Transportation Tenders

Transportation Tenders

Department Of Agriculture Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( For Breeding Goats) 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (₱1,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( For Breeding Goats ) . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental (for Breeding Goats). Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy, Electrical Permit & Other Clearances); Project Bilboard/signboard (coa Recommended); Occupational Safety And Health Program ; Part B. Earthworks: Clearing And Grubbing ; Structure Excavation (hard Rock); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Reinforcing Steel (column Footing); Structural Concrete (column Footing); Reinforcing Steel (column); Structural Concrete (column); Reinforcing Steel (girder Beam); Structural Concrete (girder Beam); Reinforcing Steel (wall Footing); Structural Concrete (wall Footing); Reinforcing Steel (slab On Fill); Structural Concrete (slab On Fill); Formworks And Falseworks; Part D. Finishing: Cement Plaster Finish; Part E. Masonry Works: 100 Mm Chb Non Load Bearing (induding Reinforcing Steel); Part F. Metal Structures: Structural Steel Roof Framing; Metal Structure Accessories (anchor Bolts) ; Metal Structure Accessories (turnbuckle); Structural Steel (railings Including Fabricated Steel Door, Steel Plate, Louver With Frame & Accessories); Feeding Trough; Slotted Floor; Stair; Part G. Wood Frame: Floor Joist Frame; Part H. Roofing Works: Prepainted Metal Sheets (rib Type, Long Span, Above 0.427mm Thick); Fabricated Metal Roofing Accessory (ridge Roll/end Flashing/flashing); Part I. Electrical Works: Conduit Works, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures; Part J. Painting Works: Painting Works (metal Painting); Boq Notes:1.the Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project.;2.ocm Includes: (a) Overhead Expenses - Engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractor's All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events; (c)miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Da-nordc, Bonbonon, Siaton, Negros Oriental. Completion Of The Works Is Required Within Ninety (90) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Dump Truck (12 Yd³); One (1) Leased Backhoe (0.80m³) ; One (1) Leased Backhoe W/breaker (0.80m³); One (1) Leased Plate Compactor; One (1) Owned One-baggger Mixer; Two (2) Owned Bar Cutter; Two (2) Owned Bar Bender; One (1) Owned Cutting Outfit; Three (3) Owned Welding Machine ; Three (3) Owned Metal Cutter And Technical Personnel Required One (1) Project Engineer; One (1) Foreman; Eight (8) Unskilled; Four (4) Carpenters; Three (3) Mason; Three (3) Welders; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Five Hundred Pesos (₱1,500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)

Department Of Tourism Tender

Others
Philippines
Details: Description Terms Of Reference Procurement Of Photo Documentation And Video Content Production Services In Participation To The 37th Mango Tee Invitational Golf Tournament 30 January 2025 – 8 February 2025 Alabang, Muntinlupa City I. Objectives 1. Promote Local Tourism: The Mango Tee Invitational Golf Tournament Attracts Participants And Spectators From Various Regions, Offering An Excellent Platform To Showcase Local Attractions, Culture, And Hospitality. Sponsoring The Event Aligns With The Department's Mission To Promote Tourism As A Vital Economic Driver. 2. Brand Visibility: Provide Sponsorship With The Benefit Of Having A Direct Platform To Engage In Influential Audiences Through Featured Promotion Including Logo Placements And Booth Display During The Entire Duration Of The Event, Quarterly Newsletters, Digital Signages, And Social Media Community Group Of Alabang Country Club. 3. Honor Sporting Excellence: Acknowledge The Accomplishments Of Golfers Who Have Demonstrated Their Talent And Sportsmanship During The Tournament, Promoting A Spirit Of Camaraderie And Celebration Among All Participants. 4. Strengthen Partnerships: Develop And Reinforce Collaborations Between The Department Of Tourism, Event Organizers, Sponsors, And Stakeholders Fostering Long-term Collaborations For Future Golfing Events And Tourism Initiatives. 5. Media Coverage: Achieve Comprehensive Media Coverage And Publicity For The Event, Positioning The Philippines As A Premier Destination For Golfers And Attracting Future Participants And Spectators Including Industry Leaders, Foreign Investors, And Key Influencers. 6. Leave A Lasting Impression: Ensure That The Grand Awarding And Raffle Night Dinner Serves As A Remarkable Conclusion To The Tournament, Providing Participants, Sponsors, And Guests A Positive Perception Of The Philippines As A Distinguished Host Destination. Ii. Minimum Requirements For Supplier: A. Must Provide All Equipment Necessary For The Shoot (i.e, Cameras, Tripods, Lighting, Etc.); B. Must Be Equipped With Professional-level Camera Equipment (at Least Full Frame Cameras For Still Photography, And At Least Micro-four Thirds For Video; C. Must Be A Professional Photo And Video Production Services For The Last Three (3) Years; D. Must Have Covered At Least Thirty (30) Golf-related Events Both Local And/or International For The Last Seven (7) Years; E. Must Be Accredited With The Philippine Government Electronic Procurement System (philgeps); And F. Must Be Willing To Provide Services On A Send Bill Arrangement. Iii. Scope And Work Deliverables Inclusive Dates: January 30, 2025 – Ceremonial Tee Off February 1, 2025 – First Day Of The Tournament February 8, 2025 – Last Day Of The Tournament And Grand Awarding Night Particulars Remarks A. Photo Documentations • Photography Of Event Highlights For All Three Dates; • Aerial Footage Using Drones; • At Least Two (2) Copies Of Printed And Electronic Narrative Documentation Report; • Compilation Of Photo Documentation In An External Hard Drive And A Google Drive Link; • Equipment: Camcorders/ Dslrs/ Mirrorless/ Ptz/ Broadcasting/ Action Cameras And Dedicated Cameras For Documentation Purposes; And • Photography Team B. Video Documentations • Videography Of Event Highlights For All Three Dates; • Aerial Footage Using Drones; • At Least Two (2) Copies Of Printed And Electronic Narrative Documentation Report; • Compilation Of Video And Photo Documentation In An External Hard Drive And A Google Drive Link; • Equipment: Camcorders/ Dslrs/ Mirrorless/ Ptz/ Broadcasting/ Action Cameras And Dedicated Cameras For Documentation Purposes; And • Videography Team C. Same Day Edits • Conceptualize, Shooting, And Production Of Same Day Edit Videos For All Three Dates (presentation For Playback During The Ceremonial Tee-off, First Day And Last Day Of The Tournament, And A Separate Sde For The Awarding Night). • Final Output Must Be High-resolution Of At Least 1080p; • Video Must Be Professionally Post-processed, Color-graded And Corrected, And Inclusive If Audio Scoring, Ready For Web Broadcast And Commercial Use; • Provision Of A Full Production Team To Include Photography Team, Videography Team, Drone Operator, Video Editor, Etc.; And • At Least 1tb Hard Disk Drive D. Audio-visual Presentations • Conceptualize, Shooting, And Production Of An 8-10 Minutes, Trimmed Down To 3-4 Minutes Avp Featuring The Alabang Country Club, Inc. • Final Output Must Be High-resolution Of At Least 1080p; • Video Must Be Professionally Post-processed, Color-graded And Corrected, And Inclusive If Audio Scoring, Ready For Web Broadcast And Commercial Use; • Provision Of A Full Production Team To Include Photography Team, Videography Team, Drone Operator, Video Editor, Etc.; And • At Least 1tb Hard Disk Drive  All Concepts And Materials (raw And Edited) Formulated And Designed With This Project Shall Be Owned By Dot With Full And Exclusive Rights On Its Future Use;  All Materials Produced During The Period Of Engagement Shall Be Amenable To Edit At No Cost To The Dot; And  Must Be Inclusive Of Food And Transportation Of The Whole Team For Three (3) Days. Provide Photo And Video Documentation And Video Content Production Of The Following Event Components: Date Description Event Components January 30, 2025 Ceremonial Tee-off • Arrival Of The Players • Opening Ceremony • Shots Of Teeing Off, Action Shots On The Course, And Scenic Views Of The Alabang Country Club, Inc. • Close-ups Of Course Features • 1000 Players February 1, 2025 First Day Of The Tournament • Arrival Of The Players • Opening Ceremony • Action Shots On The Course, And Scenic Views Of The Alabang Country Club, Inc. • Aerial Views Or Wide Shots Of The Golf Course And Surrounding Landscapes • Photos And Videos Of Tournament Highlights • 1000 Players February 8, 2025 Last Day Of The Tournament & Awarding Night • Arrival Of The Guests And Players • Venue Set-up And Decorations • Opening Ceremony • Shots Of Teeing Off, Action Shots On The Course, And Scenic Views Of The Alabang Country Club, Inc. • Aerial Views Or Wide Shots Of The Golf Course And Surrounding Landscapes • Photos And Videos Of Tournament And Awarding Night Highlights • Candid And Posed Shots Of Attendees, Including Players, Vips, Sponsors, And Event Organizers • Closing Remarks And Farewell Shots • 1000 Players And Participants Submission Of Draft To End-user: Within Three (3) To Five (5) Working Days After The End Of Event. Approval Of The Draft By The End-user: Within Ten (10) Working Days Upon Receipt Of The Drafted Audio-visual Presentation. Submission Of Final Output To End-user: Must Be Not Later Than March 7, 2025. Iv. Budget The Total Budget Is Five Hundred Nine Thousand One Hundred Seventeen Pesos And 33/100 (₱ 509,117.33), Inclusive Of Applicable Taxes And Should Cover All Requirements Enumerated Above. The Winning Bidder Shall Be Determined Based On The Proposal With The Most Advantageous Financial Package Cost, Provided That The Amount Of The Bid Does Not Exceed The Above Total Budget. V. Payment Terms Terms Of Payment To The Winning Bidder Shall Be In Accordance With The Government Procedure (send Bill Arrangement). Failure To Comply With The Terms And Conditions Of The Contract Will Result In The Payment Of Corresponding Penalties And Liquidated Damages In The Amount Equal To Ten Percent (10%) Of The Contract Price By The Winning Bidder. Vii. Contact Information Ms. Lea Jane L. Maputi / Ms. Claudette Ann Palomar Product Development Of Golf Tourism And Special Projects Mobile No.: +639 469 282 817/ +639 619 844 325 Phone No.: +632 8459 5200 To 5230 Loc 428 Email Address: Pdgtsp@tourism.gov.ph Prepared By: Lea Jane L. Maputi Too I And Project Officer Approved By: Lyle Fernando H. Uy Director, Office Of Product Development Of Golf Tourism And Special Projects
Closing Date29 Jan 2025
Tender AmountPHP 509.1 K (USD 8.6 K)

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+2Others, Construction Material
United States
Details: This Is A Sources Sought Synopsis For Little Rock Afb Base Pavements Idiq. Please Note That This Sources Sought Does Not In Any Way Obligate The Government To Award A Subsequent Contract. This Sources Sought Is For Market Research And Planning Purposes To Determine If Responsible Sources Exist And To Assist In Determining If This Effort Can Be Competitive. experience Required Is As Follows: - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience With Airfield Maintenance/repair And Successfully Completing Work Types Listed Below On An Active Airfield. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Chemical Detergent, Avion 50 (chemteck Incorporated), Or Equal For Rubber Removal From Airfield Pavements. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Ultra-high Pressure, Low Volume Water Blasting Equipment For Paint Removal From Airfield Pavements. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In New And Existing Layout, Preparation, And Painting Of Airfields And Roadways. the Principal Features Of The Work For Airfield Pavements Shall Consist Of But Are Not Limited To The Following: 1. Temporary And Permanent Airfield Markings. 2. Install Erosion Control Measures. 3. Seal Joints. 4. Spall Repair. 5. Bitumen Rejuvenation. 6. Random Crack Repair. 7. Rubber Removal 8. Friction Testing 9. Remove And Disposal Of Concrete Pavements. 10. Remove, Crush, And Stockpile Concrete Pavements. 11. Asphalt Cold Milling And Disposal Of Milled Material. 12. Asphalt Cold Milling And Stockpile Milled Material 13. Placing, Grading, And Compacting Government Provided Crushed Concrete And Asphalt Millings. 14. Construction Of New Concrete Pavements. 15. Groove The Runway Surface. 16. Install New Tie-downs In New Or Existing Pavement. 17. Placing Hot Mix Asphalt. 18. Install Subdrains. 19. Grading Airfield Areas To Meet Airfield Criteria 20. Hydroseed And Or Sod Disturbed Areas. 21. Providing Temporary Airfield Lighting During Construction. 22. All Concrete Repairs Require Class F Fly Ash In Mix Design. the Principal Features Of The Work For Civil Works Shall Consist Of But Are Not Limited To The Following: 1. Geographic Information Survey (gis) And As-built Drawings 2. Storm Water Pollution Prevention Plan (swppp) Implementation To Little Rock Afb And Arkansas Department Of Environmental Quality (adeq) Standards 3. Demolition Of Concrete, Asphalt And Various Structures 4. Concrete Work 5. Architectural Barriers Act (aba) And The Americans With Disabilities Act (ada) Ramps, Handrails, And Site Work 6. Site Work: Excavation To Grade, Grading, Compacting, Various Materials, Clearing & Grubbing, Selective Tree Cutting, And Demolition. 7. Landscape Establishment: Topsoil, Trees, Sodding, Seeding. 8. Concrete Joint Sealant 9. Asphalt Maintenance: Crack Sealant, Rejuvenation, Slurry Seal 10. Bollard Installation- Various Types Including Lighted 11. Valve, Meter, Hydrants Adjustments 12. Arkansas Highway And Transportation Department (ahtd) Standards Roadway Construction 13. Asphalt Construction 14. Asphalt Cold Milling 15. Roadway Maintenance Of Traffic And Traffic Control Devices 16. Lrafb, Ahtd, And Federal Highway Administration (fhwa) Pavement Markings And Signage 17. Culvert Installation, Modifications, And Safety End Sections 18. Drop Inlet, Curb Inlet, Junction Box Repair, Adjustments, Installation And Modifications 19. Underdrain Installation 20. Concrete Steps And Sidewalks 21. Traffic Detection Loop Installation And Repair 22. All Exterior Concrete Repairs Require Class F Fly Ash In Mix Design. performance Location: Little Rock Afb, Ar And Remote Locations Blackjack Drop Zone Near Romance, Ar; All American Landing Zone Camp Robinson, Ar; And Communication Site Near Cabot, Ar. period Of Performance (pop): The Period Of Performance Is Expected To Be Either: one (1) Twelve (12) Month Base Contract Period With Five (5) Twelve (12) Month Option Periods Or one (1) Twenty-four (24) Month Base Contract Period With Four (4) Twelve (12) Month Option Periods naics Codes: The Base Pavements Idiq Will Be Within The Following North American Industry Classification System (naics) Code Sectors And Subsectors: sector/subsector Size Standard sector 23 – Construction subsector 237 – Heavy And Civil Engineering Construction $39.5m 237310 – Highway, Street, And Bridge Construction $39.5m this Is A Sources Sought Synopsis Only And Not A Request For Proposal (rfp). No Solicitation Is Being Issued At This Time And This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. Contractors Are Highly Encouraged To Submit A Package Containing The Information Below To The Government As A Result Of This Sources Sought Notice. Responses Will Not Be Returned. No Entitlement To Payment Of Any Costs To The Government Will Arise As A Result Of Contractor Submission Of Responses Or The Government’s Use Of Such Information. Information Requested Is For Sources That Have The Capability And Financial Means To Handle An Indefinite-delivery Indefinite-quantity For Airfield Pavements/civil Works That Allows Civil Engineering To Have Projects Accomplished At An Accelerated Pace Without Competition Utilizing A Pre-priced Contract With Line Items. information Requested Outlined In The Below Paragraphs Is To Be Emailed To Ms. Jennifer Bradford At Jennifer.bradford.2@us.af.mil, Sra Lucas Navas At Lucas.navas@us.af.mil, Ms. Rachel Italiano At Rachel.italiano.1@us.af.mil, And Mr. Arthur Brown At Arthur.brown.17@us.af.mil, No Later Than 7 January 2025, 1:00 P.m. Cst. in Accordance With Far 52.204-7 – System For Award Management, Contractors Must Be Registered In The System For Award Management (sam) Database Via Https://sam.gov. Prime Contractors Must Be Us-owned Entities Who Intend To Submit A Package For This Sources Sought. 1. Company Information: -name -business Address -point Of Contact -telephone Number -e-mail Address -uei Number / Cage Code Number -business Size In Relation To The Naics Code Size Standard Assigned To This Acquisition -number Of Employees -number Of Years In Business, Etc. -a Positive Statement Of Your Intention To Submit A Proposal For This Solicitation As A Prime Contractor. 2. Socio-economic Status (e.g., Small Business, Hubzone, 8(a), Service Disabled Veteran Owned Small Business (sdvosb)), And Any Associated Documents Of Such Status, Certification Or Approvals. 3. Prime Contractors Shall Be Capable Of Securing Bonding Up To The Amount Of The Task Order (payment, Performance, Etc…). Provide Your Bonding Capacity Per Contract And Aggregate. 4. Provide A Point Of Contact To Assist In Market Research To Determine Solicitation Set-aside, If Any. 5. Demonstrate Your Ability To Execute Multiple Task Orders Concurrently 6. Summarize Projects That Show Your Capabilities And Past Performance. The List Of Relevant Projects May Include Names Of Project Team Members And Firm, Point Of Contact (contracting Officer And Quality Assurance Evaluator/inspector) With Titles, Phone Numbers, Project Scope, Type Of Contract, And Percentage Of Work Completed As The Prime Contractor. all Of The Above Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Small Business Concerns.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

DEPT OF DEFENSE EDUCATION ACTIVITY DODEA USA Tender

Education And Training Services
United States
Details: Sources Sought Announcement contracting Office Address: department Of Defense Education Activity (dodea), Facilities Procurement Branch, The Mark Center, 4800 Mark Center Drive, Alexandria, Virginia 22350. introduction: the Department Of Defense Education Activity (dodea) Is Issuing This Request For Information (rfi) As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For The Dodea Facilities Asset Management Program (fam). This Rfi Is An Opportunity For Industry To Assist In Further Refining Dodea’s Potential Contracting Approaches For Fam. The Intent Is For Industry To Share Their Experiences With Similar Efforts And To Provide Comments And Suggestions On The Candidate Concepts And Objectives In This Rfi. The Government Plans To Use The Information Provided By Industry To Develop A Comprehensive Procurement Strategy And A Fam Solicitation. Any Information Used Will Be On A Non-attribution Basis. This Will Be An 8(a) Competitive Award. dodea Operates A Diverse And Geographically Dispersed School District For 68,000 Military Connected Students In 7 States And 11 Countries And Territories. Dodea’s Goal Is To Provide An Exemplary Education That Inspires And Prepares All Students For Success In A Dynamic, Global Environment. One Of The Prerequisites For Meeting This Goal Is To Ensure That All Schools Meet The Dodea Standard For Providing Safe, Secure, And Well-managed Environments That Focus On Student Achievement. Dodea Supports Its Field Facility Organizations By Providing Standardized Tools And Consistent Performance Metrics To Assist Them In Their Management Of Facility Assets. requirement Description: maintenance Services Are Required To Maintain A Safe, Healthy, And Sanitary School Environment For All Faculty And Students Within Dodea. The Government Seeks To Provide A Full-service Contract To Support All Operational, Management, And Preventative Maintenance To Ensure That Dodea School Assets Are Managed In Accordance With The Objectives And Standards Outlined Within This Performance Work Statement (pws). Therefore, This Requirement Calls For Continuous Effort On The Part Of The Contractor To Ensure That The Safety And Functionality Of All Dodea Facilities Are Maintained Throughout The Life Of The Contract. scope Of Work. The Contractor Shall Provide All Management, Personnel, Labor, Equipment, Tools, Vehicles, Materials, Supervision, Subcontracts, Transportation, Other Items/services Necessary To Perform All Operations, Inspections, Technical Support, And Facility Management Support Tasks And Functions For All Dodea Facilities As Defined In The Pws. The Contractor Shall Conduct Building And Facility Surveys, Condition Assessments, Data Collection, Reporting, And Database Management (planning, Documenting, Tracking, And Reporting Data/findings). Work Shall Be Performed And Documentation Shall Be Maintained To The Standards Set Forth In This Contract, The Asbestos Hazard Emergency Response (ahera), And All Other Applicable Codes And Regulations To Ensure Full Compliance With Applicable Codes And Standards. The Contractor Will Be Required To Provide And Manage A Full-service Fam Program For All Dodea Installations. The Major Elements Of The Services Required Include: 1. Asbestos Hazard Emergency Response (ahera) Inspections And Reports 2. Facility Condition Assessment (fca) Reports (no Remediation Services) 3. Facility Utilization Survey (fus) Drawings And Database Monitoring/updates 4. Real Property Inventory (rpi) Reports, Reconciliation, Tech Support/database Management, Mitigation And Tracking. 5. Database Management, Maintain A Database For All Data Collected Under This Contract. 6. Transition-in/out. period Of Performance: base Year Plus Four (4) One (1) Year Option Periods. place Of Performance: dodea Has Approximately 700 Buildings That Accounts For Approximately 20m Gross Square Feet In The Continental United States And Outside The Continental United States. Dodea Requires Field Assessments On A Region Per Year Which Is About One Third Of The Portfolio Inventory. sources Sought: the Anticipated North American Industry Classification System Code (naics) For This Requirement Is 541620 – Environmental Consulting Services, With The Corresponding Size Standard Of $19.0 M. This Sources Sought Synopsis Is Requesting Responses To The Following Criteria From All Sources That Can Provide The Required Services Under The Naics Code. If An Alternative Naics Code Is More Appropriate, Please Provide Recommended Codes With Description And Rationale In Your Response. the Responder Is To Provide Answers To The Following Questions: • Do You Have An Accounting System? Date Of Last Audit? Who Performed? Determined Adequate/inadequate? • Are You Interested In: Prime Contract? Teaming To Include Joint Venture? Subcontractor Opportunities? • Please Provide A Listing Of All Active Government-wide Ordering Contracts Currently Held By Your Company That May Accommodate The Scope Of This Requirement. Provide The Contract Number, The Name Of The Contractor, And The Current Period Of Performance Of The Contract. • Include Additional Details That Are Not Already Requested Based On The Constraints Of The Information Request. • Provide Relevant Details Of The Same Or Similar Service Offered Or Made To The Government Entities In The Last Three (3) Years. Relevant Details To Dodea’s Proposed Acquisition Should Include, But Not Be Limited To: o Information Regarding The Size And Length Of The Effort; o Ability To Perform As A Prime Or Subcontractor; o Customary Practices (warranty, Financing, Discounts, Contract Types, Etc.) Under Which The Sale Of The Service(s) Is Made; o Any Security Details; the Responder Is Invited To Provide Information And Recommendations For Fashioning This Proposed Acquisition. Recommendation Areas May Include: • Information Regarding Performance Requirements - What To Evaluate, How To Evaluate, And The Performance Standards With Acceptable Quality Levels That Are Similar To Those Utilized In Similar Efforts. • What Is A Recommended Type Of Contract For This Type Of Service Broken Out By Clin (e.g. Ffp, Fpif Cpif)? • Anticipated Contract Terms & Conditions, Incentives, Variations In Delivery Schedule, Price And/or Cost Proposal Support • Evaluation Criteria submission Details: interested Parties Are Directed To Respond To This Rfi With A White Paper In Microsoft Word For Office Or Compatible Format And Shall Not Exceed 25 Pages. Pages Shall Have A One (1) Inch Margin On All Sides. Font Type Shall Be Times New Roman 12 Point And Include The Following: 1) Company Information (name, Physical/mailing Address, Unique Entity It, Cage Code, Phone No., Website Address); 2) Company Point Of Contact (name Of Primary/alternate Pocs, Title, E-mail, Phone No.); 3) Description Of Principle Business Activity; 4) Naics Recommendation For This Procurement; 5) Business Size And Status; 6) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated To Deliver Technical Capability, Address The Administrative And Management Structure Of Such Arrangements And Response To The Questions Above. vendors Who Wish To Respond To This Sources Sought Should Send Responses Via Email Nlt 1:00 Pm Eastern Standard Time (est) January 13, 2025 To Ms. Emani Gray At Emani.gray@dodea.edu. Interested Vendors Should Submit A Response That Demonstrates The Ability To Meet The Requirement As Listed In The Requirement Description Paragraph Above. disclaimer: this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received That Is Marked Proprietary Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned.all Government And Contractor Personal Reviewing Responses Will Have Signed Non- Disclosure Agreements And Understand Their Responsibility For Proper Use And Protection From Unauthorized Disclosure Of Proprietary Information As Described 41 Usc 423. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Not Properly Identified.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Laboratory Equipment and Services
United States
Details: This Notice Has Been Amended To Allow Accessibility On The Iee Form. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation No. 75h71325q00015 [ul(1]has Been Issued As A Brand Or Equal Request For Quotation For A Firm Fixed Price Commercial Items Supply Purchase Order, For Supply And Delivery Of Two (2) Each Piccolo Express Analyzer With 5-year Warrant Include Clia Waived Panels For Testing, 7 Each Comprehensive Metabolic Panel, 7 Each Basic Metabolic Panel, 7 Each Lipid Panel Plus, 7 Each General Chemistry 13, And Metilyte 8 Panel To Wellpinit Service Unit At David C. Wynecoop Memorial Clinic, Wellpinit, Washington. The Required Delivery Date Is 60 Days. The Delivery Location And Place Of Acceptance Is 6203 Agency Loop Road, Wellpinit, Wa 99040, F.o.b. Destination. additional Salient Specification[ul(2]s. Fully Automated System Requires No Special Operating Skills. Estimated 12 Minutes Run Time, 0.1cc Whole Blood, Serum Or Plasma, Delivers Multi-analyte Panels Including Clia-waived Lipids, Liver Enzymes And Glucose Monitoring, Self-calibrates With Every Test Run, Built-in Iqc™ Eliminates Daily Liquid Control Testing, Walk-away Operation, Full-color Touch Screen With Intuitive User Interface, Results Are Printed On A Self-adhesive Hard Copy Or Via Electronic Transfer, Allowing, Immediate Access To Critical Information At The Point-of-care clia Waived Tests: Comprehensive Metabolic Panel Alb, Alp, Alt, Ast, Bun, Ca, Ci-, Cre, Glu, K+, Na+, Tbil, Tco2, Tp, Basic Metabolic Panel Bun, Ca, Ci-, Cre, Glu, K+, Na+, Tco2, Lipid Panel Chol, Chol/hdl*, Hdl, Ldl*, Trig, Vldl*, Lipid Panel Plus Alt, Ast, Chol, Chol/hdl*, Glu, Hdl, Ldl*, Trig, Vldl*, Liver Panel Plus Alb, Alp, Alt, Amy, Ast, Ggt, Tbil, Tp, General Chemistry 6 Alt, Ast, Bun, Cre, Ggt, Glu, General Chemistry 13 Alb, Alp, Alt, Amy, Ast, Bun, Ca, Cre, Ggt, Glu, Tbil, Tp, Ua, Electrolyte Panel Cl-, K+, Na+, Tco2, Kidney Check Bun, Cre, Basic Metabolic performance Monitoring (if Applicable). Centrifugal And Capillary Forces Mix And Dilute The Reagents And Sample In A Self-contained, Disposable Reagent Disc — Lessening Opportunities For Procedural Errors, Built-in Intelligent Quality Control (iqc™) Meets Clia And Nccls Guidelines, Iqc™ System Performs Continuous Quality Control Checks On Every Run Every Self-contained Reagent Disc Is Barcoded For Automatic Self-calibration the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Dated 01/17/2025. [dr(3]the Provision At 52.212-1, Instructions To Offerors – Commercial, Applies To This Acquisition. The Provision At 52.212-2, Evaluation – Commercial Items, Applies To This Acquisition. The Following Factors Shall Be Used To Evaluate Offers: Price And Brand Name Or Equal. Offerors Are Advised To Submit A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications – Commercial Items, With Its Offer. The Clause At 52.212-4, Contract Terms And Conditions – Commercial Items, Applies To This Acquisition. The Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items, Applies To This Acquisition And These Clauses: far 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address: Http://www.acquisition.gov. 52.202-1, Definitions (jun 2020), 52.204-7, System For Award Management (nov 2024),, 52.229-3, Federal, State, And Local Taxes (feb 2013), 52.229-4, Federal, State, And Local Taxes (state And Local Adjustments) (feb 2013), 52.232-1, Payments (apr 1984), 52.232-8, Discounts For Prompt Payment (feb 2002), 52.232-17, Interest (may 2014), 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018), 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023), 52.233-1, Disputes (may 2014), 52.233-3, Protest After Award (aug 1996), 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984), 52.237-3, Continuity Of Services (jan 1991) Department Of Health And Human Services Acquisition Regulation (hhsar) (48 Cfr Chapter 3) Clauses Incorporated By Reference:), 352.239-73, Electronic And Information Technology Accessibility Notice (dec 2015), 352.239-74, Electronic And Information Technology Accessibility (dec 2015), 352.203-70 Anti-lobbying (dec 2015), 352.208-70 Printing And Duplication ( Dec 2015) 352.223.223-70 Safety And Health (dec 2015), 352.227-70 Publications And Publicity (dec 2015), 352.232-71electronic Submission Of Payment Requests Electronic Submission Of Payment Requests (feb 2022) Far 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This Address: Http://www.acquisition.gov.this Requirement Is Aside To Indian Small Business Economic Enterprise. The Naics Code Is 334516 And The Small Business Size Standard Is 1000 Employees. quotation Instructions: quote Shall Include A Catalog To Ensure That The Proposed Equipment Meet All The Required Specifications And Must Adhere To The Brand-name Of Equal Provisions. Price Shall Include All Necessary Supervision, Management, Labor, Transportation, Equipment, Materials, Any Other Direct Incidental Costs, Overhead And Profit, Unless Identified As A Separately Priced Contract Line Item. Quotes Shall Be Submitted To Poraoacquisition@ihs.gov And Must Include The Solicitation Number In The E-mail Subject Line. award Will Be Made To The Responsible Respondent Pursuant To Far Subpart 9.1. For Information Regarding This Solicitation, Contact Lesley.utter@ihs.gov Andporaoacquisition@ihs.gov.
Closing Date14 Feb 2025
Tender AmountRefer Documents 

Philippine International Trading Corporation Tender

Others
Philippines
Details: Description Request For Quotation Renewal Of Seventy-five (75) Licenses Of Bitdefender Gravityzone Business Security Premium For Pitc Msd-rfq-2025-02-001 The Philippine International Trading Corporation (pitc) Intends To Apply The Sum Of One Hundred Sixty-one Thousand One Hundred Pesos Only (161,100.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Renewal Of Seventy-five (75) Licenses Of Bitdefender Gravityzone Business Security Premium For Pitc More Particularly Described As Follows: Item Description Quantity Term Abc (vat Inclusive Price (php) Bitdefender Gravityzone Business Security Premium 75 Licenses 1 Year 161,100.00 In View Of This, We Request Suppliers To Submit Quotation With The Following Requirements, Terms, And Conditions For Compliance: 1. Minimum Requirements: A) Submission Of Valid And Current Certificate Of Philgeps Registration (platinum Membership*) Or A) Registration Certificate From The Securities And Exchange Commission (sec) For Corporations, Or From The Department Of Trade And Industry (dti) For Sole Proprietorship, Or From Cooperative Development (cda) For Cooperatives; B) Business/mayor’s Permit For 2025 Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located. C) Income/business Tax Return D) Philgeps Registration Number 2. Technical Requirements: 1. Completely Filled Out Pitc Technical Proposal Form (annex “a”) Which Contains The Required Technical Specification Of The Above Item. 2. Submit A Brochure Or Technical Data Sheet Showing Compliance With The Technical Specification. 3. Duly Filled-out, Signed, And Notarized Omnibus Sworn Statement (template Available At Gppb)/https://www.gppb.gov.ph/downloadable-forms/#tab-61412 4. Delivery Period : One (1) Year Subscription Period Starts On 27 February 2025 - Twenty (20) Calendar Days From Receipt Of Job Order/purchase Order. 5. Delivery Place : Itsd 5th Floor Ndc Building, 116 Tordesillas St. Salcedo Village, Makati City 3. Financial Requirements: A. Completely Filled Out Pitc Financial Proposal Form Annex “b” – Supplier’s Price Quotation Should Not Exceed The Abc, Otherwise It Is Automatically Rejected; B. Price Must Be Vat Inclusive; C. Price Must Be Valid For One Hundred Twenty (120) Days Upon Submission Of Quotation; And D. Payment Term Is Within Fifteen (15) Calendar Days After Complete Delivery Of The Goods And After Submission Of Required Documents As Listed In The Financial Proposal Form (annex “b”) 4. Refusal To Sign And Accept The Award Or Enter Into Contract Without Justifiable Reason, Maybe A Ground For Imposition Of Administrative Sanctions Under Rule Xxiii Of The Revised Irr Of Ra 9184. Should Your Company Be Interested, You May Submit Your Open Quotation On Or Before 10:00am, 31 January 2025 At The 5th Floor, Ndc Building, 116 Tordesillas St., Salcedo Village, Makati City, And Look For Anna Barbara T. Reserva. Thank You. Anna Barbara T. Reserva Oic-department Manager Management Services Department After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation For The Renewal Of Bitdefender Gravityzone Business Security Premium For The Philippine International Trading Corporation Name Of Company (in Print) Signature Over Printed Name & Designation Of Company Authorized Representative (in Print) Contact Details (tel. No., Fax No. & Email Address) Date Please Use This Bid Form Do Not Retype Of Alter Annex “a” Philippine International Trading Corporation Renewal Of Seventy-five (75) Licenses Of Bitdefender Gravityzone Business Security Premium For The Philippine International Trading Corporation Reference No.: Msd-rfq-2025-01-001 Technical Proposal Form Philippineinternationaltradingcorporationphilippineinternationaltradingcorporationphilippineinternationaltradingcorporationphilippine Instruction To The Supplier: Indicate The Word "comply" Under The Corresponding Column Per Line/item Number If Supplier Can Meet The Technical Specifications & Other Requirements. Do Not Leave Any Blank. A “yes” Or “no” Entry Will Not Be Accepted. Failure To Conform Will Result In A Rating Of "failed". Line No.: Technical Specification Supplier’s Statement Of Compliance 1.) Bitdefender Gravityzone Business Security Premium Risk Analytics And Hardening Endpoint Risk Analytics Threat Protection Application Control Device Control Prevention Exploit Defense Fileless Attack Defense Malicious Process Monitoring Network Attack Defense Firewall Automatic Disinfection & Removal Tunable Machine Learning Automated Sandbox Analysis Email Security Attack Forensics And Visualization Kill Chain Root Cause Analysis Remote Command Shell Reporting And Integration Dashboards And Reports Notification Siem Integration Api Support 2.) Annual Preventive Maintenance Via Email, Chat Or Phone Installation Assistance Via Remote Session And Phone. Technical Training (knowledge Transfer) For Administrator Via Zoom Platform. Inclusive Of Supply And Delivery With Technical Support Services (email, Remote, Phone) * Standard Technical Support Services (8x5) Via Remote, Phone, Email And Refresher Training (on-line). * Entitles For Security Updates And Software Upgrades Within The Subscription Period. * 1st Level Support: Support Coverage: (m-f, 9am – 5pm Includes Remote Access, Email, And Phone Support ) Service Provider 's Undertaking I/we, The Undersigned Supplier, After Having Examined The Proposal Documents, Including Bulletins, As Applicable, Hereby Offer To Supply/deliver/perform The Above-described Items. I/we Undertake, If Our Proposal Is Accepted, To Deliver The Items In Accordance With The Terms And Conditions Contained In The Proposal Documents. This Proposal Is Binding On Us Until A Formal Contract Is Prepared And Signed. _____________________________________________________ Name Of Company (in Print) _____________________________________________________ Signature Of Company Authorized Representative _____________________________________________________ Name & Designation (in Print) _____________________________________________________ Date Please Use This Bid Form Do Not Retype Or Alter Annex “b” Philippine International Trading Corporation Renewal Of Seventy-five (75) Licenses Of Bitdefender Gravityzone Business Security Premium For The Philippine International Trading Corporation Reference No.: Msd-rfq-2025-01-001 Financial Proposal Form (vat Inclusive) Description Qty Pitc Abc Supplier’s Quotation Price Bitdefender Gravityzone Business Security Premium For Pitc 75 Licenses Php 161,100.00 Total Amount In Words: Note: I. Price Must Be Valid For One Hundred Twenty (120) Days Upon Submission Of Quotation; Ii. The Supplier Shall Shoulder All Transportation Costs And Bears All Risk Until The Goods Have Been Delivered To The Site. Iii. Payment To Supplier Of The Contract Price, Net Of Applicable Withholding Tax Shall Be Made Within Fifteen (15) Days After Full Delivery, And Submission Of The Required Documents As Follows: 1. Original Bir Vat Registered Supplier’s Invoice Issued Under The Name Of The Pitc Indicating Pitc Tin: 000-168-575 V. Entries Must Be Typewritten Or Computer Printed And Must Be Duly Acknowledged And Received By Pitc’s Authorized Representative; 2. Original Delivery Receipt Issued Under The Name Of The Pitc. Supplier’s Undertaking I/we, The Undersigned Supplier, After Having Examined The Proposal Documents, Including Bulletins, As Applicable, Hereby Offer To Supply/deliver/perform The Above-described Items. I/we Undertake, If Our Proposal Is Accepted, To Deliver The Items In Accordance With The Terms And Conditions Contained In The Proposal Documents. This Quotation Is Binding On Us Until A Formal Contract/job Order Is Prepared And Signed. _______________________________________________________ Name Of Company (in Print) _____________________________________________ Signature Of Company Authorized Representative ______________________________________________________________ Name & Designation (in Print) ________________________________ Date
Closing Date31 Jan 2025
Tender AmountPHP 161.1 K (USD 2.7 K)

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ) 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of Seven Hundred Thousand Pesos (₱700,000.00)being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ). Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit, Etc. Other Clearances) ; Proiect Bilboard/signboard (coa Recommended); Occupational Safety And Health Program; Part B. Earthworks; Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Reinforcing Steel (column Footing); Structural Concrete (column Footing); Reinforcing Steel (column); Structural Concrete (column); Reinforcing Steel (girder Beam); Structural Concrete (girder Beam); Reinforcing Steel (wall Footing); Structural Concrete (wall Footing); Reinforcing Steel (slab On Fill); Structural Concrete (slab On Fill); Formworks And Falseworks; Part D. Finishing: Cement Plaster Finish; Part E. Masonry Works: 100 Mm Chb Non Load Bearing (induding Reinforcing Steel); Part F. Metal Structures; Structural Steel Roof Framing; Metal Structure Accessories (anchor Bolts); Metal Structure Accessories (turnbuckle); Structural Steel (railings Including Fabricated Steel Door, Steel Plate & Accessories); Feeding Trough; Slotted Floor; Stair; Part G. Wood Frame: Floor Joist Frame; Part H. Roofing Works : Prepainted Metal Sheets (rib Type, Long Span, Above 0.427mm Thick); Fabricated Metal Roofing Accessory (ridge Roll/end Flashing/flashing) ; Part I. Electrical Works: Conduit Works, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures; Part J. Painting Works: Painting Works (metal Painting); Boq Notes:1.the Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project.; 2.ocm Includes: (a) Overhead Expenses - Engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractor's All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events; (c)miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Da-nordc, Bonbonon, Siaton, Negros Oriental. Completion Of The Works Is Required Within Seventy-five (75) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Owned One-bagger Mixer; One (1) Owned Bar Cutter; One (1) Owned Bar Bender; Two (2) Owned Welding Machine; One (1) Owned Cutting Outfit; One (1) Owned Metal Cutter And Technical Personnel Required One (1) Project Engineer; One (1) Foreman; Six (6) Unskilled ; Two (2) Carpenters; Three (3) Mason; Two (2) Welders; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (₱1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 700 K (USD 12.1 K)

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Pesos (₱1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit And Other Clearances); Project Billboard/signboard (coa Recommended); Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Structural Concrete (column, Pedestal Column And Roof Beam); Structural Concrete (pedestal Column Footing, Bin Footing, Wall Footing And Slab On Fill) Reinforcing Steel; Formworks And Falseworks; Part D. Carpentry And Joinery Works: Ceiling (4.5mm Fiber Cement); Part E. Door And Window: Jalousie Window (glass); Frames (jamb); Wooden Panel Door; Part F. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part G. Finishing: Cement Plaster Finish; Part H. Metal Structures: Structural Steel (steel Post And Roof Beam); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories (anchor Bolts); Metal Structure Accessories ( Turnbuckle); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (steel Plates); Metal Structure Accessories (sagrods); Metal Structure Accessories (fascial Framing); Part I. Roofing Works: Prepainted Corrugated Metal Roofing; Fabricated Metal Roofing Accessory (fascia Cover, Ridge Roll, Hip Roll, Valley Roll And End Flashing); Part J. Painting Works: Painting Works (masonry Painting); Painting Works (metal Painting); Part K. Electrical Works: Conduits, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures And Lamps; Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Espenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contrator’s All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Brgy. Upper Cabangcalan, Lazi, Siquijor. Completion Of The Works Is Required Within Seventy-eight (78) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Leased Bar Cutter; One (1) Leased Welding Machine And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Two(2) Skilled Laborer; Ten (10) Unskilled Laborer; One (1) Safety Officer . Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)

City Of Bayawan Tender

Others
Philippines
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee "(035) 531-0020 Local 202 (035) 430-0439 (telefax) Email: Bac.bayawan@gmail.com Http://www.bayawancity.gov.ph" Request For Quotation Rfq No. Svp 25-b-0046 Date February 05, 2025 Pr Reference 200-25-02-034 Philgeps Reference No. End-user Deped Closing Date 02/13/2025 @ 9:00am 02/13/2025 Bid Opening 02/13/2025 @ 9:00am "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Bayawan City Liaison Office (3rd Fl., Convention Hall, Daro, Dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Basis Of Evaluation For This Rfq: Per Lot Per Item 8 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0046 Total Abc: Php 300,000.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Fireworks For Regional Sports Meet 2025 Lot. I Other Supplies 1 "fireworks, Terms And Conditions: 1. Suitable Launch Site Of A Safe Distance From Audience And Structure Compliant To Pnp Regulation. 2. Creative Choreography Pyro Effect To Synchronize With Tempo Sound Track(s) Provided. 3. Supplier Shall Provide Their Own Transportation To And From The Venue. 4. Supplier Must Be Able To Provide Trained Fireworks Display Operator Duly Certified By An Authorized Government Agency. 5. Supplier Should Be Able To Present Appropriate Permits, Clearances And Requirements (regional And Local Pnp, Bfp And Lgu) Prior To The Conduct Of The Pyro Exhibition. 6. Proposed Details And Specs (sequence, Features, Set And Type Of Pyro Display) With Sample Pictures And Illustrations Of Pyro Musical Display Specifications And Other Documents, Photos And Videos Shall Be Attached As Part Of The Bid Or Offer Of Service." 1 Lot 300,000.00 [ ] [ ] ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date13 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 3 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 3 (i) This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) Solicitation 36c24725q0296 Is Issued As A Request For Quotation (rfq). (iii) The Solicitation Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-02, Dated 01-03-2025. (iv) This Solicitation Is Set-aside Exclusively For Service-disabled Veteran-owned Small Business Concerns. To Be Considered For Award Prospective Offerors Must Be Registered And Active In The System For Award Management (www.sam.gov) And Sba Verified Sdvosb Veteran Small Business Certification Veteran Small Business Certification (vetcert) (https://veterans.certify.sba.gov/) Concern Verified At The Date And Time Set For Receipt Of Offers. An Offeror, Who Is Not Sam Registered Or Sba Vet Cert Verified Sdvosb Concern At The Date And Time Set For Receipt Of Offers Will Have Their Offer Rejected As Non-responsive And Will Not Be Considered For Award. The Applicable Naics Code For This Solicitation Is 562211, Small Business Size Standard $47.0 Million. Applicable Wage Determination Wd # 2015-4609, Revision 24, Dated 12/23/2024 Is Incorporated. (v) Contractor Shall Provide Quote For Services A Base Plus (4) Four Option Years. (vi) Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Base pop Begin: 04-01-2025 pop End: 03-31-2026 1001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 1 pop Begin: 04-01-2026 pop End: 03-31-2027 2001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 2 pop Begin: 04-01-2027 pop End: 03-31-2028 3001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 3 pop Begin: 04-01-2028 pop End: 03-31-2029 4001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 4 pop Begin: 04-01-2029 pop End: 03-31-2030 grand Total __________________ (vii) Description Of Requirement: statement Of Work regulated Medical Waste And Sharps Removal Services tuscaloosa Va Medical Center a. General Information: 1. Title Of Project: Regulated Medical Waste And Sharps Removal Services 2. Location Of Services: Tuscaloosa Va Medical Center, 3701 Loop Road East, Tuscaloosa, Al 35404 3. Location Of Sharps/bio-hazard Containers: building room Number quantity 137 4-117 1 137 14-117 1 137 14-106 1 137 3117 1 137 3104 1 137 d3-101 1 137 e3-107 2 137 e3-117 1 137 g3-101 1 137 g3-116 2 137 h3-113 1 137 13-100 1 137 12-117 2 135 g-15 1 135 g-17 1 135 g18 1 135 g19 1 135 g21 1 135 g23 1 135 g23 1 135 g26 1 135 g25 1 135 g27 1 135 g31 1 135 g32 1 135 g33 1 135 g34 1 135 g42 1 38 210 1 38 211 1 38 212 1 38 213 1 38 214 1 38 206 1 38 207 1 38 240 1 38 242 1 38 243 1 38 244 1 38 243 1 38 243a 1 38 227 1 38 241 1 38 241a 1 38 243 1 38 251 1 38 252 1 38 254 1 38 111 1 38 112 1 38 113 1 38 114 1 38 115 1 38 110 1 38 109 1 38 106 1 38 104 1 38 143 1 38 133 1 38 133b 1 38 141 1 38 142 1 38 142a 1 38 143 1 38 144 1 38 144a 1 38 145 1 38 152 1 38 152a 1 38 153 1 38 155 1 1 314 2 1 308 1 1 323 1 1 420 1 phar-135 g12, G58 2 phar-145 tbd 2 eye 20a 1 dental 41b, 41e, 41h, 41j, 41m, 41n, 41p, 41q 1 lab-135 123, 128, 128a, 128c, 133, 133b, 133d 25 18 108 1 146 19, 30 2 147 19 2 149 23, 33, 45, 69, 79 9 61 a37 1 61 b-20 3 61 b23 2 61 d20 1 61 d-22 3 cage-3 n/a (storage) 69 (estimated) 3. Period Of Performance: Base Plus Four (4) Option Years As Follows: base Year: April 1, 2025 March 31, 2026 option Year #1: April 1, 2026 March 31, 2027 option Year #2: April 1, 2027 March 31, 2028 option Year #3: April 1, 2028 March 31, 2029 option Year #4: April 1, 2029 March 31, 2030 4. Type Of Contract: Firm Fixed Price 5. Days And Hours Of Operation: The Tuscaloosa Vamc Business Days And Hours Are Monday Through Friday 8:00 Am- 4:30 Pm, Central Standard Time, Excluding Federal Holidays. Federal Holidays Are New Year S Day, Martin Luther King Birthday, President S Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran S Day, Thanksgiving Day, And Christmas Day. B. General Requirments: 1. The Contractor Shall Provide All Labor, Supervision, Transportation, Supplies, Equipment Necessary To Pick Up And Transport Regulated Medical Waste (rmw) To Include The Pickup Of Sharps And Bio-hazard Waste. 2. The Contractor Shall Collect, Transport, And Dispose Of Rmw And Sharps. Should Be Treated By Autoclaving Or By Means As Regulated By The Alabama Department Of Environmental Management, And In Accordance With Federal, State And Local Laws And Regulations. 3. Pickup Of Full Sharps And Rmw Shall Be Twice Every Week On Wednesdays From The Locked Cage Located In Building 3. Twice Per Week The Contractor Should Pick Up From All Units As Listed In The Above Table. Contractor Is To Check In With The Cor Or Chief Ems. 4. This Medical Facility Has As Estimate 19,102 Pounds Of Rmw That Is Disposed Of Per Year And 13,000 Pounds Of Sharps And Bio-hazardous Waste Per Year. 5. Types Of Rmw Include, But Are Limited To The Following: a. Pathological Waste B. Cultures, Stocks And Vaccines C. All Used And Unused Sharps D. Blood, Blood Products, Other Potentially Infectious Body Fluids And Contaminated Items E. Pharmaceuticals (controlled, Outdated And Vaccines) **will Not Be Separated note: Please Be Advised That All Personnel Of The Awarded Contractor Must Have A Completed Tuberculosis Skin (tb) Test In Order To Work In Patient Areas. The Tb Skin Test Will Be At The Expenses Of The Contractor And Proof Of The Test Must Be Submitted To The Contracting Officer Representative (cor) Prior To Any On-site Services Conducted At The Tvamc. c. Specific Services: 1. Provide And Service Reusable Sharps Containment System: a. Contractor Shall Provide Labor, Transportation, Collection, Removal, Treatment And Destruction Services Including A Reusable Sharps Containment System Compliant With Centers For Disease Control (cdc) And National Institute For Occupational Safety And Health (niosh) Guidelines For The Storage, Transport And Shipment Of Regulated Medical Waste. b. A Minimum Of 90 Containers Are Needed Bi-weekly At The Tvamc. For Start Up Purposes, A Total Of 196 Containers Are Needed As Follows: 2 Gallon 64 4 Gallon 36 7 Gallon 96 c. Contractor Shall Provide Rigid Puncture Resistant Sharps Containers That Meet The American Society For Testing Materials (astm) Standard F2131-01 "standard Specification For Puncture Resistance Of Materials Used In Containers For Discarded Medical Needles And Other Sharps" d. Contractor Shall Provide Sharps Containers That Include Appropriate Sizes And Shapes, Opening Types (vertical Drop) And Closures (locking Mechanism), Mounting Brackets, Carts With Casters (to Hold And Transport), Training, And Replacement For Sharps Collection And Containment Of Sharps Waste (defined Below). e. Sharps Containers Shall Be Of The Type That Lends Itself To Privacy Of Patient Information (example- Be Of Solid Red In Color). Each Container Shall Meet All Requirements Of The Occupational Safety And Health Administration (osha) Regulation 29 Cfr 1910.1030 'bloodborne Pathogens" And Be Registered As A Sharp Waste Container With The Food And Drug Administration (fda). f. Contractor Shall Provide Labor, Tools, Materials, Supplies, Appropriate Equipment, Transportation, And Supervision Necessary To Pick Up, Store, Transport, Decant, And Clean/sterilize Containers As Well As Destroy, Dispose Of, Document, And Invoice For Waste Removed From The Containers. Special Function Items Such As, But Not Limited To, Funnel Tops, Traps, Wall Cabinets And Related Hardware, Shall Be Supplied By The Contractor At No Additional Cost To The Va. g. "sharps Infectious Waste" Shall Be Considered For The Purpose Of This Contract To Include Hypodermic Needles, Syringes And Scalpel Blades. The Term Does Not Include Any Hazardous Waste, Radioactive Waste, Or Pharmaceuticals. The Medical Center Will Be Responsible For The Segregating Of All Waste In Accordance With Federal, State, And Local Requirements. h. The Contractor Shall Provide A Supply Of Clean/sterilized, Dry And Free Of Odors, Reusable Sharps Containers To Be Kept On Site To Be Used In The Event That A Container Does Become Full Prior To The Contractor's Scheduled Exchange Visit And An Environmental Management Service (ems) Staff Member Will Then Replace Full Container With A New Empty One. Exact Storage Location To Be Determined By Ems. i. Contents Of Containers Shall Be Transported Off Station And Disposed Of As Rmw. The Contaminated Reusable Sharps Containers Shall Be Cleaned, Disinfected, And Sterilized For Reuse. Reusable Sharps Containers Shall Not Be Cycled Through More Than 500 Times Or As Stated And Allowed By Applicable And Current Regulations. The Cost Of Any Replacement Sharps Containers Shall Be At The Contractor's Expense. j. All Containers Shall Be Clearly Labeled With Biohazard Symbol And The Word "biohazard' Displayed On Them Along With Barcode. k. The Contractor Will Provide Red Bags/liners For The Re-useable Plastic Containers As Needed, Or Upon Request. We Will Require 8- And 15-gallon Bags, Using An Estimated 1,200 Bags Per Year For Each Size. l. In Additional To Re-useable Containers, Contractor Will Provide Red Bags For Use In Emergencies. 2. Provide Regulated Medical Waste (rmw) Collection And Disposal Services a. Contractor Shall Provide Services Including The Provision Of Containers And Labels For Regulated Medical Waste; Pickup Of All Regulated Medical Waste Streams To Include Sharps; Storage And Transport; Decanting, Examination, Appropriate Treatment, Disposal, And Documentation Of Quantities And Weights Of Waste; Cleaning Of Containers; And Provision Of Legal Manifest Which Accurately Documents The Chain Of Custody From Point Of Pickup To Final Disposition. b. The Estimated Quantity Of Waste Pickup Is Established In Section B2 Price/cost Schedule. c. Contractor Will Pick Up Medical Waste And Sharps From The Units As Listed In Section A3 And Take To Building 3, Locked Cage. The Contractor Will Pick Up And Dispose Of Rmw And Sharps From The Containers Behind Building 3 In The Locked Cage. d. Regulated Medical Waste Containers: Containers Shall Be Made Of Rigid Plastic Construction Designed To Prevent Puncture By Needles And Other Sharps, Capacity Not To Exceed 96-gallons, (minimum Of 26 Wheeled Totes Are Needed In The Catchment Area) And Shall Include Locking Safety Handles Along With Appropriate Bio-hazard Warning Symbols Approved By The State And Federal Regulatory Agencies. Contractor Shall Maintain The Re-used Containers And Equipment In A State Of Satisfactory Repair (no Broken Wheels Or Lids, Sharp Points) And Appearance (free Of Dirt/old Paper Stickers) As Determined By The Cor. Contractor Shall Have Containers Disinfected Inside And Out And Free Of Moisture Using The Centers For Disease Control (cdc) Approved Disinfectant Before Returning Them To The Medical Center Or Clinics For Use. Safety Data Sheet (sds) Information Shall Be Provided By The Contractor To The Cor Prior To Use. e. Medical Waste And Sharps Should Be Disposed Of By Autoclaving. d. Safety Requirements And Training: a. Contractor Vehicles, Carts, Materials, Or Supplies Shall Not Be Left Unattended. Vehicles Shall Be Parked Only In Designated Area As Provided By Ems Staff. b. Contractor Shall Ensure That Its Staff Who Drive On Va Property Are Professional, Comply With All Facility Policies Such As Zero Tolerance For Sexual Harassment And Violence In The Workplace, Drug-free Workplace, Safety, And Be Appropriately Dressed. c. Contractor Shall Ensure That Facility Standards Are Followed Along With The Joint Commission Standards. Contractor Is Solely Responsible For Any And All Spills Or Leaks During The Performance Of The Contract. d. The Contractor Agrees To Clean Up Such Spills And/or Leaks To The Satisfaction Of The Government In A Manner Which Satisfies The Applicable Regulations, At No Cost To The Government e. The Contractor Shall Report To The Va Safety Officer Via The Cor All Spills, Regardless Of Quantity And All Personnel Exposures. Such Reports Shall First Be Reported By Telephone Within 30 Minutes Following The Incident And Shall Have A Follow Up In Writing No Later Than Seven (7) Days After The Initial Report. When Reporting A Spill, The Following Information Shall Be Furnished (1) Quantity Spilled; (2) Exact Location Of Spill; (3) Containment Procedures Initiated; (4) Clean-up And Disposal Procedures; (5) Personal Injury Involved; (6) Assistance Required; And (7) A Narrative Summarizing All On-scene Visits Made By Local, State, And Federal Officials. f. Contractor Shall Not Dispose Of Any Chemical Containers Contaminated By Cleaning Chemicals In Any Location In The Facility Except As Specified By The Cor. g. Contractor Shall Comply With All Applicable Federal, State, County Regulations On Workers' Safety Standards And Related Training. h. All Contractor Personnel Involved In The Performance Of This Contract Shall Have Received Training Regarding The Handling Of Infectious Materials, And Emergency Procedures To Be Followed In Case Of A Spill Before Starting Work Under This Contract. i. Certification Of Such Training Shall Be Provided Within (fifteen) 15 Days Of Receiving Notice Of Award Of The Contract. Certification For Any New Contract Employees Shall Be Provided To The Contracting Officer Within Thirty (30) Days Of Receipt Of The Training. e. Contractor Submittals: a. Prior To Commencement Of Any Work, The Contractor And Employees Working On This Contract Shall Submit To The Cor And/or Contracting Officer: contractor Shall Be Properly Licensed By Federal, State And Local Authorities To Provide Pickup, Removal And Disposal Of Bio-hazardous Waste And Insured. contractor Shall Attach Copies Of Licenses, Permits, And Proof Of Insurance Indicated Above With Their Quote At Time Of Offer Due Date And Shall Maintain All Required Licensing, Permitting, And Insurance Throughout The Life Of The Contract. contractor Shall Provide Name, Address, Contact Name And Telephone Number Of All Disposal Facilities To Be Used Under This Contract, With Their Offer At Time Of Offer Due Date. contractor Shall Make Complete Distribution Of The Waste To A Reliable Licensed Facility Approved By All Federal, State, And Local Regulatory Bodies For Disposal. the Contractor Shall Identify A Person Who Shall Be Responsible For The Performance Of Work. The Name And Phone Number Shall Be Provided To The Contracting Officer At The Time Of Offer. the Contractor Shall Establish And Maintain A Complete Quality Control Program To Assure The Requirements Of The Contract Are Provided As Specified. The Contractor Shall Provide A Copy Of Their Quality Control Program To The Contracting Officer At The Time Of Offer. the Contractor Shall Develop And Submit To The Contracting Officer, A Copy Of Their Contingency Plan In The Event Of Vehicle Breakdown, Disposal Facility Breakdown, Natural Disaster, Or Employee Strike At The Time Of Offer. The Contingency Plan Will Include Notification Procedures For Informing The Contractor Officer Representative (cor)/generator Of Any Actuation Of The Contingency Plan To Prevent Possible Violation Of Interstate Laws. f. Contractor Qualifications: all Personnel Of The Awarded Contractor Must Have A Completed Tuberculosis Skin (tb) Test In Order To Work In Patient Areas. The Tb Skin Test Will Be At The Expense Of The Contractor And Proof Of The Test Must Be Submitted To The Contracting Officer Representative (cor) Prior To Any On-site Services Conducted At The Tvamc. contractor Must Provide A Copy Of The State Department Of Environmental Management, notification Of Permit By Rule Operations Solid Waste Collection Operation Permit, Transporter Permit. g. Manifest Documentation/report a. Contractor Will Make Pickups At The Designated Pick Up Points Between The Hours Of 8 Am And 2:30 P.m. (weekdays). b. The Contractor Shall Provide Tracking Of Medical Waste From The Point Of Pickup, Through Use Of An Epa, Deq For Applicable State, And Dot Approved Manifest System. c. The Contractor Shall Provide Hard Copy Documentation (manifest Sheets) To The Cor, Indicating Time And Date Of Pickup, Time And Date Of Autoclaving, And Weight Of Each Container Received At The Time Of Pick Up. d. Contractor Staff Shall Engage Only Authorized Ems Staff (cor Or Designee) To Sign Manifests Of Waste In Accordance With Dot And State Requirements. Contractor Shall Provide Final Copy Of Manifests Within Two (2) Weeks After The End Of The Month Of Service. e. Contractor Shall Provide The Weights Of Medical Waste Processed For Each Facility Site At The End Of Each Month. These Weights May Be Included On The Monthly Invoice But Must Be Provided Monthly. f. Contractor Will Provide All The Necessary Labels To Designate The Type Of Medical Waste Contained In Each Container (medical Waste) h. Quality Control/assurance (contractor): a. The Contractor Shall Establish And Maintain A Complete Quality Control/assurance Program To Assure The Requirements Of The Contract Are Provided As Specified. b. The Contractor Shall Provide A Copy Of Their Quality Control/assurance Plan To The Contracting Officer With Their Quote At Time Of Offer Due Date. i. Quality/performance Requirements Summary a. As Stated Above, The Contractor Shall Be Responsible For Their Own Internal Quality Control Program. The Government Will Perform Surveillance Of The Contractor's Performance Using The Performance Work Statement And The Performance Requirements Summary (see Technical Exhibit 1) On The Next Page To Determine If The Contractor Exceeds, Meets, Or Does Not Meet These Standards. The Fact That The Government Is Performing Surveillance Of The Contractor's Performance Does Not In Any Way Relieve The Contractor From Performing Their Own Surveillance And Maintaining Acceptable Quality Levels. b. Performance Requirements Summary Matrix: 1. The Government Shall Use These Standards To Determine Contractor Performance And Shall Compare Contractor Performance To The Acceptable Quality Level (aql). technical Exhibit 1 performance / Requirement Indicator performance Standard performance Measure (aql) monitoring Method / Method For Surveillance incentive waste Collection/pickup Form Both Rmw And Sharps Containers (sections 3a And 3b) within Time Specified 100% (no Deviation) direct Observation, Random Sampling By Cor And Customer Complaints positive Past Performance & Exercise Of Option Year Periods treat And Disposal Of Waste (section 3) dispose Of In Accordance With Osha, Epa, And Local, Stated, And Federal Regulations 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods provide Copies/access To Documentation (manifest Sheets) To The Cor, Indicating Time And Date Of Pickup, Time And Date Of Autoclaving, And Weight Of Each Container Received At The Time Of Pick-up (section 6) provide At The Time Of Pickup 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods pick-up, Disposal Documents The Contractor Shall Provide Copy Of Monthly Record Of The Weights For Medical Waste (manifests) Picked Up And Disposed Of. (section 6) final Documents Received Within 2 Weeks, Following The End Of The Month 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods (viii) Far 52.212-1, Instructions To Offerors Commercial Items (sep 2023), Applies To This Solicitation. The Following Provisions And Clauses Are Added As Addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp far Number title date 52.204-7 system For Award Management oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.229-11 tax On Certain Foreign Procurements--- Notice And Representation jun 2020 852.233-70 protest Content/alternative Dispute Resolution oct 2018 852.239-75 information And Communication Technology Accessibility Notice feb 2023 addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: the Offeror Shall Submit Their Quote On Company Letterhead. The Offeror S Quote Shall Include The Name, Address, And Telephone Number Of The Offeror, The Offeror S Uei# And Orca Document, In Sam At (https://sam.gov) , And A Completed Copy Of 52.212-3 Offeror Representations And Certifications- Commercial Items. All Fillable Documents Are Required For Submission. Submission Of Vaar 852.219-75 Certification Completely Filled Out Is Required. acknowledgement Or Signed Copy Of All Amendments Posted To The Solicitation And Signed 1449. all Offerors Must Meet The Small Business Size Standard Of $47m For Naics Code 562211 Hazardous Waste Treatment And Disposal At The Time Of Submission Of Quote And At The Time Of Award. All Offerors Must Be Registered In Veterans Small Business Certification () And Sam At The Time Of Quote Submittal. an Offeror Must Be Sdvosb Verified (reference Vaar 852.219-73) At Time Of Quote Submission And At Time Of Award. Vaar 852.219-75 Certification Are A Submission Requirement And Shall Be Submitted Electronically. an Offeror Shall Indicate In Its Quote Whether It Will (1) Self-perform 100% Of The Requirement, Or (2) Subcontract Any Portion Of The Requirement. If The Offeror Intends To Subcontract Any Portion Of The Requirement, The Offeror Shall Provide A Subcontracting Plan That Includes A Percentage Breakdown Evidencing How The Offeror Will Comply With The Limitations On Subcontracting In 13 Cfr 125.6(a)(1). Failure To Provide The Required Information May Result In An Offeror S Quote Being Rejected Without Further Consideration. If The Offeror Plans On Using Subcontractors, You Must Provide A Subcontracting Plan To Include: a. Business Name b. Business Size c. Work They Will Be Performing, To Include % Of Work On Contract d. % Of Payment To Be Receive Of Total Contract Amount 7. Price: The Offeror Shall Fill-in All Unit Prices And Totals For Each Clin As Well As The Total Amount Of The Price Quote In The Solicitation S Price Schedule. 8. Technical: The Offeror Shall Demonstrate In Its Quote In As Much Detail As Possible How It Will Meet The Tusacaloosa Va Medical Center, Tuscaloosa, Al- Regulated Medical Waste And Sharps Removal Services Requirement As Described In The Solicitation S Statement Of Work. 9. Past Performance: The Offeror Is Required To Provide A Minimum Of Two (2) Past Performance Reference For Similar Services Within The Last Four (4) Years, Either Governmental Or Commercial Entity, In Response To This Solicitation, To Include Place, Size, And Years Of Service Performed. If No Past Performance Is Available, You Must Address This In Your Offer. Past Performance Will Be Reviewed As Part Of The Responsibility Determination Only. 10. All Questions Should Be Emailed To Laterrica.sewell@va.gov By Thursday, January 30, 2025, At 10:00am Est.. No Late Submissions Will Be Accepted. All Responses To Questions Shall Be Incorporated Into A Written Amendment Posted To The Government Point Of Entry (gpe). The Offeror Is Encouraged To Monitor The Gpe, Sam Website With Respect To This Solicitation Because Any Amendments To This Solicitation Will Be Posted On The Website (https://.sam.gov). there Will Be No Automated Email Notification Of Amendments. 11. Quotes Must Be Received By Thursday, February 13, 2025, At 10:00am Est. Email Your Quote To Laterrica.sewell@va.gov. The Subject Line Must Have The Solicitation The Offeror Is Responding To Listed. There Will Be No Automated Email Notification Of Receipt Of Quotes. All Quotes Received Without Requested Documentation Will Not Be Considered. a. The Offeror Will Submit All Documents In Pdf Form, Preferably One Document, With No More Than Ten (10) Pages. Not Providing All The Required Documents Above Along With Not Following The Instructions For Submission Will Result In An Unacceptable Quote. (end Of Provision) ix. Far 52.212-2, Evaluation Commercial Items (nov 2021), Applies To This Solicitation. basis For Award: This Request For Quote (rfq) Is Issued In Accordance With Far 12 And In Conjunction With Simplified Acquisition Procedures Far 13.5. Evaluation Of Price And Other Factors Will Be Performed In Accordance With Procedures Outlined In Far 13.106-3. A Single Award Will Be Made To The Offeror Who Represents The Best Value Utilizing Comparative Analysis, Considering, Technical, Past Performance, And Price. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: technical: The Technical Evaluator Will Evaluate The Offerors Quote To Fulfill This Requirement. The Offeror Will Show Its Understanding Of The Requirement And The Viability Of Its Quote By Demonstrating Its Plan Of Action To Provide This Service, Demonstration Of Knowledge Of The Service And Ability To Perform By Providing A Detailed Plan Of Equipment And Personnel Required To Fulfill The Need And The Procedures You Will Use While Executing The Requirement. this Description Shall Include: offer Must Be In Business For Two Or More Years. offeror Must Provide Capabilities Statement Specifying The Ability To Provide Service Directly Related To Regulated Medical Waste And Sharps Removal Services Outlined In The Statement Of Work (sow). details Of The Vendor S Internal Quality Assurance Plan. past Performance: The Offeror Is Required To Provide A Minimum Of Two (2) Past Performance References For Similar Services Within The Last Two (2) Years, Either Governmental Or Commercial Entity, In Response To This Solicitation, To Include Place, Size, And Years Of Service Performed. If No Past Performance Is Available, You Must Address This In Your Offer. Past Performance Will Be Reviewed As Part Of The Responsibility Determination Only. price. The Vendor Is Required To Quote A Fully Burdened Fixed Price For The Clin Structure As Shown In Section Vi. Insert The Quoted Unit And Extended Prices In Contract Line-item Number (clin) 0001 Through 4001. All Unit Prices Shall Be Represented In Two Decimal Positions Only. Example: $0.27, Not $0.27458. The Government Shall Evaluate Price To Determine If It Is Considered Fair And Reasonable In Accordance With Far Part 13.106-3. (b) Options. The Government Will Consider Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). This Includes Options Under Far 52.217-8, Option To Extend Services, Which Applies To This Solicitation. Evaluation Of Options Under Far 52.217-8 Will Be Accomplished By Adding Six Months Of The Quoter's Price For The Last Potential Period Of Performance Under This Contract To The Quoter's Total Price. For Example, If The Contract Includes Option Periods That Are Exercisable Under Far 52.217-9, The Quoter's Total Price For The Purpose Of Evaluation Will Include The Base Period, All Option Periods, And An Additional Six Months Of The Last Option Period. Quoters Must Price Only The Base And Option Periods Specified In The Contract Line-item Numbers (clins) And Shall Not Submit A Price For The Potential Six-month Extension Of Services Under Far 52.217-8. The Government Reserves The Right To Exercise The Option Under Far 52.217-8 Before The End Of Any Of The Contractor's Performance Periods And Will Be Exercised At The Price And/or Rates In Effect At The Time The Clause Is Exercised. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). a Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) The Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Paragraph (c)(1) In The Provision At 52.204 26, Covered Telecommunications Equipment Or Services Representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212 3, Offeror Representations And Certifications Commercial Products And Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Paragraph (c)(2) Of The Provision At 52.204 26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212 3. (a) Definitions. As Used In This Provision Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services. (d) Representations. The Offeror Represents That (1) It [ ] Will, [ ] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds Will In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds Does In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded Will In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded Does In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) (a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (c) Procedures. (1) The Offeror Shall Search For The Phrase Fascsa Order In The System For Award Management (sam)(https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)). (3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation. (d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e). (e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer: (1) Name Of The Product Or Service Provided To The Government; (2) Name Of The Covered Article Or Source Subject To A Fascsa Order; (3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror; (4) Brand; (5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); (6) Item Description; (7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used; (f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver. (end Of Provision) 52.233-2 Service Of Protest (sep 2006) Protests, As Defined In Section 33.101 Of The Federal Acquisition Regulation, That Are Filed Directly With An Agency, And Copies Of Any Protests That Are Filed With The Government Accountability Office (gao), Shall Be Served On The Contracting Officer (addressed As Follows) By Obtaining Written And Dated Acknowledgment Of Receipt From: vaar 852.233-71 Alternate Protest Procedure (oct 2018) (a) As An Alternative To Filing A Protest With The Contracting Officer, An Interested Party May File A Protest By Mail Or Electronically With: Executive Director, Office Of Acquisition And Logistics, Risk Management And Compliance Service (003a2c), Department Of Veterans Affairs, 810 Vermont Avenue Nw, Washington, Dc 20420 Or Email: Edprotests@va.gov. (b) The Protest Will Not Be Considered If The Interested Party Has A Protest On The Same Or Similar Issue(s) Pending With The Contracting Officer. (end Of Provision) (x) Far 52.212-3 Offeror Representations And Certifications Commercial Items (nov 2023) Applies To This Solicitation. Offerors Shall Submit A Completed Copy Of Far 52.212-3 With Its Offer. (xi) Far 52.212-4, Contract Terms And Conditions Commercial Items (nov 2023) Applies To This Solicitation. The Following Provisions And Clauses Are Added As Addenda: far 52.252-2, Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) (end Of Clause) far Number title date 52.203-17 contractor Employee Whistleblower Rights nov 2023 52.204-4 printed Or Copied Double-sided On Postconsumer Fiber Content Paper may 2011 52.204-13 system For Award Management Maintenance jun 2020 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.228-5 insurance Work On A Government Installation jan 1997 852.201-70 contracting Officer's Representative dec 2022 852.203-70 commercial Advertising may 2018 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed (6) Six Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within (30) Thirty Days Of Contract Expiration. (end Of Clause) 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within (30) Thirty Days Of Contract Expiration; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least (60) Sixty Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed (5) Five Years. (end Of Clause) â supplemental Insurance Requirements â  In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract: â  (a)â  Workers' Compensation Andâ employersâ liability:â  Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes.â  If Occupational Diseases Are Not Compensable Under Those Statutes, They Shall Be Covered Under The Employer's Liability Section Of The Insurance Policy, Except When Contract Operations Are So Commingled With A Contractor's Commercial Operations That It Would Not Be Practical To Require This Coverage.â  Employer's Liability Coverage Of At Least $100,000 Is Required, Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers' Compensation To Be Written By Private Carriers. â  (b)â  General Liability:â $500,000.00â per Occurrences. â  (c)â  Automobile Liability:â $200,000.00â per Person;â $500,000.00â per Occurrence Andâ $20,000.00 Property Damage. â  (d)â  The Successful Bidder Must Present To The Contracting Officer, Prior To Award, Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage. (end Of Clause) vaarâ 852.219-73â â va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businessesâ (jan 2023)â (deviation) â  (a)â definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : â â â  (1) Means A Small Business Concern â â â â â  (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition); â â â â â  (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Suchâ veteran; â â â â â  (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitationâ document; â â â â â  (iv) The Business Has Beenâ certifiedâ for Ownership And Control Pursuant To 38â u.s.c. 8127, 13 Cfr 128, Andâ is Listedâ as Certifiedâ inâ the Sba Certification Database Atâ https://veterans.certify.sba.gov/; And â â â â â  (v) The Businessâ agrees Toâ comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size,â governmentâ contracting,â and The Veteran Small Business Certification Programâ at 13 Cfr Parts 121,â 125,â and 128. â â â  (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). â â â  (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). â â â  (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)). â â â  (5) The Termâ  Sdvosb Participant  orâ certified Sdvosbâ means A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102). â  (b)â general.â in Order Forâ a Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128. â â â  (1) Offers Received From Entities That Are Notâ certifiedâ sdvosbsâ and Listed In The Sba Certification Databaseâ at The Time Of Offer Shall Not Be Considered. â â â  (2) Any Award Resulting From This Solicitation Shall Be Made To Aâ certifiedâ sdvosbâ listed In The Sba Certification Databaseâ who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. â â â  (3) The Requirements In This Clause Apply To Any Contract,â orderâ or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. â  (c)â representation. Pursuant To 38 U.s.c. 8127(e), Onlyâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligibleâ and Certifiedâ sdvosb As Defined In This Clause,â 13 Cfr 121, 125, And 128, And Vaar Subpart 819.70. â  (d)â agreement/los Certification.â when Awarded A Contract Action, Including Orders Under Multipleaward Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size,â and Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontractingâ (los)â requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6.â for The Purpose Ofâ limitations On Subcontracting, Onlyâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Requiredâ losâ certification Requirements In This Solicitation (see 852.219 75 Or 852.219 76 As Applicable). These Requirements Are Summarized As Follows: â â â  (1)â services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/ Vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. â â â  (2)â supplies/products. â â â â â  (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. â â â â â  (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13â cfrâ 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. â â â  (3)â general Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. â â â  (4)â special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. â â â  (5)â subcontracting. An Sdvosbâ subcontractorâ must Meet The Naics Size Standard Assigned By The Prime Contractor And Beâ certified Andâ listed Inâ the Sba Certification Databaseâ to Count As Similarly Situated. Any Work That A First Tier Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. â â (e)â required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: [â ]â by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or [â ]â by The End Of The Performance Period For Each Order Issued Under The Contract. â  (f)â joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfrâ 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause.â a Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. â  (g)â precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sbaâ veteran Small Business Certificationâ program And The Va Veterans First Contracting Program. â  (h)â misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company S Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406 2 Causes For Debarment). vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) X Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee: ___________ printed Title Of Signee: _____________ signature: ____________ date: ______________ company Name And Address: _______________ (end Of Clause) (xii) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (feb 2024), Applies To This Solicitation. (xiii) N/a (xiv) N/a (xv) Offers Are Due Not Later Thursday, February 13, 2025, At 10:00 Am Est. Offers Must Be Submitted Electronically Via Email To Laterrica.sewell@va.gov . Questions Must Be Submitted Via Email To Laterrica.sewell@va.gov By Thursday, January 30, 2025, At 10:00 Am Est. No Late Submissions Will Be Accepted. (xvi) For Additional Information, Please Contact The Contracting Officer, Laterrica Sewell Via E-mail To Laterrica.sewell@va.gov .
Closing Date13 Feb 2025
Tender AmountRefer Documents 
8761-8770 of 9256 archived Tenders