Explanation Must Be Provided. Warranty Service/location: Is Warranty Service Provided On Site At Our Premises Yes___ Or No____ If No, Indicate The Location The Unit Must Be Sent To For Manufacturer's Certified And/or Approved Warranty Service Company Name_______________________ Location (city & Province)______________ Do You Have A Toll Free Phone Number For Warranty Service Yes______ Or No______ If Yes Please Provide:________________________ After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes ___ Or No_____ If No, Please Advise Company Name_______________________ Location (city & Province)______________ Accounts Receivable Address: Due To Our Computerized Accounts Payable System Please Advise If Your Invoice Address (accounts Receivable) Is The Same As The Address For Orders / Quotes Shown Above Yes ____ Or No ______ If No Provide Complete Details I.e. Box #, Street Address, City Province, Postal Code, Etc. _________________ Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit Manitoba's Retail Sales Tax Yes_____ Or No_____ If No Disregard The Following Paragraph. Manitoba's Retail Sales Tax Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax Yes____ Or No _____ If The Quote Consists Of Both Taxable (t) And Non-taxable ( Nt) Items Please Indicate T Or Nt Opposite Each Item Offered. Payment Terms: Manitoba Will Consider Early Payment Terms. Manitoba's Standard Payment Term Is Net Thirty (30) Days. The Bidder Shall Specify Their Standard Invoice Term: _____________________________ Is There Any Applicable Discounts For Early Payment? Yes _____ No _____ Initial __________ If Yes, Please Specify: _____________________________________________________ Does Your Early Payment Clause Appear On Your Invoice? Yes _____ No _____ Initial __________ Your Quotation Reference # (if Applicable) _________. Proposed Delivery Address: Food Development Center 810 Phillips St Portage La Prairie, Manitoba R1n 4a4 Attn: Robin Young - 204-871-7459 Tenders To Be Returned To: Merx Electronic Bid Submission Www.merx.com
Closing Date30 Jan 2025
Tender AmountRefer Documents 

FEDERAL PRISON INDUSTRIES, INC Tender

Publishing and Printing
United States
Details: Sv0168-25 Paper terms Of Delivery Are F.o.b. Destination To: unicor, Federal Prison Industries, Inc. petersburg Print Factory 1100 River Road hopewell, Va 23804 and unicor, Federal Prison Industries, Inc. sandstone Print Factory 2300 County Road 29 sandstone, Mn 55072 deliveries Are Monday – Friday 8am – 2pm. no Deliveries On Federal Holidays. schedule/deadlines For Solicitation: posting: Friday, January 17, 2025 submit Questions Deadline: Friday, January 24, 2025 question And Answer Posting: Tuesday, January 28, 2025 submission Of Offers And Samples Deadline: February 7, 2025 solicitation Is Issued As A Three (3) Year Firm Fixed Price Indefinite Delivery-indefinite Quantity type Contract With Economic Price Adjustment For Pcu322121322121 Paper, Except Newsprint, Mills, not Seasonally Adjusted. offerors Who Do Not Agree With The Producer Price Index Listed Above Are Required To Submit The price Index That They Believe Is Correct To The Contracting Officer At Least Five (5) Calendar Days prior To The Due Date For Offers. The Index Submitted Will Be Evaluated And Changed By amendment To The Solicitation If Necessary. solicitation Is A 100% Set-aside For Small Business. questions Are Due On Will Be Addressed In Writing To Wesley.newell2@usdoj.gov for A List, Description And Total Estimated Quantities Of All Items, Refer To Section B. offerors Who Have Not Provided Any Solicited Line Item To Unicor, Petersburg Or Sandstone in The Past 12 Months, Are Required To Submit 3 Sheets Of: any Item That Starts With Pcl, ptx0078, pco0035, pbd0041 for Technical Evaluation To Verify Form, Fit And Function Of The Material. Contractors Are Required to Submit The Material By The Closing Date, Friday, February 7, 2025 At 2pm Est. the Shipping Address For The Material Is: Unicor, 1100 River Road, Attn: Lee Walker, factory Manager. Material That Is Not Received By The Closing Date And Time Will Not Be Evaluated and The Proposal Will Not Be Considered Further For Award. Please Note Solicitation Sv0168-25 and Your Company's Name/address On The Packing Slip For The Material That Is Sent. Contractors are Responsible For The Total Cost Of The Sample, Including Shipping Of The Material For Evaluation. see Clause 52.214-20 unicor’s Desired Delivery Is 14 Calendar Days Or Sooner From Receipt Of Each Delivery Order issued. Vendors Are Required To Provide Their Best Manufacturing/delivery Time For Evaluation which Will Be Evaluated Under Technical Factors As A Go/no Go. Delivery Schedule Will Be established At Time Of Award. Delivery Orders Will Be Issued In Accordance With 52.216-19. vendors Shall Submit Signed And Dated Offers By Email To: Wesley.newell2@usdoj.gov. offers Shall Be Submitted On The Sf1449. Omb Clearance 1103-0018. the Date And Time For Receipt Of Proposals Is Friday, February 7, 2025, At 2pm Est. Offer Must indicate Solicitation No. Sv0168-25, Time Specified For Receipt Of Offer, Name, Address And telephone Number Of Offeror, Technical Description Of The Items Being Offered In Sufficient Detail to Evaluate Compliance With The Requirements In The Solicitation, Terms Of Any Expressed warranty, Price And Any Discount Terms. Offer Must Include Acknowledgment Of All Amendments, if Any. the Following Information Is Required To Be Completed By The offeror: sam.gov Uei: _____________________________________________ vendor Point Of Contact: _____________________________________ vendor Phone: _____________________________________________ vendor Email: ______________________________________________ vendor Is Small Business. (y/n): _______________________________ by Submission Of An Offer, The Offeror Acknowledges The Requirement That A Prospective Awardee shall Be Registered In The Sam Database (system Award Management) Prior To Submitting A proposal, During Performance And Through Final Payment Of Any Contract Resulting From This solicitation. _______________________________________________ Signature the Administrative Contracting Officer Is Wesley Newell At Wesley.newell2@usdoj.gov. part I: Information this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The format In Subpart 12.6 As Supplemented With Additional Information Included In This Notice. This announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written solicitation Will Not Be Issued. The Solicitation Number Is Sv168-25, And This Solicitation Is issued As A Request For Proposals (rfp). The Solicitation Document And Incorporated Provisions and Clauses Are Those In Effect Through Federal Acquisition Circular 2024-07. The North american Industry Classification System Code Is 322120. This Requirement Is 100% Set-aside For small Business; Small Business Size Standard For This Solicitation Is 1,250 Employees. unicor, Federal Prison Industries, Inc., Intends To Enter Into A 3-year, Firm-fixed-price, indefinite Delivery-indefinite Quantity Contract For The Following Commercial Item(s): paper Of Various Sizes And Styles, Manufactured To Specification, For The Petersburg Print Factory in Viginia And The Sandston Print Factory In Minnesota. see Section B For Specific List Of Items. contractor Is Required To Keep Adequate Inventory Of Paper Products For Each Item In Their Inventory To Meet Requirements. if Delinquencies Should Arise At Any Time During The Contract Term, Consideration Fees Will Be Taken For Non-excusable Delays, re-procurement Cost, Administrative Costs Incurred And Possible Cost Of Loss Of Customer. the Contractor Must Have A Customer Service Department That Can Respond To Notices Of Damaged Good Within 24 Hours. envelopes Must Be Boxed In The Quantities Specified In The Envelope Item Description. Any Quantity Discrepancies Will Be reported To The Vendor's Customer Service Department, And Shortages Will Be Shipped As Earliest Possible Date. paper Is To Be Shipped "best Commercial Practice" With Weather Barrier Materials Used For Inclement Weather. Cartons Should not Be Stacked To A Height Which Would Cause Them To Crush And Damage The Items. Skids Should Be Wrapped And Banded As Needed. boxes And Cartons Must Be Correctly Labeled, Or The Contractor Will Be: a. Required To Come On Site To Correct The Label, Or b. Send The Correct Labels And Be Charge For The Government To Label The Incorrect Items. certificates Of Conformance Must Be Addressed To Matt Kensy At Matt.kensy@usdoj.gov deliveries Are Made F.o.b. Destination (which Shall Include Transportation Charges). delivery Shall Be 14 Calendar Days After The Receipt Of Each Delivery Order. no Cash-on-delivery (cod) Orders. guaranteed Minimum Order Quantity Of 1,000 Each. Not-to-exceed Quantity For The Life Of The Contract Is Specified For Each Line Item, With No Order Greater Than 1,000,000. items May Be Awarded Individually, Or More Than One Item May Be Awarded To One Offeror. any Contract Resulting From This Solicitation Will Not Be An Obligation. Funds Will Be Obligated By Delivery Orders. notice To Government When Contractor(s) Delays: in The Event The Contractor(s) Encounter Difficulty In Meeting Performance Requirements, Or When there Is An Anticipated Difficulty In Complying With The Delivery Terms Or Completion Dates, Or whenever The Contractor Has Knowledge That Any Actual Or Potential Situation Is Delaying Or threatens To Delay The Timely Delivery/performance Of This Contract, The Contractor Must immediately Notify The Field Administrative Contracting Officers At Unicor In Writing, Giving pertinent Details. This Information Will Not Be Construed As A Waiver By The Government Of The required Delivery Schedule, Or The Governments Rights To Impose Consideration Against delinquencies Or Other Remedies Provided By This Contract. contractor Agrees That Fpi Is In The Category Of The Most Favored Or Best Commercial Customer Category Of The Contractor And As Such, The Contractor Will: during The Contract Period, The Contractor Shall Report To The Contracting Officer All Price Reductions Offered To The Category Of Customers That Are Considered By The Contractor To Be Their Most Favored Or Best Commercial Customer. 1. A Price Reduction Shall Apply To Purchases Under This Contract If, After The Award Date, The Contractor Revises Downward Its Commercial Catalog, Price List, Schedule, Etc., To Its Best Commercial Customers (or Category Of Customers) Below The Awarded Price Under This Contract; ii) Grants More Favorable Discounts Or Terms And Conditions To Its Best Commercial Customers Than Those Contained In This Contract That Would Result In Prices Below The Awarded Price Under This Contract, An/or iii) Grants Special Discounts To Its Best Commercial Customer (or Category Of Customers) That Would Result In Prices Lower Than The Awarded Price Under This Contract. 2. The Contractor Shall Offer The Price Reduction To Fpi With The Same Effective Date, And For The Same Time Period, As Extended To The Commercial Customer (or Category Of Customers).the Contractor May Offer The Contracting Officer A Voluntary Price Reduction At Any Time During The Contract Period. The Contractor Shall Notify The Contracting Officer Of Any Price Reduction Subject To This Clause as Soon As Possible, But Not Later Than 15 Calendar Days After Its Effective Date. future Requirements For These Or Similar Items From This Or Other Unicor Factories May Be Added To The Resulting Contract If Considered To Fall Within The Scope Of Work And The Price Is Determined To Be Fair And Reasonable. invoices Are To Be Mailed To: unicor, Federal Prison Industries central Accounts Payable p.o. Box 11849 lexington, Ky 40578-1849 attn: Supervisory Operating Accountant ph: 1-800-827-3168 or invoices Are To Be Emailed
Closing Date7 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state:oregon city:grants Pass delineated Area: north:i-5 south:w Hardbeck Rd east:w Jones Creek Rd west:lincoln Rd gross Square Feet: 722 - 965 net Square Feet:552 - 690 space Type: Retail gov Parking Spaces (total): 2 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer: Thomas J. Seymour electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: January 31, 2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And 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 Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J – Agency Agreement please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date1 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state:washington city:longview delineated Area: north:longview City Limits south:longview City Limits east:longview City Limits west:longview City Limits gross Square Feet:4,664 net Square Feet:3,631 space Type:retail gov Parking Spaces (total):9 full Term:60 Months option Term:none address:u.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address:cenwsre-rfp@usace.army.mil real Estate Contracting Officerthomas Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: 01/30/2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And 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 Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submittedelectronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Arenot Requiredto Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

U S CUSTOMS AND BORDER PROTECTION USA Tender

Others
United States
Details: Request For Information And Sources Sought office Of Information & Technology (oit) integrated Logistics Division Support Services purpose: this Public Posting Is For Informational, Planning, And Market Research Purposes Only And Constitutes A Request For Information (rfi) And A Sources Sought Request (ssr) Only For United States, Department Of Homeland Security (dhs), Customs And Border Protection (cbp). This Announcement Does Not Constitute A Commitment, Implied Or Otherwise That A Solicitation Or Procurement Will Be Issued. This Is Not A Solicitation, Request For Proposal (rfp), Or Invitation For Bids (ifb). No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. all Information Received Resulting From This Rfi Will Be Used By Cbp For Acquisition Planning And Market Research Purposes Only. However, Your Response May Be Releasable To The Public Under The Freedom Of Information Act (foia), 5 U.s.c. 552, And The Dhs Foia Regulation, 6 C.f.r. Chapter 1 And Part 5. If You Wish Cbp To Consider Any Portion Of Your Response As "confidential Commercial Information", You Should Clearly Mark The Portion As "confidential Commercial Information". The Procedures For Identifying "confidential Commercial Information" Are Set Forth In The Dhs Foia Regulation Cited Above And Are Available On The Dhs Website: Http://www.dhs.gov/xfoia/editorial0579.shtm. Cbp, At Its Discretion, May Request Respondents To This Rfi To Meet With Cbp Program And Contracting Officials And To Elaborate On Information In Their Written Response. Respondents To This Rfi Will Not Be Notified Of Any Results Derived From A Review Of The Information Provided. All Information Contained In This Rfi Is Preliminary And Is Subject To Revision And Is Not Binding On The Government. the Purpose Of This Public Posting Is To Give Contractors The Opportunity To Provide Information Regarding Their Capability To Provide Logistic Support Services. background: the Integrated Logistics Division (ild) Within Eiod Provides Cbp With Centralized Management To Provide The Full Life Cycle Support To Sustain The Inventory Of Interdiction, Inspection, Detection, And Surveillance, Technology At The Highest Operational Readiness Levels Possible. Ild Provides Support Services To The Office Of Field Operations (ofo), U.s. Border Patrol (usbp), And Other Dhs Components. These Support Services Include But Are Not Limited To; Development Of Policy And Procedures, Maintenance Management & Planning, Product Support Management, Help Desk/maintenance Dispatch, Supply Support, Asset Management, Inventory Control, Packaging, Handling, Storage, And Transportation (phs&t), Service Engineering, Reliability Analysis, And Product Line Improvement. draft Requirement Overview: the Contractor Shall Provide The Labor, Supplies, Materials, And Procurement Services To Staff The Ild’s Maintenance Dispatch Center (mdc) And Provide Life Cycle Support Functions To Sustain The Operational Availability Of Systems/equipment Deployed To Sites Within Continental United States (conus) And Outside Continental United States (oconus). Life Cycle Support Functions Encompass Efforts To Perform Preventive, Predictive, And Corrective Maintenance Planning And Execution; To Perform Inspection And Tracking Of Assets; To Perform Warehouse Management, To Relocate Equipment; To Provide Enhancements, Technical Refresh, Or Refurbishment Of Equipment; And To Retire Or Dispose Of The Equipment. the Following Government Facilities And Locations Are Where The Ild Functions Take Place: the Oit Facility Located In Lorton, Virginia Is The Principal Location / Offices Of The Ild Management, Business And Contract Administration, Program Technology Support Staff, And The Nii/rde Repair Depot the Repair Depot In Lorton, Virginia Supports The Hand-held Non-intrusive Inspection (nii), Radiation Detection Equipment (rde), Material Id & Surface Analyzer Instruments, And Other Dhs And Cbp Hand-held Technologies. The Repair Depot Includes The Warehouse Space, Shipping & Receiving Area, Repair Part Storerooms, And Technical Repair Labs. the Intermediate Repair Facility (irf) In Albuquerque (abq), New Mexico Supports The Remote Video Surveillance System (rvss) Components, Agent Support Equipment (ase), And Unattended Ground Sensors (ugs). The Abq Irf Consist Of Offices, Warehouse Space, Shipping & Receiving Area, Repair Part Storerooms, Testing Rooms, And Technical Repair Labs. fielded Nii And Radiation Portal Monitor (rpm) Systems Deployed At Various Sites At: U.s. Land Port Of Entries (lpoes), International Airport(s), U.s. Sea Port(s), International Mail Facility & Consignment Center(s), Oconus International Pre-clearance Airports, And Other Government Facilities. the Acquisition Program Management (apm) And Lead Business Authority (lba) Offices In The National Capital Regioninformation Request: 1) Can You Provide Examples Where You’ve Provided Integrated Logistics Support (ils) For A Federal Government Agency Of A Similar Size And Complexity? 2) Can You Provide Examples In Current (or Previous) Efforts Whereby You Successfully Modernized Logistical Support To Increase Operational Efficiencies? 3) Can You Provide Examples In Current (or Previous) Efforts Whereby You Successfully Performed To Our Current Environment Identified Below Of: A) Bench Repairs Per Year I) Albuquerque – 2,807 Ii) Lorton – 2,184 B) Warehouse Shipping & Receiving / Forklift Operations Per Year I) Albuquerque – 222 Ii) Lorton – 7,644 C) Helpdesk Incident Tickets Generated Per Year I) Lorton Nii/rpm Mdc And Nroc -10,400 Calls D) Repairs Of Technology In The Field Per Year I) Nii/rpm Repairs In The Field - 524 E) Parts Inventory And Re-order Points Per Year I) Albuquerque – 2 Equipment Inventories A Year Ii) Lorton – 2 Equipment Inventories, 15 Repair Part Orders A Year F) Working With Vendors And Managing Warranty Repairs G) Working With Vendors And O.e.m.s On Engineering Support/upgrades H) Project Management 4) Contractors Will Be Expected To Perform On Site (lorton, Va And Albuquerque, Nm). Do You Foresee Any Challenges With Hiring The Appropriate Labor Categories For These Locations? 5) Cbp May Have The Need For Temporary Warehouse Storage Within Accessible Proximity To The Primary Ils Locations. Do You Foresee Any Challenges With This Requirement? 6) Can You Provide Examples In Current (or Previous) Efforts Whereby You Have Successfully Automated The Resolution Of Priority 1 Incidents To Streamline Processes? 7) Can You Provide Examples In Current (or Previous) Efforts Whereby You Have Successfully Provided Stakeholders With Recommendations On Real-time Monitoring And Reporting, To Include Recommendations On Metrics/key Process Indicators (kpis) And Dashboards? 8) Can You Provide Examples In Current (or Previous) Efforts Whereby You Have Successfully Implemented Preventative Maintenance Schedules To Ensure The Availability Of The Equipment? 9) Please Identify The Benefits Or The Risks To The Government With Executing Portions Of The Contract As Firm Fixed Price (ffp)? 10) Based Upon The Requirements Contained In The Sow, How Long During The Transition Period Will It Take To Reach Critical Staffing Percentages With Qualified Personnel? 11) What Are The Vendor’s Plans To Ensure An Expedient And Successful Transition? 12) Are You Aware Of Any Pertinent Pricing Issues That Cbp Should Consider Or Cost Control Measures Which Cbp Should Consider Adopting For This Effort? 13) To Successfully Perform The Requirements Contained In The Sow, What Is Your Proposed Subcontracting Strategy? 14) Based Upon The Sow, What Documentation Would Cbp Need To Provide (e.g., Sops, Guidelines, Etc.) For You To Produce A Viable Proposal For Labor Hours? 15) Are There Any Issues, Comments, Or Questions You Have Regarding The Draft Performance Requirements In This Rfi?  16) What Recommendations Would You Propose To Improve How The Draft Performance Requirements Are Defined To Help You Develop A Comprehensive Proposal? instructions: interested Parties Are Encouraged To Respond To This Notice If They Have The Capability And Capacity To Provide The Identified Services. Please Do Not Submit Capability Statements At This Time. the Due Date And Time For Responses Is No Later Than 2 Pm Est, February 7, 2025. The Rfis Shall Be Submitted Via Email To: Monica.y.watts@cbp.dhs.gov With The Subject Line "integrated Logistics Division Support Services Rfi" To Be Considered. all Responses Must Adhere To The Page Limit Of 15 Pages Total. Please Note, Cover Pages Do Not Count Towards The Page Limit. The Submission Shall Be Logically Assembled. Each Response Section Shall Be Clearly Identified And Shall Begin At The Top Of A Page. All Pages Of Each Response Section Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date, And Referenced Number Listed On The Notice In The Header And/or Footer. attachments: draft Statement Of Work sample Price Format primary Point Of Contact: monica Y. Watts contracting Officer/branch Chief enterprise Network Technology Services (ents) Contracting Branch information Technology Contracting Division dhs Customs And Border Protection 1331 Pennsylvania Ave Nw washington Dc 20029 monica.y.watts@cbp.dhs.gov 571-363-7066
Closing Date7 Feb 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others
United States
Details: Scope Of Work And Specifications For Uscg Station Juneau sewage Lift Station Replacement located At uscg Station Juneau 345 Egan Drive juneau, Ak 99801 commanding Officer united States Coast Guard scope: provide Material And Labor To Replace The Sewage Lift Stations Two Lift Pumps, Rails, Floats, Discharge Piping Contained In The Lift Station, Discharge Cutout Valves With Remote Operators, And The Systems Electrical Controller. System Shall Have An Alarm And Control Panel, Float Actuated Alarms At High Level Alarm, Lead And Lag Pump Floats, Low Level Float Pump Off With Two Inch Insulated Pvc Discharge Pipe. Contractor To Furnish An In-kind Sewage Lift System Meeting The Same Ratings Of The Old System That Includes And All Applicable Valves And Fittings At Us Coast Guard Station Juneau, In Accordance With All Manufacturers Specifications, And General Industry Standards government Facilities And Utilities: electrical Power And Potable Water Are Available On The Site; The Contractor Will Be Permitted To Utilize These Utilities In Performing The Work, Provided That The Existing Systems Are Not Overloaded. Telephone Services Will Not Be Available For Use By The Contractor. period Of Perfomance: once Contractor Is Given The Notice To Proceed, All Long Lead Time Items Shall Be Purchased/ordered By The Contractor. Estimated Delivery Dates To Be Provided To The Cor/ko As They Become Available. Once All Materials Have Arrived On The Job Site, Contractor Will Commence The Replacement Within 5 Business Days And Complete All Work No Later Than 14 Business Days From The Start Of Work. materials And Locations: materials Shall Be Delivered To The Jobsite In Their Original Unopened Packages, Clearly Marked With The Manufacturer’s Name, Brand Name, And Description Of Contents. Storage Shall Be In Accordance With Manufacturer’s Recommendations In A Clean, Dry, Well-ventilated Area. Stored Materials Shall Be Protected From Sunlight, And Kept Away From Excessive Heat. The Contractor Shall Not Store Any Highly Flammable Materials In The Work Area. Sufficient Area For Staging Is Available On Site; Storage Areas Will Be Pre-approved By The Contracting Officers Representative (cor) And/or Contracting Officer (ko). Special Precautions Shall Be Taken To Ensure Construction Materials And Debris Does Not Enter The Roadways And/or Parking Lot. Contractor Is Responsible For Safeguarding All Equipment, Tools, And Materials From Damage And Theft. the Contractor Is Required To Comply With Local Voc Laws And Regulations. All Applicable Material Safety Data Sheets Shall Be Available Upon Request. schedule Of Work: the Contractor Shall Perform All Work During Housing Office Work Hours. The Base Normal Working Hours Are 7:00 Am To 4:00 Pm, Monday Through Friday. If The Contractor Is Going To Work Outside Normal Working Hours, Permission Must Be Obtained From The Ko. contractor Must Submit A Written Request At Least 48 Hours Prior If They Intend To Work Outside Of Business Hours. only The Ko Can Authorize Any Work Hour Changes. existing Conditions: the Offeror Should Visit The Site And Take Such Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, The General And Local Conditions Which Can Affect The Cost Of The Work Thereof. Failure To Do So Will Not Relieve Bidders From Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Government Will Assume No Responsibility For Any Understanding Or Misrepresentations Concerning Conditions Made By Any Of Its Officers Or Agents Prior To The Execution Of The Contract, Unless Included In The Request For Quotes, The Specification, Or Related Documents. site Visit: One (1) Organized Site Visit/walk Be Held On Tuesday, 10 December 2024 At 12:30 Pm (alaska Time). located At uscg Station Juneau 345 Egan Drive juneau, Ak 99801 all Potential Contractors Shall Meet At The Below Location, Have Proper Id & Be Prepared To Sign In. contractors Shall Coordinate Access To The Job Site Through Mkcm Ty Widner Ty.c.widner@uscg.mil 808-388-1486. request Advanced Notification (no Later Than 7 Calendar Days Prior To The Date Of Site Walk). That You Plan On Attending The Site Walk provide The Following Information In Advance Via Email To Both Deno Stamos & Mkcm Widner *name Of Company *cage Code. / Uei *# Of Attendees & Full Name Of Each Individual liability Of Contractor: any Damage To Government Property Caused By The Contractor Shall Be Repaired Or Replaced By The Contractor At No Cost To The Government. The Contractor Shall Not Disconnect Any Service Without Approval From The Cor And/or Ko.the Contractor Shall Be Responsible For Cleanup And Disposal Of All Waste Generated Due To The Work Performed. All Waste Generated Shall Be Disposed Of In Accordance With All Federal, State, And Local Regulations And Laws, And Be The Responsibility Of The Contractor. No Waste Or Materials Shall Remain On Site After Work Is Accepted. inspection And Acceptance: The Cor And/or Ko Will Accomplish Inspection And Acceptance Of Work. safety: The Contractor Is Wholly Responsible For Work Site Safety. The Contractor Shall Implement A Safety Program That Protects The Lives And Health Of Personnel In The Construction Area, Prevents Damage To Property, And Avoids Work Interruptions. To Accomplish This End, The Contractor Shall Provide Appropriate Safety Barricades, Signs, Signal Lights, Etc. As Well As Complying With The Requirements Of All Federal, State And Local Safety Laws, Rules, And Regulations.government Facilities And Regulations: The Contractor, Their Employees, And Any Sub-contractors Shall Become Familiar With And Obey All Coast Guard And Local Unit Regulations. All Personnel Employed On The Project Shall Keep Within The Limits Of The Work Area, And Shall Not Enter Any Other Area Outside Of The Work Site Unless Authorized To Do So In The Performance Of Their Duties. There Shall Be No Smoking In Any Coast Guard Building. technical Requirements: general: The Contractor Shall Provide All Labor, Materials, Tools, Equipment, Supervision, Engineering Services, And Transportation Necessary To Replace With In-kind Lift Station To Include All Required Valves, Pipe Fittings And Electrical Connections, Electronic Controls, And Monitoring Devices. the Contractor Shall Consider All Risk To Equipment And Personnel And Incorporate Safe Work Practices, Hazard Analysis, And Hazard Mitigation Procedure To Ensure The Risks And Hazards Of The Proposed Work Are Mitigated. The Contractor Shall Participate In All Utility Outages And Lock Out Tag Out Procedures Required To Isolate Energy Sources And Set Up The Work Site Of The Performance Of The Work. contractor Shall Provide Proof Of Experience And Qualification To Perform Work. once New Lift Station System Has Been Tested And Commissioned For Service, Contractor Will Provide The Coast Guard All Manuals And Instructions For All Equipment Installed. Contractor To Also Provide Copies Of All Test Results Associated With Commissioning This System. any Additional Materials, Parts, And/or Labor Not Covered Under This Statement Of Work Will Require Prior Approval With Written Quote Submitted To Sector Southeast Ak. government Furnished Equipment: N/a delivery Schedule The Contractor Shall Deliver To Location / Fob Destination Within [specified Time Frame] From The Date Of Contract Award. note: This Requirement Is Lowest Priced, Technically Acceptable (lpta) In Accordance With Far 13 Simplified Acquisition Procedures. any Shipping Costs To Required Delivery Address Shall Be Included In Final Contractors Priced Quote. liability Of Damages: The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur Because Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers The Public, And The Property Of Others. payment Terms Will Be As Specified In Subsequent Purchase Order/ Contract Award Documentation Which Is (net 30) Upon Completion Of All Work. point Of Contact: for Any Questions Or Clarifications Regarding This Requirement, Please Contact The Contracting Officer(ko) Via Email At Least 10 Business Days Before Closing Date/time Of This Request For Propsal (rfp). closing Date & Time: Proposals/quotes And Any Supporting Documentation Shall Be Received No Later Than: 3:00 Pm Alaska Time Zone On: tuesday,7 January 2025 To The United States Government Contracting Officer Listed Herein. Deno.a.stamos@uscg.mil note: In Accordance With Federal Acquisition Regulation 36.204, (disclosure Of The Magnitude Of Construction Projects). the Estimated Price Range Is $25,000-$100,000 Us Dollars. supporting Documenation--internal Document #70z04524pkodi0113==project/task # Ucgi43jy24 / 3cceuworko deno Stamos senior Field Contracting Officer (sfco) uscg Ketchikan deno.a.stamos@uscg.mil
Closing Date8 Jan 2025
Tender AmountRefer Documents 
7371-7380 of 7690 archived Tenders