Transportation Tenders

Transportation Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
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 .

Government Of New Brunswick Tender

Machinery and Tools
Canada
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Description: This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement And The Canada-european Union Comprehensive Economic And Trade Agreement. Where Permissible Under The Applicable Trade Agreements And The Regulation Under The Procurement Act, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Movers, Furniture And Office Equipment And Storage Scope This Invitation To Tender Consists Of Moving Services As Per The Attached Specifications On Behalf Of The Department Of Transportation And Infrastructure, For A Period Of Two (2) Years From February 1, 2025 Until January 31, 2027 With The Option To Renew For Two (2) Additional One (1) Year Periods In One (1) Year Increments Upon Written Agreement By Both Parties. Option Year Pricing Shall Be Subject To Negotiation Of A Satisfactory Contract Price Not To Exceed The Tendered Price Plus Any Published Increase In The New Brunswick Consumer Price Index. Contract Award Criteria Contract Will Be Awarded To The Lowest Compliant Bid Which Meets The Requirements Detailed Within The Attached Specifications For Items 3 To 13 Of The Tender Documents. The Criteria For Awarding This Tender Will Be Based On The Total Lowest Compliant Bid Of The Hourly Rates (both Regular And Overtime, Items 3 Through 13) Required To Perform The Work. Note See Appendices A, B & C Located In The Attached Specification. Requirements Prior To Award, References, Criminal Record Checks, Insurance And Worksafe Nb Registered And In Good Standing, Will Be Required As Per Section 4, 9, 15 And 16 Respectively. Prior To Award, Appendix "c" (located In Specifications) Must Be Completed And Submitted. It Is Recommended To Submit The Completed Document With Your Bid Submission. How To Fill In Pricing There Are No Additional Pricing Sheets To Be Completed With This Bid. Vendors Should Bid Directly On This Invitation To Tender. How To Fill In Pricing: Unit Price = Price Per Hour The Price Bid Shall Not Include Hst. Vendors Are Required To Sign And Date Their Bid In The Space Provided Below Vendor Questions All Inquiries Should Be Received Seven (7) Calendar Days Prior To The Closing Date; Any Inquiries Received Less Than 7 Calendar Days Prior To The Closing Date Cannot Be Guaranteed A Response. Please Reference The Tender Number And Closing Date Within Your Communications To Ensure A Prompt And Accurate Reply. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Holiday Season Office Closure The Strategic Procurement Division Of Service New Brunswick (located At 300 St. Mary's Street) Will Be Closed For The Holiday Season. This Includes All Strategic Procurement Operations (except Strategic Procurement - Health), The Reception Area And The Central Tendering Office. The Closure Period Is From 12 P.m. On December 24, 2024 To 8:15 A.m. On January 2, 2025. The New Brunswick Opportunities Network (nbon) Will Be Accessible Throughout This Period, However Please Note Support (helpline And Email Queries) Will Not Be Available During This Time.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Description: This Request For Information (rfi) /â sources Sought Notice Is Issuedâ  Solely For Information And Planning Purposes. This Is Not A Solicitation. submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought/rfi Description this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 333415 (size Standard Of 1,250 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Is Seeking Sources Capable Of Providing Portable Hvac Units That Meet Following Salient Characteristics Listed Under Statement Of Work (sow). the List Of Draft Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required. statement Of Work (sow) background: the Northern Arizona Va Medical Center Has A Need For Three (3) Portable Cooling Units With Associated Peripherals To Assist With Climate Control In An Emergency Power Outage. These Units Are Designed To Provide Temporary Heating, Cooling, Or Both, In Areas Where The Primary Hvac System Has Failed Or Is Inadequate. They Will Be Particularly Useful In Hospitals, Where Maintaining A Stable Temperature Is Crucial For Patient Health And Comfort As Well As Maintaining Proper Building Operating Conditions And Temperatures For The Pharmacy, Laboratory, Radiology, And Sterile Processing Areas. scope: deliver One (1) Portable Hvac Unit That Can Provide 270,000 Btu Cooling And Be Capable Of Providing 166,600 Btu Of Heat Utilizing Electric Heat Strips. In Addition, Deliver Two (2) Portable Cooling-only Units That Can Provide 135,000 Btus Of Cooling. All Units Shall Include Flexible, Durable Ducts That Can Provide Supply And Return Air From To And From Specific Areas As Required To Maintain Hospital Operations And Adequate Climate Control. These Units Shall Also Include Color Coded Electrical Connections With Cam Lock-style Electrical Connections. The Unit Staged Outside During Operation And Provide Climate Control To The Required Area Of The Hospital During Building Hvac System Failures. place Of Perfomrance: va Prescott Healthcare System 500 North Hwy 89 prescott, Az 86313 deliverables: clin description qty uom 0001 indoor/outdoor Portable Air Conditioner With Heat Strip, 270000 Btu, 460-480v Kwikool B2304101 Or Equal 1 ea 0002 indoor/outdoor Portable Air Conditioner, Cooling Only, 135000 Btu 230v Kwikool B664343 Or Equal 2 ea each Clin Must Include All Necessary Accessories To Hook Up Units To A Va Supplied Generator, Including Lock Cables And Indoor/outdoor Flexible Duct In Order To Set Up These Portable Hvac Units To Each Unit Cost. note: Potential Offers Must Be Aware That The Items Being Acquired Are Procured As Brand Name Or Equal. For Those Items That Are Or Equal , A Description Of The Salient Characteristics Is Outlined Below. The Far Clause 52.211-6 Brand Name Or Equal Applies To This Acquisition. Offeror Quotations Must Demonstrate Meeting The Salient Physical, And Functional Characteristics Included In This Solicitation, Otherwise, They Will Be Considered Non-responsive And Not Considered For Award. kwikool Part Number: B2304101 kwikool Part Number: B664343 salient Characteristics: clin 0001 Indoor/outdoor Portable Heating/cooling Unitâ equivalent To Kwikool B2304101: cooling Capacity: 270,000 Btu heating Capacity:166,600 Btu (48 Kw) must Utilize Electric Resistance Heating - Heat-strip Style Or Equivalent electrical Dataâ  460v Three Phase Power shall Be Able To Run Off A 70kw Mobile Generator Provided By The Va. operating Conditions unit Shall Be Designed To Operate In Outside Ambient Temperatures From 30â°f To 110â°f. unit Shall Be Weatherproof For Sustained Operations In Inclement Weather. safety units Shall Have A Csa, And/or Ul Certification. units Will Need To Operate At Temps As Low As 30â°f And Shall Incorporate Applicable Safety Devices Or Design Elements To Prevent The Evaporator From Freezing Up Or Icing Over. hookups & Connections ducting: unit Shall Have Ducting Flanges For Both Supply And Return Air Capable Of Connecting Flexible Ducting In Sufficient Size To Meet Rated Cooling Capacity. shall Include At Least 100 Of Associated Indoor/outdoor Flexible Ducting In 25 Sections, In Sufficient Size To Feed Conditioned Air To The Area Of Need In The Hospital. (example: Brand Name Or Equal To Kwikcool Kk-duct20y-25) ducting Shall Be A Highly Visible, On The Yellow Color Spectrum Or Hue. electrical Hookups: unit Shall Include As Set Of Color-coded Cam Lock-style Connections For Electrical Connections Between The Unit And A Va Supplied Generator. To Be Hard Wired On One End And Cam Lock On The Other End. deployment: unit Shall Be On A Skid Capable Of Being Deployed By A Forklift With A 5000lb Capacity factoring In Depth Dimensions Exceeding Fork Length. clin 0002 Indoor/outdoor Portable Cooling-only Unitâ equivalent To Kwikool B664343: cooling Capacity: 135,000 Btu electrical Dataâ  230vthree Phase shall Be Able To Run Off A 50kv Generator Provided By The Va operating Conditions unit Shall Be Designed To Operate In Outside Ambient Temperatures From 30â°f To 110â°f. unit Shall Be Weatherproof For Sustained Operations In Inclement Weather. safety each Unit Shall Meet Csa And, Or Ul Certification. units Will Need To Operate At Temps As Low As 30â°f And Shall Incorporate Applicable Safety Devices Or Design Elements To Prevent The Evaporator From Freezing Up Or Icing Over. hookups And Connections ducting: each Unit Shall Have Ducting Flanges Capable Of Connecting Flexible Ducting In Sufficient Size To Meet Rated Cooling Capacity. shall Include At Least 75 Total Length, In 25 Sections, Of Associated Indoor/outdoor Flexible Ducting In Sufficient Size To Feed Conditioned Air To The Area Of Need In The Hospital. ducting Shall Be A Highly Visible, On The Yellow Color Spectrum Or Hue electrical Hookups: each Unit Shall Include As Set Of Color-coded Cam Lock-style Connections For Electrical Connections Between The Unit And A Va Supplied Generator. To Be Hard Wired On One End And Cam Lock On The Other End. deployment: unit Shall Be On A Skid Capable Of Being Deployed By A Forklift With A 3500lb Capacity factoring In Depth Dimensions Exceeding Fork Length. warranty: government Requirement For Standard Manufacturer Industry Warranty Term. The Government Does Not Accept Extended Warranty, Which Require Advance Payment. delivery: all Items To Be Delivered After Receipt Of Purchase Order No Later Than 6/29/2025. delivery And Receipt Of The Proposed Items Is Anticipated To Be Directed To The Location Identified Below. Confirmation Of Delivery Location Will Be Provided By The Va Point Of Contact (poc) Post-award. Delivery Must Be Coordinated With Va Pocs. delivery Address: va Prescott Healthcare System building 165 500 North Hwy 89 prescott, Az 86313 prior To Any Attempts At Delivery. Any Item That Has Not Been Coordinated Will Be Turned Away And Any Additional Charges Will Be The Responsibility Of The Sender/transportation Company. hours: Normal Duty Hours Are 7:30 A.m. Through 3:30 P.m., Monday Through Friday, Not Including Federal Holidays. Whenever Contact With A Facility Is Required Outside Of Normal Duty Hours, The Contractor Shall Coordinate These Times With The Designated Poc. in Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97 The Following National Holidays Are Observed And For The Purpose Of This Contract Are Defined As Legal Federal Official Holidays. new Year S Day january 1st martin Luther King S Birthday third Monday In January president S Day last Monday In February memorial Day last Monday In May juneteenth june 19th independence Day july 4th labor Day first Monday In September columbus Day second Monday In October veteran S Day november 11th thanksgiving Day fourth Thursday In November christmas Day december 25th noncontract Charges: The Contractor Shall Not Perform Any Service That Will Result In Additional Charges Without Prior Approval From The Contracting Officer. payment: Payment Will Be Made Upon Receipt Of A Properly Prepared Invoice Which References The Period For Which Payment Is Due, The Contract Number And/or Assigned Purchase Order Number. The Invoice Must Include The Correct Payment Address. failure To Carry Out The Above Procedures Will Be Considered As A Failure To Document The Service Visit And Will Constitute A Failure To Perform. all Shipping Must Be Included In The Cost Of The Contract. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Sow Requirements. For Instances Where Your Company Cannot Meet The Draft/salient Characteristics/sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a. (3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi? (5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Draft/salient Characteristics/sow? (6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified. (8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items? (10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act? (12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate. (13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail? (14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained. (15) Does Your Organization Offer A Leasing Solution? Please Elaborate. (16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s). (17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract. (18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number. responses To This Notice Shall Be Submitted Via Email To Hestia.sim@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Thursday, February 20, 2025, By 10:00 Am Pt. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.

Department of Transportation with headquarters in Podgorznia Tender

Electrical and Electronics...+1Electrical Works
Poland
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Department of Transportation with headquarters in Podgorznia | "Construction and Reconstruction of a Pedestrian Path Along the County Road No. 2368c Barcin - Złotniki Kujawskie in the Town of Barcin"

Manitoba Transportation And Infrastructure Tendering And Contracts

Machinery and Tools...+1Aerospace and Defence
Canada
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Manitoba Transportation And Infrastructure Tendering And Contracts | Supply And Delivery Of Lidar Drones

Manitoba Transportation And Infrastructure Tendering And Contracts

Civil And Construction...+1Civil Works Others
Canada
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Manitoba Transportation And Infrastructure Tendering And Contracts | Flood Response - Construct/remove Dike Closures Vicinity Of Dominion City, Mb

Consortium of Transportation of the Cadiz Bay Tender

Automobiles and Auto Parts
Spain
Closing Date20 Jan 2025
Tender AmountEUR 2.3 K (USD 2.3 K)
Purchaser Name: Consortium of Transportation of the Cadiz Bay | Minor Contract for Topographic Survey Services at the Jerez Hospital

Manitoba Transportation And Infrastructure Tendering And Contracts

Machinery and Tools...+1Automobiles and Auto Parts
Canada
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Manitoba Transportation And Infrastructure Tendering And Contracts | Supply Of Equipment For Clearing Ice At The South Indian Lake Ferry Channel

Special Director Of Road And Transportation Services Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Turkey
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Special Director Of Road And Transportation Services | Kilis Provincial Special Administration Asphalt Plant OG Facility Maintenance and Repair Work

Manitoba Transportation And Infrastructure Tendering And Contracts

Civil And Construction...+2Bridge Construction, Construction Material
Canada
Closing Date22 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Manitoba Transportation And Infrastructure Tendering And Contracts | Supply And Delivery Of Corrugated Steel Culverts
8761-8770 of 9247 archived Tenders