Transportation Tenders
Transportation Tenders
DEPARTMENT OF MIGRANT WORKERS DAVAO CITY, DAVAO DEL SUR Tender
Others
Philippines
Details: Description Re Quest For Price Quotation Date: 23 January 2025 Rfq No: 001-2025 Company/business Name: Address: Business/mayor’s Permit No. Tin No. Philgeps Registration No.: The Department Of Migrant Workers (dmw) Ro Xi, Through Its Bids And Awards Committee (bac), Intends To Procure The Security Service For Dmw Ro Xi For Cy 2025 Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein Addressed To: Atty. Persis Niña M. Mula-enriquez Chairperson, Bids And Awards Committee 3/f Nccc Buhangin, Km. 7 Tigatto Rd., Buhangin, Davao City Contact No. 09310298009 E-mail Address: Davao@dmw.gov.ph Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than 28 January 2025 At 11:00 Am. The Following Documents Are Also Required To Be Submitted Along With Your Quotation On The Specified Above Or Before A Notice Of Award Is Submitted: Documents Remarks 2025 Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired 2024 Mayor’s Or Business Permit With The Official Receipt Of The Renewal Application. However, A Copy Of Your 2025 Mayor’s Or Business Permit Shall Be Required To Be Submitted Before The Award Of The Contract. Philgeps Registration Number For Procurement Requiring A Mayor’s Permit And Philgeps Registration Number, A Certificate Of Platinum Membership May Be Submitted In Lieu Of The Said Documents. Latest Income/business Tax Return Required For Abc Above P500k. Omnibus Sworn Statement Required For Abc Above P50k. If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement (in The Prescribed Template), Subject To Compliance Therewith Before The Award Of The Contract. For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Valid License To Operate From Supervisory Office For Security And Investigation Agency (sosia); Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate; And For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Mandatory Technical Specifications (with Asterisk) Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/ Disqualified. 4. Quotations May Be Submitted Through Electronic Mail At Davao@dmw.gov.ph. Compressed Password-protected Price Quotations, In Case Of Electronic Submission, Shall Be Sent At Davao@dmw.gov.ph With The Corresponding Password. 5. Quotations Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. 6. Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/ Lowest Calculated And Responsive Quotation, The Dmw Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With The Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Dmw. The Delivery Of The Item/s Shall Be Acknowledged Upon Delivery To Confirm Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered, Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dmw May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. After Having Carefully And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Security Services For Dmw Ro Xi For Cy 2025 Technical Specifications Yes No Remarks Manpower Requirement 1. The Department Of Migrant Workers (dmw) Is In Need Of Security Services For Cy 2025, To Maintain Safety, Peace And Order Inside The Building And Around The Dmw’s Premises; As Well As Protect Its Officials, Employees, Visitors And Guests From Assault, Harassment, Threat And/or Intimidation And Other Criminal Acts; Guard And Protect Its Property From Theft, Arson, Pilferage, Trespass, Robbery, Destruction Or Damage And Other Unlawful Acts By Strangers Or Employees. 2. The Prospective Bidder Must Be An Active Member Of The Philippine Association Of Detective And Protective Agency Operators (padpao), Inc. For At Least Five (5) Years, With Good Standing And Duly Accredited With The Philippine-government Electronic Procurement System (phil-geps) Of The Department Of Budget And Management (dbm). 3. The Prospective Bidder Must Have Completed And/or Has An Ongoing Similar Contract. 4. The Prospective Bidder Shall Comply And Submit The Required Eligibility Requirements Per Ra 9184 And Dmw Bids And Awards Committee (bac). 5. The Security Agency Must Have A Branch Office In Davao City To Provide The Following: Location No. Of Security Guards Davao City 2 Sg (7:00 Am To 7:00 Pm) A Total Of Two (2) Qualified And Competent Uniformed, Armed, And Bonded Security Guards In Accordance With Ra 5487, Private Security Agency Law As Amended And As Well As Other Related Laws And Regulations. The Security Personnel Shall Render Service Five (5) Days A Week. Upon The Exigency Of The Service Or Need Of The Security Personnel Posted, The Guard Shall Extend Duty Hours And Shall Be Entitled To Overtime Pay. The Agency Shall Submit A Weekly Deployment Schedule Of Guards And Daily Actual Deployment Report. Subject To Approval Of The Official Where They Are Assigned. 6. For This Purpose, The Security Agency Shall Provide Dmw A Security Plan And Complete List Of The Names Of The Security Guards And Their Supervisors, Together With The Necessary Firearms And Ammunitions To The Guards Assigned To The Dmw As Well As Communications And Transportation Equipment, Health Paraphernalia Such As Face Shield And Face Mask For The Guard And Other Security Equipment Services And Shall See To It That When On Duty, They Are In Prescribed Uniform With Complete Accoutrements (see Item 12 (ii-5); Completeness Of Uniform And Paraphernalia). Likewise, Their Respective Dates Of Hiring Together With Their Respective Bio-data Duly Subscribed And Sworn To. In Case Of Any Change In The Roster Of Security Guards Including Their Supervisor Assigned To The Dmw, The Agency Shall Immediately Inform The Dmw And Shall Submit The Aforecited Data. 7. The Security Agency Shall Ensure That The Guards To Be Deployed Must Present Medical Certificate And Nbi Clearance. 8. The Supervisor Of The Security Guards Shall Initiate And Implement, With The Concurrence Of The Dmw, Other Security Measures, Aside From The Approved Security Plan, To Further Improve And Maintain Effective And Efficient Security Service For The Dmw. Any Member Of The Security Force Deployed By The Security Agency May Be Replaced Or Rotated Upon The Recommendation Of The Dmw. 9. It Is Expressly Understood And Agreed That The Security Agency Is Not An Agency Or Employee Of The Dmw And The Personnel To Be Assigned By The Security Agency To The Dmw Are In No Case Employee To The Latter As They, For All Intents And Purpose, Are Under Contract With The Security Agency. Accordingly, The Dmw Shall Not Be Responsible For Any And All Claims For Personnel Injury Or Damage, Including Death Arising Out Or, Or On The Course Of, The Lawful Performances Of The Regular And Official Function Of The Said Security Personnel. 10. The Security Agency Shall Exercise Discipline, Supervision, Control And Administration Over Its Guards In Accordance With Law, Ordinances And Permanent Governmental Rules And Regulations As Well As The Rules And Policies Prescribed By The Dmw On The Matter. Schedule Of Requirements: Post Area Of No. Of Hour Day No. Responsibility Guards Coverage 1 Dmw Regional 2 7:00 Am To Mon- Office Xi 7:00 Pm Fri Within The Duration Of The Contract The Security Service Contractor (ssc)/private Security Agency (psa) Shall Provide The Minimum Requirement Of Equipment But Not Limited To The Following: Quantity Unit Description 2 Units Side Arms 2 Units Night Sticks (batons) & Whistle 2 Units Handheld Radio With Headset 2 Pcs Spare Battery Of Handheld Radio 2 Units Handheld Metal Detector I. Scope Of Services The Security Agency Shall Provide And Deploy Sufficient Number Of Efficient, Well Trained, Experienced And Trustworthy Personnel For Security Services Daily, For The Year 2025 Per Labor Advisory No. 15, Series Of 2018 Under The Herein Schedule Of Deployments And Work Shift. The Agency Shall Provide The Supplies And Equipments As Stated In Item No. 10 - Schedule Of Requirements. Ii. Performance Criteria 1. The Security Agency Must Have Deployed At Least 10 Guards With Its Previous Contract With Other Government Agency. 2. The Security Agency Must Be Of Good Standing And Should Not Have Pending Cases With Other Agencies, Department Of Labor (dole), National Labor Relations Commission (nlrc), Other Government/private Agency And Judicial Courts. Any Pending Case By The Agency That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration May Be A Ground For Outright Denial And/or Disqualification By Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. Iii. Additional Set Of Technical Evaluation Parameters 1. Stability A) Years Of Experience – At Least 5 Years In Business B) Liquidity Of The Contractor – At Least 5 Million (current Assets Minus Stocks Minus Current Liabilities Based On Balance Sheet As Of December 31, 2022) C) Organizational Set-up – With Good Office Set-up, Personnel And Office Tools And Equipment. (submit Organizational Structure And List Of Officers) 2. Resources A) Number Of Licensed Firearms B) Number And Kind Of Communication Devices C) Number And Kind Of Motor Powered Vehicles Number And Kind Of Equipment And Supplies – With The Minimum Number And Kind Of Equipment And Supplies As Specified In Item No. 10 - Schedule Of Requirements D) Number Of Guards – With At Least 50 Security Guards 3. Security Plan General Security Protocol A) The Security Agency Shall Provide The Dmw With Twelve (12) Hour Security Service Based On The Schedule Of Requirements: Deployment Schedule. B) The Security Agency Shall Maintain A Pool Of Security Guards And Promptly Provide Relievers/replacements In Case Of Absences Of Any Of The Assigned Security Officer Or Guard In Order To Insure Continuous And Uninterrupted Security Service. The Head Of Office Shall Promptly Be Informed Of The Contingency Arrangements By The Security Agency In Cases Of Absences And/or Necessary Replacements Of Their Security Personnel Assigned To Dmw. A Security Guard Shall In No Case, Act As A Reliever After His Tour Of Duty. C) The Security Guard On Duty Shall Be Responsible For Closely Monitoring And Recording Of Movement Of All Office Materials, Supplies And Personnel Within The Assigned Area Of Responsibility. Whenever Equipment Is Brought Out Of The Building, The Security Guard On Duty Shall Demand A Gatepass Duly Signed By The Head Of The Office. D) The Security Guard On Duty Shall Be Responsible For The Proper Screening Of Visitors And Guest Observing The Proper Decorum In A Very Courteous And Polite Manner. The Security Guard Shall Require Visitors And Guests To Register In The Visitor’s Logbook, Issue A Visitor’s Pass, If Applicable, And Check For Any Firearms Or Deadly Weapons That They May Deposit For Safekeeping And Issued With The Appropriate Acknowledgement Receipt. E) The Security Guard On Duty Shall Be Duly Authorized To Inspect Bags And Packages And Search Individuals, Including Employees When Necessary. 4. Disaster Management Plan A) Fire B) Earthquake C) Flood D) Bomb Threat 5. Recruitment And Selection Criteria A) The Security Agency Shall Ensure That The Security Guards Are Properly Screened, Declared Physically And Mentally Fit And Undergone On-the-job-training Before They Are Allowed To Report To Their Assigned Posts. Security Guards Shall In No Instance Be In The Influence Of Liquor/alcohol Or Any Prohibited Drugs While On Duty. Upon The Instance When Dmw Through Its Head Of Office Found Any Security Guard To Be Under The Influence Of Liquor Or Any Prohibited Drugs, The Security Agency Shall Immediately Replace The Said Security Guard. B) All Security Guards To Be Assigned By The Security Agency To Dmw Must Possess The Following Minimum And Basic Qualifications: B.1) Filipino Citizen; B.2) 21 Years Old But Not More Than 45* Years Of Age; Preferably At Least 2nd Year College Of Sound And Alert Mind And Physically Fit For Security Duties; *more Than 45 Years Old Are Subject To Approval Of Dmw B.3) At Least 5 Feet In Height Of Medium Built; B.4) Duly Licensed And Must Have Passed The Physical And Neuro-psychiatric Examination And Drug Test Required By The Pnp And Cleared By The Pnp, Nbi And Other Concerned Government Officers; B.5) Must Be A Holder Of Certificate Of Training For Security Guards Issued By Recognized Police Agency And Such Other Requirements Under R.a. 5478, As Amended; B.6) If Those With Military Background, Must Submit Honorable Discharge Papers; And B.7) Of Good Moral Character C) The Security Agency Shall Conduct Seminars At Least Once Every Quarter To Further Train Its Security Guards On Emergency Response, Public Relations, Courtesy, Discipline, First Aid, Report Writing, Crisis Management, Proper Use And Maintenance Of Firearms, Laws On Arrest, Seizure, Searchers, Evidence, Strikes, Crime Against Persons And Property, And Other Related Topics; D) All Security Guards Shall Be Screened By The Head Of Office Before Their Acceptance. The Following Should Be Submitted For Evaluation Of The Head Of Office: D.1) Transcript Of Records Showing Compliance To Education Requirements; D.2) Medical Certificate Attested Within Two (2) Weeks Prior To Assignment To The Dmw, Showing The Physical And Mental Fitness, Height And Weight Of The Candidate; D.3) Certificate Of Live Birth Of The Candidate Showing Exact Date Of Birth On Record; D.4) Nbi Clearance D.5) Current/unexpired Security Guard License Issued By The Pnp. D.6) Certificate Of Training D.7) Recent 2x2 Picture D.8) Sss Membership D.9) Drug Test Certification D.10) Police And Barangay Clearances Showing That The Candidate Is A Citizen Of Good Moral Character In The Community. E) After Evaluation Of The Submitted Documentary Requirements And Acceptance Of Security Personnel, The Security Agency Shall Submit To The Head Of Office The Duty Detail Order Of The Accepted Security Personnel To Be Deployed To Dmw Ro Xi F) The Number Of Security Guards May Be Subsequently Increased Or Decreased As May Be Determined By Dmw Depending Upon The Circumstances; 6. Completeness Of Uniform And Paraphernalia I. The Security, Shall At All Times During The Tour Of Duty, Assign To Dmw Uniformed And Adequately Trained Security Personnel With Duly Licensed Firearms And Ammunitions With Adequate Licenses And Permits From Appropriate Government Agencies And Fully Equipped With Supplies Necessary For The Successful Implementation Of Their Duties. Ii. The Security Agency Shall Provide All Security Guards And Security Officers With Clean And Presentable Uniforms, Nametags/id, Raincoats, Batons At Its Own Cost And Other Necessary Tools Such As But Not Limited To Metal Detectors, Weapons And Ammunitions Needed. Iv. Other Duties Of Security Agency 1. The Security Agency Shall Be Under The Direct Control And Supervision Of The Dmw Head In So Far As The Security Requirements And Concerns Of The Latter. 2. The Security Agency Shall Accordingly Coordinate With Head Of Office To Conduct A Survey Of The Areas Of The Security Plan Based On Their Requirements. The Agency Shall Submit A Security Plan Based On Their Survey As Part Of Their Documentary Submissions. The Security Agency Shall Strategically Position Their Guards In Accordance With The Security Plan Save In Those Instances When There Is A Duly Authorized Special Security Arrangement With The Chief Of Office Concerned Or The Building Administration Office, As Cleared And Duly Coordinated With Administrative Unit. 3. The Security Agency Shall Immediately Replace Any Security Guard Or Officer/personnel Who May Be Found To Be Undesirable And/or Incompetent, Involve With Immoral And Illegal Activities By The Dmw Through Administrative Unit Or Head Of The Office) Upon Receipt And Verification Of Any Complaint Report Or Request. 4. The Security Agency Shall Visit The Client Or Its Representative Regularly For A Meeting At Least Twice A Month Concerning Security Operations And Other Concerns Of The Detachment; 5. The Security Guards Shall Undergo A Quarterly Drug Test At The Expense Of The Security Agency; Submit Test Results As Proof Of Compliance; If Found Positive, The Security Agency Shall Notify Dmw In Writing And Provide Replacement. 6. The Head Of The Office Jointly Or By Themselves, Shall Have The Right To Randomly Inspect The Security Guards In Their Posts To Determine Compliance On The Physical Condition Of The Security Guard On Duty, With Emphasis On Checking Whether The Guard Is Under The Influence Of Liquor And Other Intoxicating Experience Or Prohibited Substances. Reports Of Security Guards Under The Influence Of Liquor Or Other Prohibited Substances Shall Be Ground For Suspension Or Debarment Of Such Person Or If Warranted, The Pre-termination Of The Contract With Security Agency With The Dmw Without Prejudice To Any “blacklisting” Proceedings That May Be Initiated By Dmw Against The Security Agency. 7. The Security Agency Shall Be Directly Liable For The Loss, Due To Negligence Of The Assigned Security Guards Of Any Properties Of The Dmw. 8. It Is Mutually Agreed Between The Parties That The Retirement Benefits Due To The Guards Shall Exclusively Be Borne By The Security Agency Accordingly. V. Other Terms And Conditions That Will Be Included In The Contract 1. The Dmw Shall Deduct The Cost Of Maintaining The Post For The Day/shift If The Assigned Guard Is Under The Influence Of Liquor Or Prohibited Drugs Were Learned, Even If Replacement/reliever Has Been Provided; 2. Any Case Regardless Of The Nature Thereof By The Security Agency Against Dmw, Its Officers And / Or Any Of Its Personnel, That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration Shall Be A Ground For Outright Denial And / Or Disqualification By The Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. 3. The Security Agency With Pending Case Or Have Filed A Case Against Dmw Is Not Allowed To Participate In The Bidding. Vi. Payment Of Security Services Rendered 1. Payments For Services Rendered In Accordance With The Contract Shall Be Made By The Administration With The Security Agency On A Twice A Month Or Monthly Basis As The Case Maybe, Subject To The Withholding Of Any Lawful Charges And Subject Further To The Presentation By The Ssc/psa Of A Certification Of Compliance With All Existing Social And Labor Laws: The Wages (minimum Wage, 13th Month Pay, Service Incentive Leave With Pay) Have Been Paid And That All Remittances Due To The Government (retirement Benefit (ra 7641)/ Sss/ Philhealth/ Insurance Fund/ Pag-big/ Ecc Premium Contributions And Other Mandatory Benefits.) Are Made As Required Under Existing Government Auditing Rules And Regulation. The Department Reserves The Right To Inspect The Payroll Of The Security Agency In Order To Verify That The Wages Have Been Paid. Any Violation Shall Be Sufficient Ground For The Termination Of The Contract Without Prejudice To The Liability Of The Ssc/psa. 2. Claims For Payment By The Security Agency Must Be Supported By A Copy Of All Remittances Due To Sss, Pag- Ibig And Philhealth. The Security Agency Is Also Required To Submit Rf-1 (philhealth), R-3 (sss) And Hdmf Remittance Lists For Pag-ibig And Other Deductions/contributions Authorized By Law. 3. Payment Shall Be Made Within Fifteen (15) Working Days Upon Complete Submission Of The Following Documents: A) Dtrs Of All Security Guards Signed By The Duly Authorized Officer; B) Proof Of Preceding Month Remittances To Sss, Philhealth And Pag-ibig Together With The Transmittal Sheet With Stamped Received By The Said Agencies I.e. Sss, Philhealth, Pag-ibig, And Other Documents As May Be Required; And C) Invoice Of Billing Or Statement Of Account For The Period Covered. 4. All Taxes Payable To The Government Shall Be Borne By The Security Agency. 5. In Case Of Increase In Wages Rates Due To Enactment Of New Laws, The Security Agency May Seek Adjustment In Writing, Subject To The Approval Of The Authorities Concerned. 6. The Security Agency Shall Guarantee Payment To The Dmw, For Any Loss Of Or Damage To Its Property Provided That The Same Occurred Within The Jurisdiction Of The Security Agency And It Was Duly Established After Due Investigation That Said Loss Or Damaged Was The Result Principally Of The Act, Omission, Negligence Of Fault Of The Security Agency Or Its Security Personnel. Provided, Further That Such Loss, Pilferage, Or Damage On The Properties Involved Is Reported In Writing To The Security Agency Within Three (3) Working Days From The Occurrence Or Discovery Thereof. When Such Loss Or Damage Is Caused By Force Majeure Or Fortuitous Events, The Security Agency Shall Not In Any Way Be Held Responsible. In The Event The Security Agency Is Made To Pay For Such Loss Or Damage, It Shall Be Subrogated To The Rights Of The Client Against The Party Or Parties Responsible For Such Loss Or Damage. The Security Agency Performance Security Shall Be Liable For The Damages Or Losses That May Arise Directly Or Indirectly Attributable To The Negligence Or Misbehavior Or Direct Participation Of The Security Guard Assigned By The Security Agency. In Case The Bond Is Not Sufficient To Cover Such Losses Or Damages, The Security Agency Will Have To Pay The Balance Directly To The Dmw. Vii. Termination Of Contract 1. The Security Agency Shall Assume Full Responsibility For Any Claim For Any Compensation On Injuries From Accidents In Connection With Performance Of The Duties Of Security Guards And Shall Free The Dmw For Any Legal Suit In Connection Therewith. 2. Any Provision, Converts And Stipulations In The Contract Which May Be Contrary To Law, Morals, Good Customs, Public Order Or Public Policy Shall Be Void An Initio And Deemed Not To Have Been Written And In Their Instead, The General Provisions Of Law Shall Apply. 3. In Case Of Any Violations Of The Stipulations And Covenants Of The Contract, The Security Agency Agrees To Allow The Dmw To Automatically Rescind And/or Terminate The Same Without Notice To The Security Agency, And That The Dmw Shall Be Entitled For Damages Sustained. The Dmw Has The Right To Unilaterally Award Or Renegotiate The Unfinished Services/unexpired Portion Of The Contract To Another Security Agency. 4. Any And All Disputes Arising From The Implementation Of A Contract Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The Arbitration Law; Provided, That By Mutual Consent, The Parties May Agree In Writing To Resort To Alternative Models Of Dispute Resolution. 5. The Parties Hereunto Agree That Any Or All Actions Arising From The Contract Shall Be Filed In The City Of Davao. Viii. Assessment Or Evaluation Of The Performance Of The Service Provider/contractor 1. Before End Of The Year, Dmw Shall Conduct An Assessment Or Evaluation Of The Performance Of The Service Provider/contractor. 2. The Security Service Contractor (ssc)/private Security Agency (psa) Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of The Contract Based On A Prescribed Set Of Performance Criteria. The Performance Criteria To Be Applied Shall Include, Among Others, The Following: A) Quality Of Service Delivered; B) Time Management; C) Management And Suitability Of Personnel; D) Contract Administration And Management; And E) Provision Of Regular Progress Reports. 3. Based On Its Assessment, Dmw May Pre-terminate The Contract For Failure By The Ssc/psa To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Guidelines On Termination Of Contracts Issued By The Government Procurement Policy Board Under Resolution No.018-2004 Dated 22 December 2004. Ix. Contract Cost And Duration 1. The Contract Shall Be For Cy 2025, January To December 2024. However, Either Party May Terminate The Contact By Giving The Other Party Thirty (30) Days Notice In Writing Prior To Such Termination. 2. The Approved Budget Cost For The Security Service For Cy 2025 Is Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Inclusive Of Vat. 3. The Financial Proposal Shall Contain A Breakdown Of All Costs, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. 4. Retirement Benefits Shall Be Released To The Security Guard/officer Upon Retirement, Resignation, Transfer Of Service To Sister Agency Or Other Agency Or As The Security Guard/officer Is No Longer Connected To The Agency. 5. The Security Guard/officer Is Entitled To Overtime Pay Provided That Dmw Has Written Request To The Security Service Contractor (ssc)/private Security Agency (psa), Signed By The Administrator. 6. All Bid Prices For A Duration Of One (1) Year Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: A. Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order Issued After Date Of Bidding, Increase In Taxes; And B. If During The Term Of The Contract The Dmw Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. 7. The Dmw Ro Xi Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. I Hereby Certify To Comply With All The Technical Specifications Stated In The Terms Of Reference. Name Of Company/bidder Signature Over Printed Name Date Financial Offer: Security Service For Dmw Ro Xi For Cy 2025 Approved Budget For The Contract: Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Qty Unit Description Monthly Rate (inclusive Of Vat) Total Amount For Jan-dec 2025 (inclusive Of Vat) 1 Lot Security Service For Dmw Ro Xi For Cy 2025: - 2 Guards (7:00 Am To 7:00 Pm) Total Amount In Words: Signature Over Printed Name Position/designation Office Tel./fax/mobile Nos. E-mail Address/es
Closing Date28 Jan 2025
Tender AmountPHP 572.1 K (USD 9.7 K)
Bureau Of Customs Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Procurement Of Provision Of Photocopier Rental And Related Services For Fy 2025 (early Procurement Activity) (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Provision Of Photocopier Rental And Related Services For Fy 2025 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2025 Intends To Apply The Sum Of Two Hundred Thirty-eight Thousand Pesos (₱238,000.00) Being The Abc To Payments Under The Contract For The Provision Of Photocopier Rental And Related Services For Fy 2025 With Project Identification Number _____________. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period January 1, 2025 To December 31, 2025. Bidders Should Have Completed, Within Two (2 Years) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On December 30, 2024. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On December 30, 2024, 3:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Further, Please Be Informed That This Is An Early Procurement Of The Fy 2025 Program/activity/project To Ensure Efficient And Full Implementation Of Program/activity/project Within The Validity Period Of The Fy 2025 National Budget Per Gppb Circular No. 06-2019. The Appropriation For This Expense Is Included The Fy 2025 National Expenditure Program Submitted To Congress For Enactment. The Notice Of Award Shall Be Issued Upon Approval Of The Fy 2025 General Appropriations Act (gaa) By Congress And Signed By The President Into Law. 8. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Provision Of Photocopier Rental And Related Services For Fy 2025 With Identification Number ___________________. The Procurement Project (referred To Herein As “project”) Is Composed 1 Lot Photocopier Rental And Related Services, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1 The Gop Through The Source Of Funding As Indicated Below For Fy 2025 In The Amount Of Two Hundred Thirty-eight Thousand Pesos (₱238,000.00). 2.2 The Source Of Funding Is Fy 2025 National Expenditure Program. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: 10.1 Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 10.2 The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices 11.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 16.2 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 18.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 19.1 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 20.1 The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be A. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Photocopier Rental And Related Services For Fy 2025, With Abc Of ₱ 238,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All He Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Test The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service The Service Provider Shall Provide The Following Monthly Services As Shown Based On The Estimated Copy Volume Of Standard/monochrome And A3/colored Capable Machines: Type Of Machine Estimated Copy Volume Per Year Price Total Per Year Standard/monochrome 150,000 ₱1.00 / Copy ₱150,000.00 A3/colored (collector’s Office) 80,000 ₱1.10 / Copy 88,000.00 *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Project Requirement Minimum Technical Requirements Unless Otherwise Specified A. Standard Type Photocopying Machines General Specifications : Three (3) Refurbished Units Main Function : Copy, Print, Scan Color Support : Monochromatic Copying And Printing Monthly Duty Dycle : Paper Input Capacity : 500 Sheets X 2 + 1 Bypass System Memory : 1 Gb Toner System : Eco-friendly Toner Or Equivalent Copier Specification Copier Resolution : 600 X 600 Dpi Multiple Copy : 1-999 Sheets Original Size : A5-legal Size Magnification : 25-400% Warm-up Time : 30 Secs Or Less First Copy Time : 6.4 Secs Or Less Printer Specification Printer Speed : 36 Pages Per Minute Print Resolution : 600 X 600 Dpi Scanner Scan Speed : 30 Originals Per Minute Scan Resolution : 600 X 600 Dpi System Specification Interface Standard : Fast Ethernet/usb 2.0 Reverse Automatic Document Feeder : 50 Sheets Or Higher Automatic Duplexing : Stackless 60-120 Gsm Finishing Modes : Electronic Sorting/collating Function Model Year : 2022 Or Newer Version B. A3/colored Capable Photocopying Machine General Specifications : One (1) Brand New Unit For The Collector’s Office Main Function : Digital Copy, Print, Scan Imaging System : Eco-friendly Toner Or Print/copy Speed : Up To 20 Prints Per Minute Print/copy Resolution : 600 X 600 Dpi Original Size : A5-a3 Model Year : 2022 Or Newer Version Note: The Deployment Scheme Of Photocopier Machines Shall Be Provided To The Winning Bidder Confidentiality Agreement Photocopier Rental And Related Services Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Photocopier Rental And Related Services The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Financial Offer Photocopier Rental And Related Services Approved Budget For The Contract (abc) (2025) Product Offered Quotation/per Print (photocopy) Two Hundred Thirty-eight Thousand Pesos Only (₱238,000.00) Standard/monochrome A3/colored Responsibilities Of The Service Provider Provide The Following During The Duration Of The Contract: 1. Photocopying Machines To Be Installed At The Designated Offices As Indicated Above Must Be Of The Same Brand And Model Number; 2. Ensure That The One (1) Unit Of A3/colored Machine Is Brand New And The Remaining Three (3) Unites Are Certified Refurbished. The Service Provider Is Required To Submit A Manufacturer’s Letter Or Equivalent For Brand New A3/colored Capable Unit And Certification Or Equivalent Proof That The Units Are Renewed/refurbished For The Rest Of The Machines, Which Shall Be Validated By The Supplier Officer; 3. All Cost Relative To Installation Shall Be For The Account Of The Service Provider; 4. Free Monthly Maintenance, Service, Spare Parts And Consumables (supply Of Paper Is For The Account Of The Bureau Of Customs, Sub-port Of Mactan (boc Mactan); 5. Free Comprehensive Key Operator Training Rental Scheme. No Cash Outlay; 6. Provide Available Technical Support 8 Hours A Day, 5 Days A Week Within The Contract Period. Any Issues Must Be Resolved Within One (1) Business Day Upon The Receipt Of The Report; 7. Continuous Improvement Of Rental System: With Model Upgrading, Availment Of A Back-up Unit And/or Services At No Extra Cost To Boc Mactan; 8. All Toner And Other Consumables Provided Must Be Brand New And Original; 9. Minimum One Percent (1%) Allowance On Gross Copies For Spoilage; 10. Provide At Least Three (3) Sets Of Consumables To Be Replenished Within Forty-eight (48) Hours Upon Consumption, Such As But Not Limited To Toners And Cartridges, Which Shall Be Stored For Safekeeping And Monitoring At The Supply Section. The Delivery Time Of These Items Shall Be Within Thirty Days (30) After The Delivery Of The Photocopy Machine Units; 11. Provide One (1) Back-up Service Unit To Be Stored At The Supply Section For Safekeeping. This Unit Must Be Regularly Maintained And Replaced If Necessary; 12. Conduct Regular Monthly Meter Readings, Which Shall Be Accompanied By An Authorized Administrative/or Supply Officer. In Addition, The Service Provider Shall Submit A Monthly Report To The Supply/or Administrative Officer Providing The Exact Number Of Copies And Cost Per Machine; 13. Conduct Training To A Least One (1) Boc Mactan Personnel (per Designated Office) Subject To The Schedule Agreed Upon During Contract Implementation; Other Conditions 1. In The Event That Excess Copies Are Produced Beyond The Estimated Copy Volume Per Year, They Shall Be Charged With The Same Price As Stated In The Bid Price; 2. In Case Of Violation Of Any Terms And Condition Of The Contract, The Aggrieved Party May Outright Terminate The Contract Within One (1) Month Upon Receipt Of A Written Notice. Documentary Requirements For Processing Of Payment Provide The Following During The Duration Of The Contract: 1. Statement Of Account Showing Actual Copies Within Estimated Copy Volume For Contract And Additional Copies In Excess Of Ecv; 2. Meter Reading Ticket (or Equivalent Document) Received By Each Office/end-user And An Authorized Administrative/supply Officer. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) ☐ Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And C) ☐ Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D) ☐ Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents E) ⬜ Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And F) ☐ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And G) ☐ Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And H) ☐ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And I) ☐ Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents J) ☐ The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And K) ☐ The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents L) ☐ If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope M) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And N) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) O) ⬜ [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. P) ⬜ Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date21 Jan 2025
Tender AmountPHP 238 K (USD 4 K)
DEPT OF THE NAVY USA Tender
Others...+2Machinery and Tools, Electrical and Electronics
United States
Details: Sole Source Notice -- Diving Chiller Replacement
(redacted)
subj: Sole Source Memorandum To Acquire Hyperbaric Chamber Heating And Cooling System From Engineered Cooling Services (redacted)
1. Identification Of The Agency And The Contracting Activity, And Specific Identification Of The Document As A “sole Source Justification.”
this Is A Sole Source Justification. Contracting Activity Is The Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (nswc Pcd), 110 Vernon Avenue, Panama City, Fl 32407-7001 (contracts Department Code 02).
2. Nature And/or Description Of The Action Being Approved.
this Action Will Award A Firm Fixed Price Purchase Order, On A Sole Source Basis, To Engineered Cooling Services (ecs), Cage (3cbk2), 2801 N. Davis Hwy,
pensacola, Fl 32503, To Provide Hyperbaric Chamber Test Bath Heating And Cooling System In Support Of Unmanned And Manned Diving Operations, Inside The Experimental Diving Facility Hyperbaric Chambers At Nedu.
3. A Description Of The Supplies Or Services Required To Meet The Agency’s Needs. (including The Estimated Value). The Contract Effort Is To Acquire The Following:
this Action Will Award A Firm Fixed Price Purchase Order To Engineered Cooling Services To Provide Experimental Diving Facility (edf) Hyperbaric Chamber Test Bath Heating And Cooling System Removal And Replacement, To Include Two 12.5-ton Air Cooled Chillers And Inline Heating Systems For The Alpha And Bravo Hyperbaric Chamber Test Baths.
complete On-site Meeting With Facility Personal To Review Proposed Work
demo Out Existing Chill Water Piping And Dispose Of Offsite Or In Selected Area Provided By Base
install New Chiller – Model# Agz002f
all New Pressure Gauges, Pressure Taps, And Temperature Gauges Will Be Provided And Installed
remove And Replace Chill Water Pumps
install New Change Over Valves To Operate Each Chiller To Each Loop If Necessary
install New Inline Electrical Heaters For Temperature Controls
demo And Remove Qty. 2 Existing Inline Heaters For Chillers A & B
install Qty. 2 Like In Kind Inline Heaters For Chillers A & B
connect Electrical To Both Heaters
all Associated Controls Will Be Replaced
pressurize And Leak Check All New Piping
charge Water Systems With The Appropriate Glycol Mixture For Desired Temperature
new Insulation To Be 2” Thick Cellular Glass On Piping, Valves And Equipment To Be Insulated With 1” Thick Flexible Elastomeric
insulate And Jacket The Piping Indoors And Outdoors Pvc Jacket Indoors (blue) And Aluminum Jacket Outdoors
modify Existing Electrical Service To Support New Amp Ratings For Selected Chillers
provide And Install Two New 12.5-ton Air Cooled Chillers
connect To New Controls System
provide A Factory Start Up And Check Performance Data
provide All Close Out Documents And Warranty Information On All Equipment
provide Owner And Operating Training On New Equipment And Controls System
install Bacnet Ddc Controls For Two (2) Existing Chillers Serving Ark- A, B
install Additional Control For Ark-a, B Temperature Controls Loop
install Additional Monitoring/integration For One (1) Existing Chiller Serving Edf
install Tridium N4 Graphical Webserver And Touchscreen Display
provide As-built Control Drawings
(redacted) The Government’s Minimum Needs Have Been Verified By The Certifying Technical And Requirements Personnel. This Memo Does Not Authorize Acquisition For Other Requirements. (redacted)
4. Identification Of The Justification Rationale And, If Applicable, A Demonstration Of The Proposed Contractor’s Unique Qualifications To Provide The Required Supply Or Service.
10 U.s.c. 2304(c)(1) [10 U.s.c. 3204(a)(1)], Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements, Far 6.302-1(a)(2)(iii).
maintenance Of The Nedu Hyperbaric Dive Chamber Heating And Chilling System And The Nedu Ocean Simulation Facility Hyperbaric Diving Chamber At Nedu, Is A Highly Specialized Service. Ecs Is The Current Vendor Providing For The Nedu Hyperbaric Diving Chamber Heating And Cooling Systems Maintenance Needs. Since Ecs Already Maintains Chillers And Associated Systems Critical To The Mission Of The Nedu Experimental Diving Facility (edf), Using This Contractor Will Decrease Risk Of Unacceptable Delays In Fulfilling Nedu’s Requirements, Because They Are Familiar With The Unique Requirements Of Nedu’s Critical Chiller Systems Which Are Essential To The Qualification Of Diver’s Life Support Equipment For The U.s. Navy. To Use Another Company Unfamiliar With The Unique Requirements For The System Capabilities To Include Size, Piping, Speed Of Heating And Cooling, Maintaining Of Temperatures, And Specialized Control Systems Needed Of These Heating And Cooling Systems For Providing Certification Information To Navsea 00c Regarding Diving And Evaluation Of Diver’s Life Support Equipment Will Compromise Overall Performance Under The Demands Of The Systems To Support Critical Testing Protocols On Equipment For Fleet Divers. Use Of Another Vendor May Change Or Introduce New Parameters Such As Decrease In Capability, Incompatible Components To The Current Piping Systems And Hyperbaric Chambers That May Damage Sensitive Pressurized Equipment, That May Be Harmful To All Diving Systems Tested And Maintained At Nedu, And Negatively Affect The Diving And Life Support Systems These Instruments Are Vital Components Thereof.
additionally, Use Of Another Vendor Will Likely Compromise The Integrity Of The Integration And Compatibility Of Existing Systems; Since Ecs Is Responsible For Service And Maintenance Currently Under Contract N61331-22-p-0178, They Are Intimately Familiar With The Requirements To Maintain Compatibility With Current Systems So As Not To Compromise Performance. Ecs Developed The Digital Control System And Interface For Nedu’s Ocean Simulation Facility (osf) Hyperbaric Chambers. Ecs Will Build Off These Already-completed Controls And Interface, The Edf Systems Will Have Matching Software And Interfaces Which Reduces System Complexity In An Effort To Eliminate The Chance Of User Error And Allows For Modularity Between Systems Throughout The Command. Furthermore, Current Manuals And Sops Can Be Leveraged By Operators; Avoiding Additional Costs To Generate, Test, And Maintain Additional Documentation That Would Be Developed By An Alternate Vendor – A Single System Type, Control System, And Interface Is Required For Nedu Systems To Achieve Continuity Across All Hyperbaric Chambers Installed Therein. Therefore, It Is Imperative That This Particular Vendor Be Used To Limit The Risk To Life And Health Of The Us Navy Divers Who Depend On This System.
as Such, The Government Does Not Expect Significant Savings Through Competition, Due To The Additional Cost Of Creating, Testing, And Maintaining New Procedures And Manuals, And Does Expects Significant And Unacceptable Delays That Will Negatively Impact This Requirement. Therefore, It Is In The Government’s Best Interest To Award On A Sole Source Basis To Ecs.
5. A Determination By The Ordering Activity Contracting Officer That The Order Represents The Best Value Consistent With Far 13.106-1(b).
the Contracting Officer Has Determined That The Order Represents The Best Value And Results In The Lowest Overall Cost Alternative (considering Price, Special Features, Administrative Costs, Etc.) To Meet The Government’s Needs.
6. A Description Of The Market Research Conducted Among Schedule Holders And The Results Or A Statement Of The Reason Market Research Was Not Conducted.
for The Reasons Specified In Paragraph 4 Above, Ecs Is The Only Source That Can Meet The Government’s Needs. (redacted)
7. Any Other Facts Supporting The Justification.
none
8. A Statement Of The Actions, If Any, The Agency May Take To Remove Or Overcome Any Barriers That Led To The Restricted Consideration Before Any Subsequent Acquisition For The Supplies Or Services Is Made.
as Stated In Paragraph 4 Above, Ecs Is The Only Source That Can Meet The Government’s Needs.
section F - Deliveries Or Performance
f.o.b.
52.247-34 Fob Destination (nov 1991)
section G
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018)
252.232-7006 Wide Area Workflow Payment Instructions (jan 2023)
section I – Contract Clauses
52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020)
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017)
52.204-13 System For Award Management Maintenance (oct 2018)
52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014)
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.204-27 Prohibition On A Bytedancecovered Application(jun2023)
52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021)
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015)
52.211-15 Defense Priority And Allocation Requirements (apr 2008)
52.212-4 Contract Terms And Conditions -- Commercial Items (nov 2023)
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items
preselected:
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statement (jan 2017)
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015)
52.233-3 Protest After Award (aug 1996)
52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004)
required:
52.222-21 Prohibition Of Segregated Facilities (apr 2015)
52.222-26 Equal Opportunity (sept 2016)
52.222-50 Combatting Trafficking In Persons (nov 2021)
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (june 2020)
52.232-33 Payment By Electronic Funds Transfer--system For Award Management (oct 2018)
52.222-41 Service Contract Labor Standards (aug 2018)
52.222-51 Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment – Requirements (may 2014)
52.222-53 Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014)
52.217-7 Option For Increased Quantity-separately Priced Line Item (mar 1989)
52.217-8 Option To Extend Services (nov 1999)
52.217-9 Option To Extend The Term Of The Contract (mar 2000)
52.225-13 Restrictions On Certain Foreign Purchases (feb 2021)
52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran- Representation And Certifications (jun 2020)
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.244-6 Subcontracts For Commercial Products And Commercial Services (feb 2024)
52.246-4 Inspection Of Services (aug 1996)
52.252-6 Authorized Deviations In Clauses (nov 2020)
52.245-1 Government Property (sep 2021) (gfp)
52.245-9 Use And Charges (apr 2012) (gfp)
52.246-4 Inspection Of Services
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021)
52.246-4 Inspection Of Services-fixed-price (aug 1996) (include If We Pay For Shipping; Origin)
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022)
252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022)
252.204-7003 Control Of Government Work Product (apr 1992)
252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (oct 2016)
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (dec 2019)
252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support (jan 2023)
252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation (dec 2019)
252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021)
252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023)
252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements (mar 2022)
252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (jan 2023)
252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors (jan 2023)
252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023)
252.225-7001 Buy American And Balance Of Payments Program (feb 2024)
252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022)
252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023)
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023)
252.225-7048 Export Controlled Items (jun 2013)
252.232-7010 Levies On Contract Payments (dec 2006)
252.232-7017 Accelerating Payments To Small Business Subcontractors—prohibition On Fees And Consideration (apr 2020)
252.244-7000 Subcontracts For Commercial Products And Commercial Services (jan 2023)
252.245-7003 Contractor Property Management System Administration (apr 2012) (gfp)
252.245-7005 Management And Reporting Of Government Property (jan 2024) (gfp)
252.246-7007 Contractor Counterfeit Electronic Part Detection And Avoidance System (aug 2016)
252.246-7008 Sources Of Electronic Parts (may 2018)
252.247-7023 Transportation Of Supplies By Sea (feb 2019)
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
52.252-2 Clauses Incorporated By Reference (feb 1998)
section K – Representations
2.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements--representation (jan 2017)
52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014)
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021)
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)
52.204-26 Covered Telecommunications Equipment Or Services-representation (oct 2020)
52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction (feb 2016)
52.212-3 Alt 1 Offeror Representations And Certifications-commercial Items (may 2022)
52.222-52 Exemption From Service Contract Labor Standards (may 2014)
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016)
section L - Instructions Conditions And Notices To Bidders
52.212-1 Instructions To Offerors—commercial Items (nov 2021)
52.204-7 System For Award Management (oct 2018)
52.204-13 System For Award Management Maintenance (oct 2018)
52.204-22 Alternative Line Item Proposal (jan 2017)
52.211-14 Notice Of Priority Rating (apr 2008)
52.217-5 Evaluation Of Options (july 1990)
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations (sep 2019)
section M – Evaluation Factors For Award
52.212-2 Evaluation Commercial Items (nov 2021)
far Part 13 Best Value, Sprs Past Performance Ratings, Price And Delivery Terms
g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) (jan 2019)
(a) For Other Than Firm Fixed Priced Contract Line Item Numbers (clins), The Contractor Agrees To Segregate Costs Incurred Under This Contract/task Order (to), As Applicable, At The Lowest Level Of Performance, Either At The Sub Line Item Number (slin) Or Clin Level, Rather Than At The Total Contract/to Level, And To Submit Invoices Reflecting Costs Incurred At That Level. Supporting Documentation In Wide Area Workflow (wawf) For Invoices Shall Include Summaries Of Work Charged During The Period Covered As Well As Overall Cumulative Summaries By Individual Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Other Direct Costs (odcs), Materials, And Travel, By Technical Instruction (ti), Slin, Or Clin Level. For Other Than Firm Fixed Price Subcontracts, Subcontractors Are Also Required To Provide Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Odcs, Materials, And Travel Invoiced. Supporting Documentation May Be Encrypted Before Submission To The Prime Contractor For Wawf Invoice Submittal. Subcontractors May Email Encryption Code Information Directly To The Contracting Officer And Contracting Officer Representative (cor). Should The Subcontractor Lack Encryption Capability, The Subcontractor May Also Email Detailed Supporting Cost Information Directly To The Contracting Officer And Cor; Or Other Method As Agreed To By The Contracting Officer.
(b) Contractors Submitting Payment Requests And Receiving Reports To Wawf Using Either Electronic Data Interchange (edi) Or Secure File Transfer Protocol (sftp) Shall Separately Send An Email Notification To The Cor And Contracting Officer On The Same Date They Submit The Invoice In Wawf. No Payments Shall Be Due If The Contractor Does Not Provide The Cor And Contracting Officer Email Notification As Required Herein.
(end Of Text)
g-242-h001 Government Contract Administration Points-of-contact And Responsibilities (navsea) (oct 2018)
(a) The Government Reserves The Right To Administratively Substitute Any Of The Points Of Contact Listed Below At Any Time.
(b) The Contracting Officer Is The Only Person Authorized To Change This Contract Or Orders Issued Thereunder. The Contractor Shall Not Comply With Any Order, Direction Or Request Of Government Personnel - That Would Constitute A Change - Unless It Is Issued In Writing And Signed By The Contracting Officer Or Is Pursuant To Specific Authority Otherwise Included As Part Of This Contract. If, In The Opinion Of The Contractor, An Effort Outside The Existing Scope Of This Contract Is Requested, The Contractor Shall Promptly Comply With The Notification Of Changes Clause Of This Contract.
(c) The Points Of Contact Are As Follows:
(i) The Procuring Contracting Officer (pco) Is:
See Page 1, Block 24
(ii) The Contract Specialist Is:
name: Alan Tyler Bounds
E-mail: Alan.t.bounds.civ@us.navy.mil
Phone: (850) 625-1117
the Administrative Contracting Officer (aco) Is:
not Applicable
(d) The Contracting Officer’s Representative (cor) Is The Contracting Officer’s Appointed Representative For Technical Matters. The Cor Is Not A Contracting Officer And Does Not Have The Authority To Direct The Accomplishment Of Effort Which Is Beyond The Scope Of The Contract Or To Otherwise Change Any Contract Requirements. An Informational Copy Of The Cor Appointment Letter, Which Provides A Delineation Of Cor Authority And Responsibilities, Will Be Provided Upon Award Of This Contract.
the Contracting Officer’s Representative (cor) Is:
not Applicable
(e) The Alternate Contracting Officer’s Representative (acor) Is Responsible For Cor Responsibilities And Functions In The Event That The Cor Is Unavailable Due To Leave, Illness, Or Other Official Business. The Acor Is Appointed By The Contracting Officer; A Copy Of The Acor Appointment Will Be Provided Upon Award Of This Contract.
the Alternate Contracting Officer’s Representative (acor) Is:
not Applicable
(f) The Technical Point Of Contact (tpoc) Is The Contracting Officer’s Representative For Technical Matters When A Cor Is Not Appointed. The Tpoc Is Responsible For Technical Issues Of Contract Administration, Such As Providing All Items Of Government Furnished Information (gfi), Government Furnished Material (gfm) And Government Furnished Equipment (gfe) If Specified In The Contract As Well As The Inspection And Acceptance Of All Contract Deliverables.
the Technical Point Of Contact (tpoc) Is:
name:
email:
(g) The Alternate Technical Point Of Contact (atpoc) Is Responsible For Tpoc Responsibilities And Functions In The Event That The Tpoc Is Unavailable Due To Leave, Illness, Or Other Official Business.
the Alternate Technical Point Of Contact (atpoc) Is:
not Applicable
(h) The Ombudsman Will Review Complaints From The Contractors And Ensure That All Contractors Are Afforded A Fair Opportunity To Be Considered, Consistent With The Procedures In The Contract.
the Ombudsman Is:
not Applicable
(i) The Authorized Ordering Person(s) For Per-call Maintenance Is Responsible For Issuing And Maintaining Records For Any Per-call Orders For Remedial Maintenance Placed Under This Contract. No Per-call Order Shall Be Placed Outside The Scope Of This Contract And The Cumulative Total Of All Orders Shall Not Be In Excess Of Any Not-to-exceed Amount Specified In The Contract. Per-call Orders Shall Not, In Any Way, Modify Any Terms And Conditions Of The Contract.
(j) The Authorized Ordering Person(s) For Per-call Maintenance Is:
person(s) Listed In (f) With Approval From Persons Listed In ( C ) (i) And (ii).
(k) The Contractor's Point Of Contact For Performance Under This Contract Is:
name:
e-mail:
address: See Block 9
phone
(end Of Text)
g-242-h002 Hours Of Operation And Holiday Schedule (navsea) (jul 2021)
(a) The Policy Of This Activity Is To Schedule Periods Of Reduced Operations Or Shutdown During Holiday Periods. Deliveries Will Not Be Accepted On Saturdays, Sundays Or Holidays Except As Specifically Requested By The [insert Activity Name]. All Goods Or Services Attempted To Be Delivered On A Saturday, Sunday Or Holiday Without Specific Instructions From The Contracting Officer Or His Duly Appointed Representative Will Be Returned To The Contractor At The Contractor’s Expense With No Cost Or Liability To The U.s. Government.
(b) The Federal Government Observes Public Holidays That Have Been Established Under 5 U.s.c. 6103. The Actual Date Of Observance For Each Of The Holidays, For A Specific Calendar Year, May Be Obtained From The Opm Website At Opm.gov Or By Using The Following Direct Link:
https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/.
(c) Delayed Opening, Early Dismissal And Closure Of Government Facilities. When A Government Facility Has A Delayed Opening, Is Closed Or Federal Employees Are Dismissed Early (due To Severe Weather, Security Threat, Security Exercise, Or A Facility Related Problem) That Prevents Personnel From Working, Onsite Contractor Personnel Regularly Assigned To Work At That Facility Shall Follow The Same Reporting And/or Departure Directions Given To Government Personnel. The Contractor Shall Not Direct Charge To The Contract For Such Time Off, But Shall Follow Parent Company Policies Regarding Taking Leave (administrative Or Other). Non-essential Contractor Personnel, Who Are Not Required To Remain At Or Report To The Facility, Shall Follow Their Parent Company Policy Regarding Whether They Should Go/stay Home Or Report To Another Company Facility. Subsequent To An Early Dismissal, Delayed Opening, Or During Periods Of Inclement Weather, Onsite Contractors Should Monitor The Opm Website As Well As Radio And Television Announcements Before Departing For Work To Determine If The Facility Is Closed Or Operating On A Delayed Arrival Basis.
(d) When Federal Employees Are Excused From Work Due To A Holiday Or A Special Event (that Is Unrelated To Severe Weather, A Security Threat, Or A Facility Related Problem), On Site Contractors Shall Continue Working Established Work Hours Or Take Leave In Accordance With Parent Company Policy. Those Contractor Employees Who Take Leave Shall Not Direct Charge The Non-working Hours To The Contract. Contractors Are Responsible For Predetermining And Disclosing Their Charging Practices For Early Dismissal, Delayed Openings, Or Closings In Accordance With The Far, Applicable Cost Accounting Standards, And The Company’s Established Policy And Procedures. Contractors Shall Follow Their Disclosed Charging Practices During The Contract Period Of Performance, And Shall Not Follow Any Verbal Directions To The Contrary. The Contracting Officer Will Make The Determination Of Cost Allowability For Time Lost Due To Facility Closure In Accordance With Far, Applicable Cost Accounting Standards, And The Contractor's Established Accounting Policy And Procedures.
(e) If You Intend To Visit The Contracts Office, It Is Advised That You Call For An Appointment At Least 24 Hours In Advance.
(f) The Hours Of Operation Are As Follows:
Area From To
nswc-pcd And/or Nedu 0700 1600*
(g) All Deliveries To The Receiving Officer, (see Delivery Schedule, Section F), Shall Be Made Monday Through Friday From 0700 To 1600 Local Time, Unless Otherwise Specified. Deliveries Will Not Be Accepted After 1600. No Deliveries Will Be Accepted On Federal Government Holidays.
***note*** Trucks Must Gain Access To The Base Prior To 1430.
(end Of Text)
g-242-w001 Contract Administration Functions (navsea) (oct 2018)
(a) In Accordance With Far 42.302(a) All Functions Listed Are Delegated To The Aco Except The Following Items To Be Retained By The Pco:
all Functions Listed Will Be Retained By The Pco.
(b) In Accordance With Far 42.302(b), The Following Additional Functions Are Delegated To The Aco: None
(end Of Text)
l-204-h003 Notification Of Use Of Navy Support Contractors For Official Contract Files (navsea) (apr 2019)
(a)navsea May Use A Contractor To Manage Official Contract Files Hereinafter Referred To As "the Support Contractor", Including The Official File Supporting This Procurement. These Official Files May Contain Information That Is Considered A Trade Secret, Proprietary, Business Sensitive Or Otherwise Protected Pursuant To Law Or Regulation, Hereinafter Referred To As “protected Information”. File Management Services Consist Of Any Of The Following: Secretarial Or Clerical Support; Data Entry; Document Reproduction, Scanning, Imaging, Or Destruction; Operation, Management, Or Maintenance Of Paper-based Or Electronic Mail Rooms, File Rooms, Or Libraries; And Supervision In Connection With Functions Listed Herein.
(b)the Cognizant Contracting Officer Will Ensure That Any Navsea Contract Under Which These File Management Services Are Acquired Will Contain A Requirement That
(1) The Support Contractor Not Disclose Any Information;
(2) Individual Employees Are To Be Instructed By The Support Contractor Regarding The Sensitivity Of The Official Contract Files;
(3)the Support Contractor Performing These Services Be Barred From Providing Any Other Supplies And/or Services, Or Competing To Do So, To Navsea For The Period Of Performance Of Its Contract And For An Additional Three Years Thereafter Unless Otherwise Provided By Law Or Regulation; And,
(4)in Addition To Any Other Rights The Offeror May Have, It Is A Third Party Beneficiary Who Has The Right Of Direct Action Against The Support Contractor, Or Any Person To Whom The Support Contractor Has Released Or Disclosed Protected Information, For The Unauthorized Duplication, Release, Or Disclosure Of Such Protected Information.
(c)submission Of A Proposal Will Be Considered As Consent To Navsea's Permitting Access To Any Information, Irrespective Of Restrictive Markings Or The Nature Of The Information Submitted, By Its File Management Support Contractor For The Limited Purpose Of Executing Its File Support Contract Responsibilities.
(d)navsea May, Without Further Notice, Enter Into Contracts With Other Contractors For These Services. Offerors Are Free To Enter Into Separate Non-disclosure Agreements With The File Support Contractor. Contact The Procuring Contracting Officer For Contractor Specifics. However, Any Such Agreement Will Not Be Considered A Prerequisite Before Information Submitted Is Stored In The Files Or Otherwise Encumber The Government.
(end Of Provision)
---------------------------------------------------------------------------
all Quotes Submitted In Response To This Announcement Shall Be Reviewed If Submitted By The Close Date. Rfq Must Include Supporting Documents: Capabilities Statement, Proof Of Past Performance For Similar Work, And Cage Code.
email Subject Line Must Include Solicitation Number, Vendor Name, And Cage At Beginning Of Subject Line
award Will Be Based On The Best Value To The Government Considering Price, Delivery, Quality, And Past Performance
email Quotes To Alan.t.bounds.civ@us.navy.mil On Or Before The Closing Date And Time Stated Above.
the Government Will Not Accept Late Quotes.
the Government Will Not Accept Quotes That Are Partial Or Incomplete
provide Cage Code And Lead Time On Your Quote.
vendors Must Be Able To Invoice Through Wide Area Workflow (wawf).
if Shipping Is Not Included In The Price Include A Line Item For Shipping.
vendors Must Ensure That They Have Received A Response Within 2 Business Days After Quote Has Been Submitted To Remain Competitive. If No Response Is Received Please Call Primary And Leave A Message.
**review All Attachments Posted Prior To Submission Of Quote**
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| Time Of Delivery (june 1997)|20|0001aa|100|90|0002aa|90|124||||||||||||||| Stop-work Order (aug 1989)|1|| Wide Area Workflow Payment Instructions (jan 2023)|16|tbd|tbd|tbd|n00104|tbd|tbd|see Schedule Page|tbd|tbd|tbd|tbd|||||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Value Engineering (jun 2020)|3|||| Equal Opportunity (sep 2016)|2||| Small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| Integrity Of Unit Prices (nov 2021)|1|| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Data--basic (mar 2014)|2||| Small Business Subcontracting Plan (sep 2023)|4||||| Safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023))|9|||||||||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Limitations On Pass-through Charges (jun 2020)|1|| List Of Award Attachments|5|||||| Alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| Buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| Annual Representations And Certifications (may 2024)|13|333914|750|||||||||||| Cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| Instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| Requirements For Submission Of Proposals Via Electronic Media (jan 2018)|1|email| Type Of Contract (apr 1984)|1|firm-fixed-price| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| All Pricing Is Firm. Please Consider The Following When Providing Price: Include Repair Price With All Costs Associated With Receipt And Complete Repair Of Material That May Be In Unwhole Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts And Wear Damage. Due To System Limitations Section L: Instructions, Conditions, And Notices To Offerors Or Quoters And Section M: Evaluation Factors For Award Are Provided As Enclosures To The Solicitation. All Offerors Are Advised To Closely Read And Comply With Submission Requirements. Casrep Accelerated Delivery Is Encouraged And Accepted At No Additional Cost To Government. Your Proposal Should Include The Following Information: Unit Price:__________ Total Price:__________ Repair Turnaround Time (rtat): _______ Days If Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints? T&e Fee/price (if Asset Is Determined Br): If An Item Is Determined Beyond Physical Repair And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to Exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. Awardee Cage:_________ Inspection Cage:_______ Acceptance Cage:_________ Important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A Price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default. In Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________ Per Unit. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Pump,centrifugal . 1.2 ;perform In Accordance With This Technical Data Package And External Documents.; 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 ;this Technical Data Package Has External Documents, That Are Required To Perform The Necessary Requirements And Repairs For This Item. The Below Document References Are Sections Listed In Publication S9261-a2-tmm-072 Lcac Fuel Service And Transfer System Technical Manual Rev. 04 Issue Date 31oct2018 Below Documents Are Required To Assist In The Performance Of Repairs. Request For The Below Documents, Shall Be Sent To: Nswc Panama City Division, Lcac Support, Poc: Len Barron, Leonard.d.barron.civ@us.navy.mil, Phone: 760-815-8761 Fuel Transfer Pump 2525-1 And 2526-2 Refurb Procedures Rev. 03 23 June 2022 Figure 8-60 Transfer Pump Ipb Figure 8-68 Service Pump Ipb Table 6-3 Materials Table 6-32 Main Fuel Boost Pump Test Equipment And Material List 3. Requirements 3.1 Part/reference Number Items - The Pump,centrifugal Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements Of This Specification Tdp And Part Number(s) Listed Below. All Repair Work Shall Be Performed In Accordance With This Repair/overhaul Specification Tdp, Practices, Manuals, Directives, And External Technical Documents. But Not Limited To Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. Cage___ref. No. ;2526-2 H2526-2; 3.2 ;perform In Accordance With This Technical Data Package And External Documents. This Repair Requirement Is For Nsn 4320 013186355 Part Number 2526-2. All Requirements And Procedures Shall Be Followed, And Those That Are Specific For Part Number 2526-2. Requirements And Procedures That Are Specific To Part Number 2525-1 May Be Omitted.; 3.3 ;the Following Procedures Are Minimum Requirements For Complete Disassembly, Cleaning, Inspection, Refurbishment And Repair Of The 2525-1 And 2526-2 Lcac Fuel Pumps. Procedural Order Can Be Altered To Improve Workflow. 6-5.2.3 Disassembly: A. Conduct Preliminary Motor Winding Insulation Resistance Test. Grouped Pins A,b,c,d (2525-1) And J,k,l,m On 2526-2. Any Reading Less Than 1000 Mega-ohms Will Require A New Motor Assy As Part Of The Repair. B. Remove Throat (5, Figure 8-60 / 8-68) Flange By Removing Three Attaching Screws (6). Remove And Discard O-rings (7 And 8). C. Remove Impeller Screw (9) And Impeller (10). D. Remove Shaft Key (11) And, If Used, Shims (12 And 13). E. Remove Electrical Receptacle (2) With Four Attaching Screws (1). F. Remove Wires From Back Of Receptacle To Facilitate Removing Stator Assembly.mark All Wire Pin Locations For Reference During Reassembly. G. Remove Terminal Lug Wire (18) With Screw (19). Remove And Discard O-ring (3) H. Remove Cover Assembly (14) With Four Attaching Screws (15) And Washers (16).remove And Discard O-ring (17) From Cover (14). I. Remove Sleeve (20). J. Remove Rotor Assembly (22) From Housing Assembly (31). K. Extract Stator Assembly (23) From Housing (31) By Heating Housing (31) To 250 +/- 10 �f L. Remove Dowel (21) From Stator Assembly (23). 6-5.2.4 Cleaning: A. Refer To Table 6-3 And Table 6-6 For Recommended Cleaning Materials. Equivalent Cleaning Materials May Be Substituted For The Items Listed. B. Clean All Nonmetallic Parts By Wiping With Clean, Lint-free Tissues Or Cloth Slightly Moistened With Isopropyl Alcohol. C. Immerse All Nonelectrical Components In Cleaning Solvent Or Detergent. Dip Components In And Out Of Solvent To Clean All Passages. D. Using A Stiff, Nonmetallic Brush Moistened With Cleaning Solvent, Clean All Machined Surfaces To Remove Accumulations Of Foreign Matter. Pump Housing May Require Media Blast Cleaning To Remove All Corrosion And Provide Proper Surface Preparation For New Anodize (clear Or Red) Coating. E. If Detergent Is Used, Clean Parts With Water. Dry All Parts Using Lint-free, Clean Cloth And/or Clean Compressed Air At 15 Psig Maximum. F. Clean Electrical Receptacle And Stator Assembly With A Clean, Lintfree Cloth Slightly Moistened With Cleaning Solvent. G. Dry All Parts Using A Lint-free Cloth And/or Clean Compressed Air At 15 Psig. 6-5.2.5 Repair Or Replacement: A. Refer To Table 6-3 And Table 6-6 For Recommended Repair Materials Materials(not An All Inclusive List). Equivalent Repair Materials May Be Substituted. B. Remove And Polish Out Minor Burrs, Nicks, And Scratches On Metal Parts. Use Crocus Cloth For Steel Parts And Aluminum Oxide-abrasive Cloth For Aluminum Parts. Glass Bead Blasting For Larger Exterior Surface Prep. C. Apply A Protective Chemical Film To Repair A Worn Anodized Finish Or To Protect An Aluminum Surface Finish. Exterior Pump Housing Surfaces Shall Receive All New Anodize Coating (clear Or Red). D. Repair Threaded Parts, If Damage To One Thread Is 50 Percent Or Less, By Chasing Threads With Appropriate Tap Or Die. Replace All Threaded Parts With Greater Than One Thread/50% Loss Damage. E. When Disconnecting An Electrical Lead From A Connector, Mark The Pin Position Of The Lead To Aid In Reassembly. F. Prepare Ends Of A Lead For Terminal Or Pin Connection By Removing 1/4 Inch Of Insulation From Ends Of Lead. G. Solder Leads To Connector Pin Or Terminal Using Solder Per Mil-std-454. H. Shrink All Heat-shrink Tubing In Place Using A Thermogun. I. Make A Replacement Lead Using The Appropriate Wire And The Removed Lead As A Template. J. Replace All O-rings Regardless Of Condition.c 6-5.2.6 Inspection: Note: Replace Any Part That Fails To Meet The Requirements Of The Inspections With A Serviceable Part.; 3.4 Marking - This Item Shall Be Physically Identified In Accordance With ;mil-std-130, Rev N, 16 Nov 2012; . 3.5 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And Approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The Substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: Code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. Code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. Code 3: Part Not Furnished Separately - Use Assembly. Code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. Code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. Code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 ;perform In Accordance With This Technical Data Package And External Documents. ; 4.2 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.4 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.5 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 4.6 ;upon Completion Of Testing Each Pump Will Be Packaged With An Acceptance Test Data Sheet Listing Actual Recorded Parameters For All Test Steps Listed Above. Any Substitution, Reduction Or Modification In Scope/criteria Of This Procedure Must Be Approved By The Government.; 4.7 ;repair Activity Will Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures For Both The 2525-1 And 2526-2 Lcac Fuel Pumps For Government Approval Prior To Conducting Any Repair Work. Repair Activity Shall Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures To Navsup Wss Technical, Via Navsup Wss Contracting Officer. Navsup Technical Will Submit Documents To The In-service Engineering Activity (isea) For Review And Approval. Isea Will Need 10 Working Days For Review And Approval. If Submission Is Returned Back To Repair Activity For Additional Comments Or Updates, Repair Activity Will Have 10 Working Days To Submit For Final Approval.; 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information Contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: A... Approved For Public Release; Distribution Is Unlimited. B... Distribution Authorized To Us Governments Agencies Only. C... Distribution Authorized To Us Government Agencies And Their Contractors. D... Distribution Authorized To Dod And Dod Contractors Only. E... Distribution Authorized To Dod Components Only. F... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. X... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.2 ;perform In Accordance With This Technical Data Package And External Documents. ; Date Of First Submission=asreq Block 10, 12 - Submit One Copy Of The Repair Procedure Prior To Performing Any Repair Work. Repair Activity Will Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures For Both The 2525-1 And 2526-2 Lcac Fuel Pumps For Government Approval Prior To Conducting Any Repair Work. Repair Activity Shall Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures To Navsup Wss Technical, Via Navsup Wss Contracting Officer. Navsup Technical Will Submit Documents To The In-service Engineering Activity (isea) For Review And Approval. Isea Will Need 10 Working Days For Review And Approval. If Submission Is Returned Back To Repair Activity For Additional Comments Or Updates, Repair Activity Will Have 10 Working Days To Submit For Final Approval. Repair Activity Shall Provide Documentation In Adobe Acrobat Version, 7.0 Or Later. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Pump,centrifugal . 1.2 ;perform In Accordance With This Technical Data Package And External Documents.; 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 ;this Technical Data Package Has External Documents, That Are Required To Perform The Necessary Requirements And Repairs For This Item. The Below Document References Are Sections Listed In Publication S9261-a2-tmm-072 Lcac Fuel Service And Transfer System Technical Manual Rev. 04 Issue Date 31oct2018 Below Documents Are Required To Assist In The Performance Of Repairs. Request For The Below Documents, Shall Be Sent To: Nswc Panama City Division, Lcac Support, Poc: Len Barron, Leonard.d.barron.civ@us.navy.mil, Phone: 760-815-8761 Fuel Transfer Pump 2525-1 And 2526-2 Refurb Procedures Rev. 03 23 June 2022 Figure 8-60 Transfer Pump Ipb Figure 8-68 Service Pump Ipb Table 6-3 Materials Table 6-32 Main Fuel Boost Pump Test Equipment And Material List 3. Requirements 3.1 Part/reference Number Items - The Pump,centrifugal Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements Of This Specification Tdp And Part Number(s) Listed Below. All Repair Work Shall Be Performed In Accordance With This Repair/overhaul Specification Tdp, Practices, Manuals, Directives, And External Technical Documents. But Not Limited To Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. Cage___ref. No. ;2525-1 H2525-1; 3.2 ;perform In Accordance With This Technical Data Package And External Documents. This Repair Requirement Is For Nsn 4320 013311678 Part Number 2525-1. All Requirements And Procedures Shall Be Followed, And Those That Are Specific For Part Number 2525-1. Requirements And Procedures That Are Specific To Part Number 2526-2 May Be Omitted.; 3.3 ;the Following Procedures Are Minimum Requirements For Complete Disassembly, Cleaning, Inspection, Refurbishment And Repair Of The 2525-1 And 2526-2 Lcac Fuel Pumps. Procedural Order Can Be Altered To Improve Workflow. 6-5.2.3 Disassembly: A. Conduct Preliminary Motor Winding Insulation Resistance Test. Grouped Pins A,b,c,d (2525-1) And J,k,l,m On 2526-2. Any Reading Less Than 1000 Mega-ohms Will Require A New Motor Assy As Part Of The Repair. B. Remove Throat (5, Figure 8-60 / 8-68) Flange By Removing Three Attaching Screws (6). Remove And Discard O-rings (7 And 8). C. Remove Impeller Screw (9) And Impeller (10). D. Remove Shaft Key (11) And, If Used, Shims (12 And 13). E. Remove Electrical Receptacle (2) With Four Attaching Screws (1). F. Remove Wires From Back Of Receptacle To Facilitate Removing Stator Assembly.mark All Wire Pin Locations For Reference During Reassembly. G. Remove Terminal Lug Wire (18) With Screw (19). Remove And Discard O-ring (3) H. Remove Cover Assembly (14) With Four Attaching Screws (15) And Washers (16).remove And Discard O-ring (17) From Cover (14). I. Remove Sleeve (20). J. Remove Rotor Assembly (22) From Housing Assembly (31). K. Extract Stator Assembly (23) From Housing (31) By Heating Housing (31) To 250 +/- 10 �f L. Remove Dowel (21) From Stator Assembly (23). 6-5.2.4 Cleaning: A. Refer To Table 6-3 And Table 6-6 For Recommended Cleaning Materials. Equivalent Cleaning Materials May Be Substituted For The Items Listed. B. Clean All Nonmetallic Parts By Wiping With Clean, Lint-free Tissues Or Cloth Slightly Moistened With Isopropyl Alcohol. C. Immerse All Nonelectrical Components In Cleaning Solvent Or Detergent. Dip Components In And Out Of Solvent To Clean All Passages. D. Using A Stiff, Nonmetallic Brush Moistened With Cleaning Solvent, Clean All Machined Surfaces To Remove Accumulations Of Foreign Matter. Pump Housing May Require Media Blast Cleaning To Remove All Corrosion And Provide Proper Surface Preparation For New Anodize (clear Or Red) Coating. E. If Detergent Is Used, Clean Parts With Water. Dry All Parts Using Lint-free, Clean Cloth And/or Clean Compressed Air At 15 Psig Maximum. F. Clean Electrical Receptacle And Stator Assembly With A Clean, Lintfree Cloth Slightly Moistened With Cleaning Solvent. G. Dry All Parts Using A Lint-free Cloth And/or Clean Compressed Air At 15 Psig. 6-5.2.5 Repair Or Replacement: A. Refer To Table 6-3 And Table 6-6 For Recommended Repair Materials Materials(not An All Inclusive List). Equivalent Repair Materials May Be Substituted. B. Remove And Polish Out Minor Burrs, Nicks, And Scratches On Metal Parts. Use Crocus Cloth For Steel Parts And Aluminum Oxide-abrasive Cloth For Aluminum Parts. Glass Bead Blasting For Larger Exterior Surface Prep. C. Apply A Protective Chemical Film To Repair A Worn Anodized Finish Or To Protect An Aluminum Surface Finish. Exterior Pump Housing Surfaces Shall Receive All New Anodize Coating (clear Or Red). D. Repair Threaded Parts, If Damage To One Thread Is 50 Percent Or Less, By Chasing Threads With Appropriate Tap Or Die. Replace All Threaded Parts With Greater Than One Thread/50% Loss Damage. E. When Disconnecting An Electrical Lead From A Connector, Mark The Pin Position Of The Lead To Aid In Reassembly. F. Prepare Ends Of A Lead For Terminal Or Pin Connection By Removing 1/4 Inch Of Insulation From Ends Of Lead. G. Solder Leads To Connector Pin Or Terminal Using Solder Per Mil-std-454. H. Shrink All Heat-shrink Tubing In Place Using A Thermogun. I. Make A Replacement Lead Using The Appropriate Wire And The Removed Lead As A Template. J. Replace All O-rings Regardless Of Condition.c 6-5.2.6 Inspection: Note: Replace Any Part That Fails To Meet The Requirements Of The Inspections With A Serviceable Part.; 3.4 Marking - This Item Shall Be Physically Identified In Accordance With ;mil-std-130, Rev N, 16 Nov 2012; . 3.5 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And Approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The Substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: Code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. Code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. Code 3: Part Not Furnished Separately - Use Assembly. Code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. Code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. Code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 ;perform In Accordance With This Technical Data Package And External Documents. ; 4.2 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.4 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.5 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 4.6 ;upon Completion Of Testing Each Pump Will Be Packaged With An Acceptance Test Data Sheet Listing Actual Recorded Parameters For All Test Steps Listed. Any Substitution, Reduction Or Modification In Scope/criteria Of This Procedure Must Be Approved By The Government. 4.7 ;repair Activity Will Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures For Both The 2525-1 And 2526-2 Lcac Fuel Pumps For Government Approval Prior To Conducting Any Repair Work. Repair Activity Shall Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures To Navsup Wss Technical, Via Navsup Wss Contracting Officer. Navsup Technical Will Submit Documents To The In-service Engineering Activity (isea) For Review And Approval. Isea Will Need 10 Working Days For Review And Approval. If Submission Is Returned Back To Repair Activity For Additional Comments Or Updates, Repair Activity Will Have 10 Working Days To Submit For Final Approval.; 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information Contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: A... Approved For Public Release; Distribution Is Unlimited. B... Distribution Authorized To Us Governments Agencies Only. C... Distribution Authorized To Us Government Agencies And Their Contractors. D... Distribution Authorized To Dod And Dod Contractors Only. E... Distribution Authorized To Dod Components Only. F... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. X... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.2 ;perform In Accordance With This Technical Data Package And External Documents. ; Date Of First Submission=asreq Block 10, 12 - Submit One Copy Of The Repair Procedure Prior To Performing Any Repair Work. Repair Activity Will Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures For Both The 2525-1 And 2526-2 Lcac Fuel Pumps For Government Approval Prior To Conducting Any Repair Work. Repair Activity Shall Submit Proposed Repair Practices, Procedures, And Acceptance Test Procedures To Navsup Wss Technical, Via Navsup Wss Contracting Officer. Navsup Technical Will Submit Documents To The In-service Engineering Activity (isea) For Review And Approval. Isea Will Need 10 Working Days For Review And Approval. If Submission Is Returned Back To Repair Activity For Additional Comments Or Updates, Repair Activity Will Have 10 Working Days To Submit For Final Approval. Repair Activity Shall Provide Documentation In Adobe Acrobat Version, 7.0 Or Later.
Closing Date24 Jan 2025
Tender AmountRefer Documents
Bureau Of Corrections leyte Regional Prison Abuyog Leyte Tender
Others
Philippines
Details: Description Bids & Awards Committee Invitation For Negotiated Procurement For Two-failed Biddings Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 1. The Leyte Regional Prison (lrp) Intends To Procure Meals And Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 With An Approved Budget For The Contract (abc) Amounting To Three Hundred Ten Thousand Pesos Only (₱310,000.00). 2. The Lrp Bids And Award Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Bidding Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. The Interested Bidders May Obtain Further Information From The Bac Secretariat At The Address Given Below From 04 February 2025 To 11 February 2025, Monday To Friday, At 8:00 Am To 5:00 Pm. 5. The Lrp Will Hold A Negotiation Meeting On 10 February 2025 At Exactly 1:00 Pm At Conference Room, Admin Building, Lrp, Abuyog, Leyte, Which Shall Be Open To Prospective Bidders. 6. Four (4) Copies Of The Proposals (one Original And Three Copies) Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 5:00 Pm Of 11 February 2025. Late Submission Shall Not Be Accepted. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, And The Contact Details Of The Bidder, Addressed To The Bac. I. Technical Component Envelope Class “a” Documents Legal Documents (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (e) Conformity With The Schedule Of Requirements (annex “a”) & Technical Specifications (annex “b”), Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). 8. The Special Conditions Of The Contract (annex “c”) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. Issued This 4th Day Of February 2025. Mr. Tracy B. Soriano, Msca Chairperson, Bids And Awards Committee Company Letterhead Statement Of Ongoing Government & Private Contracts Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 Bid Reference No.: Bid2024-05 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 Bid Reference No.: Bid2024-05 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Twenty-five Percent (25%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery End User’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, (attached Copy) Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 Bid Reference No.: Bid2024-05 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Leyte Regional Prison I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Section Vi. Schedule Of Requirements Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 Bid Reference No.: Bid2024-05 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item No. Description Quantity Delivery Schedule 1 Meals: Breakfast 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Lunch 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Dinner 620 Pax From The Receipt Of Ntp Up To December 31, 2025 2 Snacks: Am Snacks 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Pm Snacks 620 Pax From The Receipt Of Ntp Up To December 31, 2025 The Quantity/units Is For Bidding Purposes Only. In The Actual Implementation Of The Contract, The Quantity/units That May Be Required May Increase/decrease As The Need Arises. I/we Hereby Commit To Comply And Deliver All The Above Requirements In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 Bid Reference No.: Bid2024-05 Item Specification Statement Of Compliance I The Catering Service Provider Shall Comply With The Government Regulations As Provided In Presidential Decree No. 856 Otherwise Known As “the Code On Sanitation Of The Philippines”. A. Sanitary Permit B. Health Certificate Of Food Handlers C. Quality And Protection Of Food Ii The Catering Service Provider Agrees: A. To Provide Food And Services For The Number Of Participants On The Basis Of The Information Given By The Procuring Entity Thru A Notice Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, At Least Two (2) Days Prior To The Training Schedule. B. During The Training, To Increase/ Decrease The Number Of Meals/ Snacks To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day, Provided That Written Notice Is Given By The Procuring Entity Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. C. During The Training, To Adjust On Any Specific Food/diet Restrictions (religion Or Health Reasons) Of Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Procuring Entity Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. D. To Substitute The Menu For A Specific Training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Nonslaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. E. To Reschedule/cancel The Seminar Due To Fortuitous Event/instances Beyond The Control Of Leyte Regional Prison. F. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks; And 14) Condiments. G. To Provide Clean Table Cloth, Seat Covers And Table Napkins In The Designated Dining Area. H. To Assign At Least Two (2) Waiters/ Waitresses In Clean Working Garments Per Class/seminar And Shall Secure An Updated Health Certification From The Medical Health/authorized Officer. I. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “clean As You Go”. Additional Requirements 1 The Lrp Shall Inform The Concessionaire Of The Total Number Of Actual Participants At Least Three (3) Days Before The Conduct Of The Training. 2 The Service Provider Shall Assure The Quality Of Food To Be Served Maintaining High Standards Of Sanitation. In The Event That That The Food Served Has Indication Of Spoilage, The Caterer Shall Be Allowed To Make Substitution Upon The Approval Of The Course Administrator. 3 The Service Provider Shall Submit Or Provide Menu Including Healthy Foods Such As Rice, Beef, Chicken, Pork, Seafoods, Vegetables, Dessert/fruits, Fruit Juice 4 The End User Can Request Specific Meals Or Snacks And Services They Prefer As Long As Requests Remain Within The Allocated Budget Per Meal, Snacks And Services 5 Subject To Increase/decrease Of Participants. 6 The Caterer Shall Serve Consumables Of One (1) Lunch And Two (2) Snacks Per Day Which Shall Be Ready For Inspection By 11:15am, Snacks By 8:45am And 2:30pm, Respectively. 7 The Service Provider Shall Not Require Advance Payment And Deposit To Guarantee Reservation. 8 The Concessionaire Shall Assign At Least Four (4) Waiters/waitresses In Clean Working Garments In Trainings With 50 Or More Participants And At Least 2-3 Waiters/waitresses For Trainings With Less Than Or Equal To 50 Participants. 9 The Lrp Reserves The Right To Cancel/reschedule The Delivery Of Catering Services In Case Of Major Institutional Mandates/changes, Calamities, Etc. Upon Formal Notice To The Caterer At Least Three (3) Days Prior To The Event. 10 The Lrp Shall Pay The Concessionaire At Least Five (5) Days After The Billing Statements Have Been Received By The Office. 11 The Lrp Reserves The Right To Substitute/reschedule Trainings. 12 The Service Provider Shall Provide At Least Two (2) Buffet Tables With Centerpiece For Trainings With Less Than Or Equal To Fifty (50) Participants And At Least Four (4) Buffet Tables Inside The Function Hall For Trainings With More Than Fifty (50) Participants. 13 The Lrp Reserves The Right To Substitute/reschedule Trainings. Rice: A Serving Must Be Provided With Each Meal Viand: Each Meal Should Include One Main Viand Vegetables: A Side Of Vegetables Should Accompany The Meal To Ensure Balanced Nutrition. Desserts Or Sweets: Each Meal Should Include A Dessert Or Any Sweet Treat. Beverage: Participants Should Be Offered Bottled Water/canned Juice/softdrinks. I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 Bid Reference No.: Bid2024-05 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 Of The Leyte Regional Prison As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 Of The Leyte Regional Prison, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 Bid Reference No.: Bid2024-05 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _________________________(p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _______day Of __________2025. _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 Bid Reference No.: Bid2024-05 Bid Form Date: Invitation To Bid No: Bid 2024-05 To: Mr. Tracy B. Soriano, Msca Bac Chairperson Leyte Regional Prison Abuyog, Leyte Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers Bid2024-05, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 In Conformity With The Said Bidding Documents For The Sum Of __________________________________________₱ ________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Of The Bidding Documents. I/we Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert]: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Meals & Services For Various Lrp Seminars, Training, Workshops, Events, Programs, & Activities For The Year 2025 Bid Reference No.: Bid2024-05 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat Meals 620 Pax Breakfast ₱62,000.00 620 Pax Lunch ₱93,000.00 620 Pax Dinner ₱93,000.00 Snacks 620 Pax Am Snacks ₱31,000.00 620 Pax Pm Snacks ₱31,000.00 Total Bid Price Inclusive Of Vat In Words [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Special Conditions Of Contract Gcc Clause Delivery And Documents – Delivery Of The Catering Services Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. Delivery Time Of The Food To Be Served As Follows: Am Snacks – Not Later Than 9:30 Am Lunch – Not Later Than 11:30 Am Pm Snacks – Not Later Than 2:30 Pm Upon Delivery Of The Catering Services To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (iii)certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; For Purposes Of This Clause, The Procuring Entity’s Representative At The Project Site Is The End-user, Or His Duly Authorized Representative. When A Seminar Has Been Rescheduled Or Cancelled, Leyte Regional Prison, Reserves The Right To Cancel The Catering Service Upon Formal Notice To The Caterer Two (2) Days Prior To The Start Of The Occassions. In Such Case, Leyte Regional Prison, Has No Obligation To Pay The Supplier The Amount Corresponding To The Cancelled Catering Service. Where There Is An Increase Or Decrease Of Participants, The End-user Shall Inform The Supplier Of The Same Three (3) Days Prior The Occasion Date. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Transportation – The Transport Of The Food To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. The Procuring Entity Accepts No Liability For The Damage/spoilage Of Food During Transit. The Contract Price For The Catering Service Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Amount Stipulated In The Purchase Request (pr). After Each Occasion, The Supplier Is Responsible For Sending To The Leyte Regional Prison, A Billing Or Final Invoice For The Costs Of The Catering Service For Every Occasion Completed. It Shall Also Turn Over To The Bureau Any Remains/left Over Of The Catering Services Every End Of The Day For Its Use. 2.2 Partial Payment Is Not Allowed Cost For E-vat And Other Governmental Costs Which Fall Equally On All Prospective Suppliers Are Presumed To Be Included In The Computation Of The Bid Price 4 The Inspections And Tests That Will Be Conducted Are: The Evaluation Activities That Will Be Conducted At The Leyte Regional Prison, Upon Delivery Are As Follows: (1) Food Tasting On A Sampling Basis To Determine The Quality Of Food Served. (2) Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance To The Menu Set In The Schedule Of Requirements. (3) Observation Before, During And After The Training Schedule To Determine The Quality Of Service Given By The Supplier. (4) Surveys Among The Participants To Determine The Level Of Satisfaction Of The Participants To The Service Rendered By The Supplier 6 Liability Of The Supplier: A. To Provide Food And Services For The Number Of Participants On The Basis Of The Information Given By The Procuring Entity Thru Df Of Pr Signed By The End-user Or Authorized Representative, At Least Two (2) Days Prior To The Training Schedule. B. During The Training, To Increase/ Decrease The Number Of Meals/snacks To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day, Provided That Written Notice Is Given By The Procuring Entity Signed By The End-user Or Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. C. During The Training, To Adjust On Any Specific Food/diet Restrictions (religion Or Health Reasons) Of Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Procuring Entity Signed By The End-user Or Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training D. To Substitute The Menu For A Specific Training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Nonslaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. E. To Reschedule/cancel The Seminar Due To Fortuitous Event/instances Beyond The Control Of Leyte Regional Prison F. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks; And 14) Condiments. G. To Provide Clean Table Cloth, Seat Covers And Table Napkins In The Designated Dining Area. H. To Assign At Least Two (2) Waiters/ Waitresses In Clean Working Garments Per Class/seminar And Shall Secure An Updated Health Certification From The Medical Health/authorized Officer. I. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “clean As You Go”.
Closing Date10 Feb 2025
Tender AmountPHP 310 K (USD 5.3 K)
ANIMAL AND PLANT HEALTH INSPECTION SERVICE USA Tender
Chemical Products
United States
Details: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) This Solicitation Number Vs1146785 Is Being Issued As A, Request For Quotation (rfq)
(iii) In Accordance With Federal Acquisition Regulation (far) Clause 52.252-2 (feb 1998) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular. Applicable Far Clauses Are Incorporated By Reference And May Be Viewed On The Following Website (s)
https://www.acquisition.gov/
https://www.acquisition.gov/agar
(iv) This Requirement Is Being Issued As A Small Business Set Set-aside In Accordance With Federal Acquisition Regulation (far) 52.219-6 (nov 2020) .
the North American Industrial Classification System Code(s) And Business Size Standard(s) Describing The Products And/or Services To Be Acquired Under This Solicitation Is Listed Below:
naics 325320 Pesticide And Other Agricultural Chemical Manufacturing
size Standard 1,150 Employees
(v) Item Description - Firm Fixed Priced Urgent Order For Phos-chek Foam Wd881 (52.211-6 Brand Name Or Equal. (aug 1999). Quantity Of 240ea 55 Gal Drums (4 Drums Per Pallet) To Be Shipped On Heavy Duty Pallets Est. 400lbs. All Cost To Include But Not Limit To: Overhead, General And Administrative, Profit, Insurance, And Transportation.
supplies Are Needed For Urgent Hpai Response To Depop Poultry
desired Delivery Date Contractor Will Deliver 60 Days Of Receipt Of Order
line 001 - Phos-chek Foam Wd881 240ea 55 Gal Drums (4 Drums Per Pallet)
(vi) Description Of Requirement:
product Specifications
the Class A Foam Concentrate Should Be Phos-chek Wd881 Or Name Brand Equivalent With The Following Typical Properties:
viscosity Of 50 Centipoise At 75 Degrees F, 150 Centipoise At 40 Degrees F, 450 Centipoise At 32 Degrees F
density Of 8.53 Lbs Per Us Gallon
ph Of 7.0 – 8.5
in Addition, The Foam Shall Meet The Following:
usda Forest Service Approved
underwriters Laboratory (u/l) Listed Wetting Agent
contain No Hazardous Materials
readily Biodegradable
(vii) Shipment Will Be Fob Destination And Inspection And Acceptance Is In Accordance With Far Clause 52.212-4(a)
usda Aphis Vs Warehouse
3500 E 149th St. Suite 300
dock 1 (deliveries – Back Of Bldg)
kansas City, Mo 64147
invoice Processing And Payment.
net 15dys Aro
in Accordance With Omb Dated 06/07/2012 Accelerating Payments To Small Businesses For Goods And Services
usda Uses The Invoice Processing Platform (ipp) For Electronic Submission And Tracking Of Purchase Orders, Invoices, And Payment Information To Its Suppliers Of Goods And Services: Enroll At Https://ipp.gov. The Ipp Is A Government-wide Secure Web-based Invoice Processing Service Offered Free Of Charge To Government Agencies And Their Suppliers By The U.s. Department Of Treasury’s Financial Management Service (fms).
upon Contract Award, You Will Receive A Notification Of Your One-time Enrollment Requirement In An Automatic Invoice Payment Notification System Available Through Ipp. This One-time Enrollment In Ipp Means That You Will Receive A Series Of E-mails From Treasury Services.
contractors Must Submit Invoices And Attach All Supporting Documentation As Required Within 5 Business Days Of Completion Of Services Provided. Supporting Documentation Include ,for Example; Maintenance Inspection Checklist, Timecard For Labor, Travel Receipts Etc.. The Cotr Will Review The Supporting Documents Before Approving Invoices In Ipp, If Supporting Documentation Is Not Provided The Invoice Will Be Rejected. Ipp Will Issue A Notification To Contractor That They Must Submit Supporting Documentation And Resubmit The Invoice.
please See
https://www.ipp.gov/vendors/enrollment-vendors.htm
and Submit Invoices Through The Invoice Processing Platform (ipp)
Enroll At Https://www.ipp.gov/
Ipp Is A Secure, Web-based System That Manages Government Invoicing.
(viii) 52.212‐1 Instructions To Offerors – Commercial Items, Is Replaced In Its Entirety See Attachment_1.
(ix) Evaluation:
evaluation Of Quotes Will Be In Accordance With Federal Acquisition Regulation ( Far) 13.106-1 (2) And (far) 13.106-2(b)(3)
in Accordance With Federal Acquisition ( Far) 13.106-1 (2) The Government Will Award A Purchase Order Resulting From This Solicitation To The Responsible Quote Conforming To The Solicitation That Will Be The “best Value” And Most Advantageous To The Government. In Accordance With Far 13.106-2 (b)(3); Product Offered, Price, And Delivery Are The Factors To Be Considered.
(x) Provision At 52.212-3 (may 2024) Representations And Certifications—commercial Items Applies To This Solicitation And Is To Be Completed Online At Www.sam.gov
(xi) The Clause At 52.212-4 (nov 2023) Contract Terms And Conditions—commercial Items, Applies To This Acquisition.
(xii) The Clause At 52.212-5 (jan 2025) Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Items, Applies To This Acquisition.
52.212-5contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services. (jan 2025)
(a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
(1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91).
(3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015).
(5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801).
(6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553).
(7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 ( 19u.s.c.3805note)).
(b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
[contracting Officercheck As Appropriate.]
__(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704 And10 U.s.c. 4655).
__(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)).
__(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
__(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a).
x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note).
__(6)[reserved].
__(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
__(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
__(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328).
__(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii).
__(11)
(i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
__(ii)alternatei(dec 2023)of52.204-30.
x(12)52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed Fordebarment, Or Voluntarily Excluded. (jan2025) (31u.s.c.6101note).
__(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313).
__(14)[reserved].
__(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a).
__(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a).
__(17)[reserved]
x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-6.
__(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-7.
x(20)52.219-8, Utilization Of Small Business Concerns(jan 2025)(15u.s.c.637(d)(2) And (3)).
__(21)(i)52.219-9, Small Business Subcontracting Plan(jan 2025)(15u.s.c.637(d)(4)).
__(ii)alternatei(nov 2016)of52.219-9.
__(iii)alternateii(nov 2016)of52.219-9.
__(iv)alternateiii(jun 2020)of52.219-9.
__(v)alternateiv(jan 2025)of52.219-9.
__(22) (i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)).
__(ii)alternatei(mar 2020)of52.219-13.
__(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.657s).
__(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)).
__(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f).
x(26)(i)52.219-28,postawardsmall Business Program Rerepresentation(jan 2025)(15u.s.c.632(a)(2)).
__(ii)alternatei(mar 2020)of52.219-28.
__(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)).
__(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)).
__(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)).
__(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15 U.s.c. 637(a)(17)).
x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755).
x(32)52.222-19, Child Labor—cooperation With Authorities And Remedies(jan 2025)(e.o. 13126).
x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246).
__(ii)alternatei(feb 1999)of52.222-26.
x(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
__(ii)alternatei(jul 2014)of52.222-35.
x (36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
__(ii)alternatei(jul 2014)of52.222-36.
x (37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212).
__(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496).
x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o. 13627).
__(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78 And E.o. 13627).
__(40)52.222-54, Employment Eligibility Verification(jan 2025)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.)
__(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) ( 42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(42)52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons(may2024)(42 U.s.c. 7671,et Seq.).
__(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may2024)(42 U.s.c. 7671,et Seq.).
__(44)52.223-20, Aerosols(may2024)(42 U.s.c. 7671,et Seq.).
__(45)52.223-21, Foams(may2024)(42 U.s.c. 7671,et Seq.).
__(46)52.223-23,sustainable Products And Services(may2024)(e.o. 14057,7 U.s.c. 8102,42 U.s.c. 6962,42 U.s.c. 8259b, And42 U.s.c. 7671l).
__(47)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552a).
__(ii)alternatei(jan 2017)of52.224-3.
x(48)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83).
__(ii)alternatei(oct 2022)of52.225-1.
__(49)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note,19 U.s.c. Chapter 29(sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
__(ii)alternatei [reserved].
__(iii)alternateii(jan 2025)of52.225-3.
__(iv)alternateiii(feb 2024)of52.225-3.
__(v)alternateiv (oct 2022) Of52.225-3.
(50)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note).
x(51)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
__(52)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
__(53)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150).
__(54)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea(nov 2007)(42u.s.c.5150).
x(55)52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving(may2024)(e.o. 13513).
__(56)52.229-12, Tax On Certain Foreignprocurements(feb 2021).
__(57)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
(58)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
x(59)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332).
(60)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332).
(61)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332).
__(62)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a).
__(63)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.).
__(64)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)).
__(65)
(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631).
__(ii)alternatei(apr 2003)of52.247-64.
__(iii)alternateii(nov 2021)of52.247-64.
(c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
[contracting Officercheck As Appropriate.]
(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206 And 41u.s.c.chapter67).
(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206 And 41u.s.c.chapter67).
(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and 41u.s.c.chapter67).
__(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
__(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
__(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792).
__(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)).
(d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation.
(1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract.
(2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved.
(3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e)
(1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause-
(i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509).
(ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712).
(iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91).
x(v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328).
(vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
(b)alternatei(dec 2023)of 52.204–30.
(viii)52.219-8, Utilization Of Small Business Concerns(jan 2025)(15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities.
(ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
(x)52.222-26, Equal Opportunity(sep 2016)(e.o.11246).
(xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
(xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
(xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212).
(xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40.
(xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
(xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o 13627).
(b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627).
(xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
(xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
(xix)52.222-54, Employment Eligibility Verification(jan 2025)(e.o. 12989).
(xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
(xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
(xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a).
(b)alternatei(jan 2017)of52.224-3.
(xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
(xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6.
(xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40.
(xxvi)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.).
(xxvii)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64.
(2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
the Following Far Clauses And Provisions Also Apply To This Acquisition
52.252-2clauses Incorporated By Reference. (feb 1998)
52.204-13, System For Award Management Maintenance (oct 2018)
2.204-18 Commercial And Government Entity Code Maintenance. (aug 2020)
52.204-21 Basic Safeguarding Of Covered Contractor Information Systems. (nov 2021)
52.212-4 Contract Terms And Conditions—commercial Items. (nov 2023)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors. (mar 2023)
52.247-34 F.o.b. Destination. (nov 1991)
52.204–28 - Federal Acquisition Supply Chain Security Act Orders—federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023)
52.204–30 - Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023)
452.204-70 Modification For Contract Closeout.
52.252-1 Solicitation Provisions Incorporated By Reference. (feb 1998)
52.204-7 System For Award Management(nov 2024)
52.204-16 Commercial And Government Entity Code Reporting. (aug 2020)
52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications. (jun 2020)
52.212-3 Offeror Representations And Certifications—commercial Items. (may 2024)
52.204–29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures. (dec 2023)
52.211-6 Brand Name Or Equal. (aug 1999)
(xiii) Additional Contract Requirements Or Warranty
warranty
implied Warranty - The Government’s Post Award Rights Contained In 52.212-4 Are The Implied Warranty Of Merchantability, The Implied Warranty Of Fitness For Particular Purpose And The Remedies Contained In The Acceptance Paragraph.
additional Warranty - : Explain All Details Of The Warranty. If An Extended Warranty Is Available Explain Details Of Extended Warranty Including Price And Availability After Initial Warranty Expires. The Quoter Shall Extend To The Government The Full Coverage Of Any Standard Commercial Warranty Normally Quoted In A Similar Commercial Sale, Provided Such Warranty Is Available At No Additional Cost To The Government. Acceptance Of The Standard Commercial Warranty Does Not Waive The Government's Rights Under The Inspection Clause Nor Does It Limit The Government's Right With Regard To The Other Terms And Conditions Of This Contract. In The Event Of A Conflict, The Terms And Conditions Of The Contract Shall Take Precedence Over The Standard Commercial Warranty. The Contractor Shall Provide A Copy Of Its Standard Commercial Warranty (if Applicable) With This Response.
(xiv) There Is No Defense Priority Allocation For This Requirement.
(xv) This Is An Urgent Requirement. The Date, Time And Place Quotes Are Due: 2/11/2025 8:am (est)
please Return This Attachment_1 Via Email Only On Or Before Notice Due Date To Contracting Officer Carol Dingess At Carol.dingess@usda.gov. **please Use Reference Number Vs1146785 On Subject Line When Responding** No Postal Mail Or Faxes Please.
(xvi) The Name And Telephone Number Of The Individual To Contact For Information Regarding This Rfq Is The Same As Item (xv)
Closing Date11 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others...+1Civil And Construction
Corrigendum : Closing Date Modified
United States
Details: Page 18 Of 18
page 1 Of
subject*
689-25-112, Ae Replace Underground Storage Tanks
general Information
contracting Office S Zip Code*
02908
solicitation Number*
36c24125r0025
base Notice Type
response Date/time/zone
02-20-2025 11:00am Eastern Time, New York, Usa
archive
99 Days After The Response Date
recovery Act Funds
n
set-aside
sdvosbc
product Service Code*
c1da
naics Code*
541330
contracting Office Address
department Of Veterans Affairs
va Boston Healthcare System
contracting Officer (90c)
940 Belmont Street
brockton Ma 02301
point Of Contact*
cecilia.antwi@va.gov
tamye.molinaro@va.gov
place Of Performance
address
postal Code
country
additional Information
agency S Url
url Description
agency Contact S Email Address
email Description
description
subject*
689-25-112, Ae Replace Underground Storage Tanks
general Information
contracting Office S Zip Code*
02301
solicitation Number*
36c24125r0025
response Date/time/zone
02-20-2025 11am Eastern Time, New York, Usa
archive
99 Days After The Response Date
recovery Act Funds
n
product Service Code*
c1da
naics Code*
541330
contracting Office Address
department Of Veterans Affairs
va Boston Healthcare System
contracting Officer (90c)
940 Belmont Street
brockton Ma 02301
point Of Contact*
contract Specialist
cecilia Antwi
cecilia.antwi@va.gov
774-826-3970
additional Information
agency S Url
url Description
agency Contact S Email Address
cecilia.antwi@va.gov
email Description
description
special Notice For Qualifications To Standard Form 330
north American Industry Classification System (naics) Code: 541330 Engineering Services
small Business Size Standard: $25.5 Million
introduction:
the Va Connecticut Healthcare System In West Haven And Newington Campuses, Ct Has A Requirement To Remove And Replace The Existing Old Underground Diesel Fuel Storage Tanks Located At West Haven And Newington Campuses Located At 950 Campbell Ave, West Haven, Ct And 555 Willard Ave, Newington, Ct. These Improvements Are Required To Correct The Negative Environmental Conditions Being Caused By Failure Of The Existing Sumps In A Recent Inspection. These Projects Are To Be Contracted Architect/engineer (a-e) Design Service And Shall Include Electrical, Mechanical, Structural, Plumbing, Construction Period Services, Inspections, Testing And All Such Systems And Components Necessary To Achieve The Project Goals. All Work Shall Be Designed To Include Phased Construction As Appropriate To Maintain Uninterrupted Vamc Operation Throughout The Project. Develop Complete Drawings, Specifications, Cost Estimates, Site Visits, System Commissioning And Construction Period Administration Associated With The Replace Underground Storage Tanks, West Haven, And Newington.
ensure Compliance With The Va Design Manuals As Well As All Other Design Requirements.
all Work Shall Be Designed To Include Phased Construction As Appropriate To Maintain Uninterrupted Va Medical Center Operation Throughout The Project.
see Attached Statement Of Work For Complete Details.
b. General Project Information:
the West Haven Veterans Affairs Medical Center (vamc) Located At 950 Campbell Avenue, West Haven, Connecticut Has A Requirement For A Firm Fixed Price Contract To Provide All Professional Architectural And Engineering (a/e) Services Necessary To Develop Complete Drawings, Specifications, Cost Estimates, Construction Schedules, Project Phasing, Investigations, Site Visits And Construction Period Services Associated Project 689-25-112-ae Replace Underground Storage Tanks, West Haven And Newington. This Project Will Ultimately Remove And Replace The Existing Old Underground Diesel Fuel Storage Tanks Located At West Haven And Newington Campuses.
magnitude Of Construction
the Magnitude Of Construction Is Between $1,000,000.00 And $5,000,000.00.
this Is Not A Request For Proposal:
this Is A Request For Sf330s Only. Any Requests For A Solicitation Will Not Receive A Response. No Material Will Be Issued, And No Solicitation Package Or Bidder/plan Holder List Will Be Issued.
set-aside Information:
pursuant To Vaar 852.219-73, This Acquisition Is A Total Set-aside For Service-disabled Veteran-owned Small Businesses (sdvosbs) Under The Naics Code Of 541330 (engineering Services).
any Subsequent Award Will Require The A-e Firm To Be Registered In The System For Award Management (sam) Site That Can Be Accessed At Https://sam.gov/content/home And Verified In The Veteran Small Business Certification (vetcert) Administered By The Small Business Administration (sba) Site That Can Be Accessed At Https://veterans.certify.sba.gov/. The Va Will Utilize Vetcert To Determine And Verify Each Interested A-e Firm S Status As A Sdvosb. Therefore, Each Interested A-e Firm Must Be Registered In Sam And Verified In Vetcert With The Applicable Naics Code Of 541330 At The Time Of The Sf 330 Submission To The Va.
project Information:
provide All Professional Architectural And Engineering (a/e) Services Necessary To Develop Complete Drawings, Specifications, Cost Estimates, Construction Schedules, Project Phasing, Investigations, Site Visits And Construction Period Services Associated With The 689-25-112 A-e Replace Underground Storage Tanks Project At The Vamc Jamaica Plain In Boston, Ma.
subcontracting Limitations:
in Accordance With Far 52.219-14: Limitations On Subcontracting, Prospective A-e Firms Must Comply With The At-issue Regulation That At Least Fifty Percent (50%) Of The Cost Of Personnel For Contract Performance Shall Be Spent For Employees Of The Concern. All Sf 330 Submissions Will Be Evaluated In Accordance With The Limitations On Subcontracting Criteria. Prospective A-e Firms Must Complete A Limitations On Subcontracting Certificate Of Compliance As Part Of The Sf 330 Submission Pursuant To Vaar 852.219-75.
each A-e Firm Shall Address How The Limitations On Subcontracting Criteria Will Be Upheld Within The Sf 330 Submission. By Providing The Limitations On Subcontracting Criteria Within The Sf 330 Submission, Each A-e Firm Will Satisfy The Requirement That Is In Accordance With The Selection Of Architects And Engineers As Implemented In Far Subpart 36.6, Vaar Subpart 836.6, And Veterans Affairs Acquisition Manual (vaam) Subpart M836.6.
selection Process:
a "short List" Of The Three (3) Most Highly Rated, Qualified A-e Firms After Initial Source Selection Will Be Chosen For Negotiations Of A Contract Award. The Government Will Not Pay Or Reimburse Any Costs Associated With Responding To This Special Notice For Qualifications Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Special Notice For Qualifications Announcement.
respondents Are Put On Notice That Three (3) Most Highly Rated, Qualified A-e Firms Chosen By The Evaluation Board Will Be Required To Submit A Fixed Price Rate Proposal. The Fixed Price Rate Proposal Will Include Labor, Overhead, Profit, And Other Costs Pertaining To This Project For Negotiation By The Contracting Officer Prior To Contract Award. The Subsequent Negotiated Agreement By Both Parties Will Be Incorporated Into The Resulting Contract.
selection Evaluation Criteria:
pursuant To Far 36.602, Each A-e Firm Will Be Evaluated On The Following Seven (7) Selection Evaluation Criteria:
â â â â â â â â â â â (1)â professional Qualifications Necessary For The Satisfactory Performance Of Required A-e Services;
â â â â â â â â â â â (2)â specialized Experience And Technical Competence In The Type Of A-e Work Required;
â â â â â â â â â â â (3)â past Performance On Contracts With Government Agencies And Private Industry;
 â (4)â geographic Location Area Of The Project And Locality Knowledge Of The Project;
â â â â â â â â â â â (5)â capacity To Accomplish The A-e Work In The Required And Allotted Amount Of Time;
(6) Construction Period Services Experience; And
(7) Subcontractor Commitment To Use Sdvosbs, Veteran-owned Small Businesses (vosbs), And Other Small Businesses (sbs).
the Seven (7) Selection Evaluation Criteria Are Further Discussed In Section H Of This Special Notice For Qualifications.
Description Of Selection Evaluation Criteria:
the Seven (7) Selection Evaluation Criteria Are Discussed Further In This Section And Are Set Forth Below.
professional Qualifications
each A-e Firm Must Submit Professional Qualifications Necessary For The Satisfactory Performance Of
required A-e Services In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a)
through (e) In This Section.
identify The Proposed Team That Will Address The A-e Firm Along With Any Key Or Frequent Subcontractors That Will Perform Technical Tasks For The At-issue Project.
provide An Organizational Chart That Displays The Proposed Team Of The A-e Firm, Any Other Firms, And Any Key Or Frequent Subcontractors That Will Perform Technical Tasks For The At-issue Project.
provide Brief Resumes For Each Supervisor(s), Project Manager(s), And Designer(s) Of Record From The A-e Firm That Describes The Professional Qualifications Associated With This Project. All Proposed Team Members/personnel Must Possess The Minimum Education, Training, Experience, Registrations, And Certifications As Detailed In Paragraph (b) Of This Section. Each Brief Resume Should Also Feature At Least Three (3) Projects That Each Team Member/personnel Performed A Significant Role That Will Be Comparable To The At-issue Replace Underground Storage Tanks, West Haven And Newington Campuses. Brief Resumes Must Also Be Submitted For Any Frequent Subcontractor(s) That Will Perform Technical Tasks For The At-issue Project. The Three (3) Projects Used For This Professional Qualifications Section May Be The Same Three (3) Projects Requested Below In The Specialized Experience And Technical Competence Section.
proposed Team Members/personnel Shall Also Be Team Members/personnel Of The Award Team. A Substitution Of Any Team Member/personnel Must Receive Prior Written Consent Of The Contracting Officer.
provide Proof Of Jurisdictional Licensure With Either A License Or License Number For Each Designer Of Record From The A-e Firm That Will Represent The Project And/or Sign/stamp Drawings. Each Designer Of Record Must Be Licensed, Certified, Or Registered In A State Of The United States, The District Of Columbia, Or A United States Territory For A Minimum Of Three (3) Years. The Proof Of Jurisdictional Licensure With A License Or License Number May Be Included Within The Brief Resumes As Discussed In The Preceding Paragraph Of This Section.
describe The Professional Qualifications For Satisfactory Performance Of The Required A-e Services Including, But Not Limited To, The Following Areas Of Discipline:
electrical Engineering: Electrical Designers Needed To Identify Any Work Required To Be Performed By The Electrical Trade In Division 26 And 27 Of The Specifications. Work Involved Is Running Conduit And Cables For Fuel Tank Monitoring, Powering The New Fuel Tank Remote Monitor, Designing The Pathway To The Closest Telecommunications Room, Ensuring There Is A Light Near The Fuel Tank Fill Pads For Illumination, Conduit For The Alarm System Controls, And Signal Wiring.
mechanical Engineering: Mechanical Designers To Identify Any Work To Be Performed To Remove The Fuel Tanks And Install The Fuel Tanks Under Divisions231000 And Other Sections Of Division 23of The Specifications. Work Involved Is Selection Of The New Tanks, New Tank Monitoring Systems, Design Of Fuel Quality Maintenance Systems, Assistance With Registering The Fuel Tanks With The State, Design Of Fuel Quality Maintenance Systems, Assistance With Registering The Fuel Tanks With The State, Design Of Fuel Tank Manhole Enclosures With Effects Of Traffic In Consideration.
plumbing Engineering: Plumbing Designers Needed To Identify Any Work Required By Division 23 Which Deals With Piping And Valves.
civil Engineering: Civil Engineer Needed To Help Guide The Team Organizing Removals And Modifications To The Sites And Also Consider Drainage And Control Of The Site.
structural Engineering: Structural Designer Needed To Select The Ballast To Hold Down The Tanks, Consider The Design Of The Concrete Fuel Tank Pad Over The Tanks In Case They Are Driven On, Consult With The Design Of The Placement Of The Tanks From Roadways, Consider Whether Permanent Shoring System Should Be Installed To Protect The Tanks And Allow For Future Replacement Of The Tanks.
fire Protection Engineering;
architecture: Architect Designer Needed To Consider The Selection Of Materials To For The Building To Be Patched And Also Organize All Drawings And Trades.
specialty Work: Environmental Team Will Approve That There Is Either No Asbestos Or Lead Hazards Or If Found, Create A Mitigation Plan. This Same Process Goes For Removal Concerns Over Any Other Contaminants At The Sites During Tank Removals.
specialty Work, For Purposes Of This Professional Qualifications Section, Is Defined As Identifying And Documenting Asbestos-containing Materials (acm), Polychlorinated Biphenyls (pcbs), And Lead.
specialized Experience And Technical Competence
each A-e Firm Must Submit Specialized Experience And Technical Competence In The Type Of A-e Work Required In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a) Through (c) In This Section.
provide A Detailed Narrative That Contains No More Than Three (3) Relevant A-e Design Services Projects Performed And Completed Within The Last Five (5) Years. The Three (3) A-e Design Services Projects Selected By The A-e Firm Should Best Illustrate The Relevant Team Experience Similar In The Scope And The Nature Of The Electrical Deficiencies, Phase 3 Project. Said Narrative That Comprises Of The Three (3) Most Relevant A-e Design Services Projects Should Indicate Government Experience Or Private Sector Experience On Existing Laboratory Renovations, New Laboratory Design, And/or Existing
electrical Load Center Renovations, Including Switchgear, Distribution Switchgear, And Buss Duct Replacements/upgrades, Similar In Size, Scope, And Complexity. These Three (3) Most Relevant Projects Selected By The A-e Firm For This Detailed Narrative Must Entail The A-e Firm S Ability To Successfully Execute The Requirements Identified In The Attached Statement Of Work.
include Within This Specialized Experience And Technical Competence Section Similar A-e Design Services Projects To The Replace Underground Storage Project, Which Have Been Previously Performed And Completed By The A-e Firm. Similar A-e Design Services Projects Would Constitute Any Project With The Following Performance Components:
demolishing Aging Underground Storage Tanks;
replacing Aging Underground Storage Tanks
demolishing Any Aging Underground Storage Tanks And Replace With Updated
ones
modifying Current Electrical And Mechanical Spaces In A Hospital Setting; And/or
identifying, Testing, And Removing/abating Any Hazardous Substances Within Any Area Impacted By This Project.
the Same Three (3) Projects Should Be Addressed For The Information Requested In Paragraphs (a) And (b). Therefore, No More Than Three (3) Total Projects Are Being Requested To Complete Paragraphs (a) And (b) Of This Specialized Experience And Technical Competence Section.
respondents Must Provide At Least Three (3) Similar Recent And Relevant Projects; Any Project Provided In Addition To The Three Will Not Be Evaluated As Part Of This Criteria. The Following Information Is Required For All Projects Provided Under These Criteria:
contract/task Order Number
project Title
prime Firm
start And Completion Dates
description Of The Project And How It Is Relevant To The Scope Of This Project
include Within This Specialized Experience And Technical Competence Section Any Knowledge Of Similar Projects Previously Performed And Completed By The A-e Firm In A Hospital Setting That Required The Following Components:
electrical;
mechanical
plumbing;
construction;
civil;
fire Protection; And
identification, Documentation, And Monitoring Of Acm, Pcbs, And Lead.
past Performance
each A-e Firm Must Submit Past Performance On Contracts With Government Agencies And Private Industry In The Sf 330 Submission. The A-e Firm Shall Provide And Demonstrate The Past Performance Requirements Set Forth In Paragraphs (b) And (c) Of This Section. The A-e Firm Shall Also Review The Past Performance Descriptions And Definitions In Paragraph (a) Of This Section As Well As The Factors Considered In Paragraphs (d) Through (f) Of This Section.
past Performance, Under Far 36.602, Is Described As Contracts With Government Agencies And Private Industry For Recent And Relevant Projects In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules.
recent, For Purposes Of This Special Notice For Qualifications, Is Defined As Any Contract Performance Occurring Within Five (5) Years Of The Date Of This Special Notice. Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Special Notice.
relevant, For Purposes Of This Special Notice For Qualifications, Is Defined As Past Performance Of Work On Projects That Are Similar In Scope And Complexity To The Type Of Project Anticipated Under The Resultant Contract.
provide Recent And Relevant Contractor Performance Assessment Reporting System (cpars) Data. Government Past Performance Information Systems May Be Accessed.
if No Cpars Data Is Available, Provide The Past Performance Questionnaire (ppq) That Is Attached To This Special Notice For Qualifications. The Ppq Will Be Accepted Upon Determination By The
a-e Firm That No Cpars Data Is Available Or Accessible To Provide To The Government.
cpars Data And Ppqs Do Not Count Toward The Page Limitation Of The Sf 330 Submission.
failure To Provide Requested Cpars Data Or The Completed Ppqs, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In The A-e Firm Being Considered Less Qualified By The Source Selection Evaluation Board (sseb).
provide The Following Information For Each Recent And Relevant Past Performance Contract:
contract Number And/or Task Order Number;
obligation Number/purchase Order (po) Number;
project Title;
prime Firm Name;
start Date;
completion Date; And
construction Dollar Amount.
past Performance Criterion May Also Include (i) Additional Performance Related From The A-e Firm, (ii) Customer Inquiries, (iii) Government Databases, (iv) Publicly Available Sources, And (v) Additional Projects In Cpars Other Than In Paragraph (b) Of This Section.
it Is Recommended That Each Past Performance Reference Provided To The Government Be Notified By The A-e Firm That A Contracting Officer From Network Contracting Office 1 (nco 1) Will Contact Each Past Performance Reference.
past Performance Information May Be Obtained By The Contract Specialist From Any Other Sources Available To The Government Including, But Not Limited To, The Past Performance Information Retrieval System (ppirs) Or Other Databases As Well As Interviews With Program Managers, Contracting Officers, And/or Contracting Officers Representatives.
geographic Location And Locality Knowledge
each A-e Firm Must Submit Information Relating To The General Geographical Location Area Of The Project And Locality Knowledge Of The Project In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a) Through (c) In This Section.
provide The Name And Address Of The A-e Firm S Nearest Branch Office In Geographic Proximity To The West Haven Vamc Located In West Haven, Connecticut. The Branch Office Must Be The Location Of The Proposed Team.
provide Familiarity With The West Haven Vamc. Familiarity With The West Haven Vamc May Constitute The Following Components:
travel To And From The Location Of The West Haven Vamc;
travel Through The Surrounding Areas Of The New England Region;
climate Of The New England Region;
major Roadways Surrounding The Metropolitan Area Of West Haven, Connecticut; And
other Sufficient Transportation Methods Through West Haven, Connecticut.
The Locality Knowledge Element Of This Project Is Essential, Which May Be Affected By The Climate, Roadway Conditions, And Unforeseen Circumstances In The New England Region.
c. Provide Any A-e Design Services Projects Previously Completed By The A-e Firm For The Government Within The Past Two (2) Years At The West Haven Vamc Or In The New England Region Of Nco 1 Covering Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, And Vermont. For Each A-e Design Services Project Previously Completed Within The Past Two (2) Years At The West Haven Vamc Or In The New England Region Of Nco 1, Provide The Following Project Details:
contract Number And/or Task Order Number;
obligation Number/po Number;
project Title;
start Date; And
completion Date.
capacity
each A-e Firm Must Submit The Capacity To Accomplish The Work In The Required And Allotted Amount Of Time In The Sf 330 Submission By Demonstrating The Requirement In Paragraph (a) Of This Section. The A-e Firm Shall Also Review The Capacity Factors Considered In Paragraph (b) Of This Section.
provide The Available Capacity In The Eight (8) Required Areas Of Discipline For This Project, As Previously Denoted In Paragraph (e) Of The Professional Qualifications Section, By Furnishing Current Project Workload That Includes All Projects Awarded During The Previous Twelve (12) Months And The Full Potential Value Of Said Projects.
the Sseb Will Consider The A-e Firm S Plan And Ability To Fulfill The Schedule And Timelines Of The Overall Project. The Sseb Will Also Consider The Available Capacity Of The A-e Firm To Provide Adequate Personnel That Properly Execute The Eight (8) Key Disciplines Of The At-issue Project.
construction Period Services Experience
each A-e Firm Must Submit Information Relating To Construction Period Services Experience In The Sf 330 Submission By Demonstrating The Requirement Set Forth Below In This Section.
describe Construction Period Services Experience For Projects Similar In Scope And Complexity,
which May Include, But Is Not Limited To, The Following Aspects:
professional Field Inspections During The Construction Period;
review Of Construction Submittals And/or Requests For Information;
support In Answering Requests For Information During The Construction Period; And
support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates.
subcontractor Commitment
each A-e Firm Must Provide A Narrative With Supporting Details As To The Commitment In Utilizing Sdvosbs, Vosbs, And Other Types Of Sbs For Subcontracting Opportunities Pursuant To Vaam M836.602-1.
as Already Indicted In Section E Of This Special Notice For Qualifications, Prospective A-e Firms Are Reminded To Complete A Limitations On Subcontracting Certificate Of Compliance As Part Of The Sf 330 Submission Pursuant To Vaar 852.219-75. Said Certification Shall Be Included In Any Resultant Contract.
questions And Comments:
all Questions And Comments In Response To This Special Notice For Qualifications Must Be Submitted In Writing Only.
oral Questions And/or Questions By Telephone Will Not Be Accepted Or Answered.
all Written Questions To This Special Notice For Qualifications Must Be Submitted To Cecilia Antwi Who Can Be Contacted At Cecilia.antwi@va.gov.
all Written Questions To This Special Notice For Qualifications Must Be Submitted By February 7, 2024.
submission Instructions:
all Sf 330 Submissions Shall Be Submitted By February 20, 2025, At 11am Est. The Sf 330 Submission Shall Include The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications.
incomplete Sf 330 Submissions Will Not Be Considered Or Evaluated. Acceptable And Fully Completed Sf 330 Submissions Will Contain The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications.
the Most-recent Version The Sf 330 Form Is Available At Https://www.gsa.gov/forms-library/architect-engineer-qualifications.
any Interested And Qualified A-e Firms Must Submit One (1) Electronic Copy Of The Completed Sf 330 Submission By E-mail To Cecilia.antwi@va.gov By The Deadline Designated In Paragraph (a) Of This Section (february 20, 2025).
please Indicate In The Subject Line Of The Sf 330 Submission E-mail The Following Information:
Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington.
if The File Size Exceeds 7 Megabytes (mbs), Then The A-e Firm Is Required To Send Multiple E-mails. If Multiple E-mails Are Required, Then The A-e Firm Must Indicate The Number Of E-mails That Will Be Submitted On Behalf Of The Sf 330 Submission.
Examples:
Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington E-mail 1 Of 2
Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington E-mail 2 Of 2
please Be Specific In Providing Information As Well As Responding To All Inquiries On Both (i) The Sf 330 Form And (ii) The A-e Qualification Package Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. Do Not State Information Incorporated By Reference As This Statement Or Similar Statements Will Be Deemed Incomplete And Unacceptable By The Evaluation Board.
no Photographs Will Be Provided In The Sf 330 Submission. Photographs In The Sf 330 Submission Will Not Be Accepted. Any Photographs Will Be Discarded And Therefore, Will Not Be Considered Or Evaluated By The Evaluation Board.
the Entire Sf 330 Submission Is Limited To Fifty (50) Total Pages, Which Will Consist Of The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications.
any Pages That Exceed The Fifty (50) Page Limitation Will Be Discarded And Therefore, Will Not Be Considered Or Evaluated By The Evaluation Board.
the Following Four (4) Items Are Exempt From The Fifty (50) Page Limitation:
cover Page;
table Of Contents;
past Performance Questionnaire; And
drawings To Support Any Portion Of The Sf 330 Submission.
sf 330 Submission Contents:
within The Response By Each Interested A-e Firm, An Acceptable And Fully Completed Sf 330 Submission Must Include All Of The Following Six (6) Items That Are Identified As Paragraphs (a) Through (f) In This Section.
cover Letter That Will Address, At A Minimum, The Following Details:
the Legal Name Of The A-e Firm With A Full Physical Address;
-if The A-e Firm Is Operating Under A Doing Business As (dba) Entity, Then This Dba Information Shall Be Included In The Cover Letter.
the Sam Unique Entity Identifier (uei) Number Of The A-e Firm;
the Response Date Of The Sf 330 Submission, Which Will Be The Date That The A-e Firm Submits The Sf 330 To The Va; And
the Notice Number, Project Name, And Project Number Of This Special Notice For Qualifications.
-notice Number: 36c241250025
-project Name: Replace Underground Storage Tanks, West Haven And Newington
-project Number: 689-25-112
sf 330 Form With Both Part I And Part Ii Of This Form Completed.
for Any Information Within The Sf Form 330 That Is Not Applicable, Please Insert N/a Or Not Applicable . Do Not Leave Any Section Blank On The Sf 330 Form.
limitations On Subcontracting Criteria As Described Under Section E Of This Special Notice For Qualifications.
a-e Qualification Package Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications.
any Sf 330 Submission That Does Not Specifically Address Each Of The Seven (7)
requested Selection Evaluation Criteria May Be Deemed Unacceptable And Removed From
consideration.
past Performance Questionnaire Under Section H, Subsection 3 [past Performance], Paragraph (b) Of This Special Notice For Qualifications.
additional Information And Attachments, If Applicable, Must Be Supporting Documentation And Properly Labeled By The Firm Within The Sf 330 Submission.
late Responses Will Be Any Sf 330 Submission Received From An A-e Firm After The Submittal Deadline (february 20, 2025, At 3 Pm Est), Which Is Also Outlined In Section J, Paragraph (a) Of This Special Notice For Qualifications. Any Sf 330 Submission Received By The Designated Va Personnel After The Submittal Deadline Will Be Deemed Late And May Not Be Considered Or Evaluated By The Evaluation Board.
additionally, Any Modification And/or Revision To The Sf 330 Submission Must Be Received By The Va Before The Submittal Deadline (february 20, 2025, Pm At 11:00am Est). Any Modification And/or Revision To The Sf 330 Submission Received By The Designated Va Personnel After The Submittal Deadline Will Be Deemed Late And May Not Be Considered Or Evaluated By The Evaluation Board. However, The Original Sf 330 Submission Will Constitute An Acceptable Submittal And Will Be Considered For Evaluation By The Evaluation Board If A Modification And/or A Revision To The Sf 330 Submission Is Received By The Va After The Submittal Deadline.
far And Vaar References:
the Far And Vaar Citations Referenced In This Special Notice For Qualifications May Be Accessed At The
following Websites:
far: Https://www.acquisition.gov/far/index.html
vaar: Https://www.va.gov/oal/library/vaar/
informational Purposes Only Attention All Sdvosb Concerns:
this Section Is For Informational Purposes Only. As Previously Denoted In Section D Of This Special Notice
for Qualifications, This Is A Total Set-aside For Sdvosbs Under Vaar 852.219-10. Pursuant To 38 United
states Code (u.s.c.) 8127(k)(2), Prior To Award Of Any Contract Under This Special Notice For
qualifications, The Sdvosb Concern Shall Certify Compliance With The Limitations On Subcontracting As
set Forth In Section E Of This Special Notice For Qualifications And Regulated Under 13 Code Of Federal
regulations (cfr) 125.6.
for A-e Purposes, The Sdvosb Concerns Mean That Your A-e Firm Will Not Pay More Than Fifty Percent
(50%) Of The Amount Paid By The Government To Other Firms That Are Not Vetcert-listed Sdvosbs As Set
forth In Vaar 852.219-10. Any Work That A Similarly Situated Vetcert-listed Subcontractor (sdvosb
concern) Further Subcontracts Will Count Towards And Contribute To The Fifty Percent (50%) Subcontract
amount That Cannot Be Exceeded. Similarly Situated" Pertains To Other Firms That Are Contracted By Your
a-e Firm. "similarly Situated" Is Identified As Other Firms That Are In The Same, Identical Socio-economic
program As Your A-e Firm (namely, The Vetcert Sdvosb Program). Other Direct Costs May Be Excluded
to The Extent That The Costs Are Not The Principal Purpose Of The Acquisition And To The Extent That Small
business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6.
attachments:
see Attached Document: P09_sow_689-25-112 Ust Replacements
see Attachment Document: M4 Wh Site Ust Plan
see Attachment Document: Site Ehrm Utility Boring Plan
see Attachment: 08750 Newington W-1 Site
see Attachment: Site West Haven-master -utility Plan
see Attachment: S02 Va Notice Of Limitations On Subcontracting
see Attachment: P09 Past Performance Questionnaire
see Attached Document: P09_sow_689-25-112 Ust Replacements.
see Attached Document: Site Ehrm Utility Boring Plan.
see Attached Document: 08750 Newington W-1 Site.
see Attached Document: Site West Haven-master-utility Plan.
see Attached Document: S02 Va Notice Of Limitations On Subcontracting.
see Attached Document: P09 Past Performance Questionnaire.
modification To Previous Notice
question 1: Evaluation Criterion 2 States That Offerors Must Demonstrate Relevant Experience In Laboratory Renovations, New Laboratory Design, And / Or Existing Electricalâ load Center Renovations. Is This Statement Correct, Given That The Subject Project Is For Replacement Of Underground Storage Tanks?
the Three (3) A-e Design Services Projects Selected By The A-e Firm Should Best Illustrate The Relevant Team Experience Similar In The Scope And The Nature Of The Electrical Deficiencies, Phase 3 Project. Said Narrative That Comprises Of The Three (3) Most Relevant A-e Design Services Projects Should Indicate Government Experience Or Private Sector Experience On Existing Laboratory Renovations, New Laboratory Design, And/or Existing Electrical Load Center Renovations, Including Switchgear, Distribution Switchgear, And Buss Duct Replacements/upgrades, Similar In Size, Scope, And Complexity.â
va Response: Please Show Evidence Of Experience In Replacement Of Underground Storage Tanks.
question 2: On 36c24125r0025 What Size Tanks And Types Are You Looking For?
va Response:
newington By Nearby Building Number
2w, 4000-gallon, Double Wall Frp
2e, 6000-gallon, Double Wall Frp
3, 6000-gallon, Double Wall Frp
west Haven By Nearby Building Number
38, 12000-gallon, Double Wall Frp
submission Date For Sf330 Amended: All Sf 330 Submissions Shall Be Submitted By February 20, 2025, At 11am Est.
see Attached Document: S06 Statement Of Work 689-25-112 Ust Replacements.
see Attached Document: S06 08750 Newington W-1 Site.
see Attached Document: S06 Site West Haven-master-utility Plan.
see Attached Document: S06 Past Performance Questionnairre.
see Attached Document: S06 Site Ehrm Utility Boring Plan.
see Attached Document: S06 Wh M4site Ust Plan.
Closing Date20 Feb 2025
Tender AmountRefer Documents
DMT Jelinek sro Tender
Civil And Construction...+2Civil Works Others, Excavation
Czech Republic
Details: The subject of the delivery is the delivery of 2 pcs of CNC lathes with accessories for the company Dmt Jelinek Sro with the possibility of partial fulfillment. Definition of Partial Fulfillments: Partial Fulfillment A: Cnc Lathe With Accessories (larger machine) Partial Fulfillment B: Cnc Lathe With Accessories (smaller machine) Delivery of Technology Means Delivery of All Required Elements of Equipment, Including Installation of Technology itself. Transporting the Technology to the Place of Designation, Installation or Assembly, Its Involvement, Including All Possible Assembly Work Necessary for the Proper Completion of the Delivery, and Furthermore, All Activities Related to the Delivery, Including Personnel Training. • Supplier Must Guarantee Warranty Service Support. • The Supplier Must Provide Training Related to the Operation of the Technology. The Equipment Supplied Must Be New, Unused, First Class Quality, Wrapped In Original Packaging. As part of fulfilling the subject of the contract, the selected supplier will be obliged to carry out and include in the bid price all other activities related to the implementation of the contract. If specific trade names are mentioned in the tender documentation or their annexes, this is only a definition of the required standard, and the contracting authority also allows other technically and qualitatively comparable solutions. The Technical Specification of the Required Technology is given in Appendix No. 2 For Partial Fulfillment of Parts A, B of this Call for Tenders. For the Specification of Technical Modifications of Individual Elements of Technology/Software of the Machine From Each Partial Fulfillment, Technical Drawing Documentation is Part of the Appendices - Appendix No. 5 A Annex No. 6. The Contractor undertakes to hand over the relevant premises, which are to be the place of operation of the machine, in a condition suitable for putting the machine into operation. The Seller will ensure the transportation of the machines to the customer's place, the removal of the machine from the means of transport, its transfer to the place of operation and installation at its own expense. The Principal shall provide the Seller with the cooperation necessary to put the machine into operation. The Seller will send the documents for this cooperation to the Buyer within 10 days of concluding the contract. Without undue delay after the delivery of these documents, the client will prepare the place of operation for anchoring the machine and putting it into operation in accordance with these documents. The implementation of the anchoring of the machine and the construction of the foundations for the machine shall be agreed by the seller before the delivery of the machine.
Closing Date9 Jan 2025
Tender AmountCZK 9.5 Million (USD 387.9 K)
DEFENSE HEALTH AGENCY DHA USA Tender
Laboratory Equipment and Services
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, In Conjunction With Far Part 13 Simplified Acquisition Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Separate Written Solicitation Will Not Be Issued. The Solicitation Number Is Ht941025q2035. It Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Effective 01/17/2025. The North American Industry Classification System (naics) Code For This Acquisition Is 811210. The Size Standard Is $34.0 (millions Of Dollars). This Is An Unrestricted Procurement, Inviting Full And Open Competition. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions.
this Requirement Is For Services.
defense Health Agency (dha) Western Markets Contracting Division Requests Responses From Qualified Sources Capable Of Providing The Following:
annual Preventive Maintenance And Calibration Service Of Various Hospital Laboratory Analyzers At U.s. Naval Hospital Okinawa (usnho), Japan.
items Required: See Far 52.212-1 And Far 52.212-2 Addendums For Ht941025q2035
clin 0001: Preventive Maintenance & Calibration For Various Laboratory Analyzers In Accordance With The Attached Statement Of Work To Be Provided At Usnho
location: Usnho Laboratory Dept, 960 Tarawa Rd, Ginowan City, Okinawa, Japan 901-2202
period Of Performance (pop): April 01, 2025 - March 31, 2026
quantity: 1
unit Of Issue:
this Acquisition Incorporates By Reference The Following Far Provisions And Clauses:
52.204-7 System For Award Management (oct 2018)
52.204-9 Personal Identity Verification Of Contractor Personnel (jan 2011)
52.204-13 System For Award Management Maintenance (oct 2018)
52.204-16 Commercial And Government Entity Code Reporting (aug 2020)
52.204-18 Commercial And Government Entity Code Maintenance (aug 2020)
52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014)
52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (nov 2021)
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.204-26 Covered Telecommunications Equipment Or Services-representation (oct 2020)
52.209-2 Prohibition On Contracting With Inverted Domestic Corporations-representation (nov 2015)
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015)
52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services (deviation 2023-o0002) (dec 2022), Alternate I (oct 2014)
52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services (dec 2022)
52.219-1 Small Business Program Representations (deviation 2023-o0002) (dec 2022), Alternate I (sep 2015)
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023)
the Following Additional Defense Federal Acquisition Regulation Supplement (dfars) Provisions And Clauses Applicable To This Acquisition Are Incorporated By Reference:
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (sep 2013)
252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022)
252.204-7003 Control Of Government Personnel Work Product (apr 1992)
252.204-7004 Antiterrorism Awareness Training For Contractors (jan 2023)
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016)
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (jan 2023)
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023)
252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation (dec 2019)
252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021)
252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023)
252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements (mar 2022)
252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (jan 2023)
252.204-7022 Expediting Contract Closeout (may 2021)
252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023)
(jun 2023)
252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023)
252.225-7048 Export-controlled Items (jun 2013)
252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022)
252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023)
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023)
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023)
252.225-7976 Contractor Personnel Performing In Japan (deviation 2018-o0019)(aug 2018)
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018)
252.232-7006 Wide Area Workflow Payment Instructions (jan 2023)
252.232-7010 Levies On Contract Payments (dec 2006)
252.239-7098 Prohibition On Contracting To Maintain Or Establish A Computer Network Unless Such Network Is Designed To Block Access To Certain Websites—representation (deviation 2021-o0003) (apr 2021)
252.244-7000 Subcontracts For Commercial Items And Commercial Components (dod Contracts) (jan 2023)
252.246-7003 Notification Of Potential Safety Issues (jan 2023)
252.246-7008 Sources Of Electronic Parts (jan 2023)
252.247-7023 Transportation Of Supplies By Sea—basic (jan 2023)
the Following Far Provisions And Clauses Incorporated By Full Text Apply To This Acquisition:
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 At52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v)(2)(i) Of The Provision At52.212-3, Offeror Representations And Certifications-commercial Productsorcommercial 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 At52.204-26, Or In Paragraph (v)(2)(ii) Of The Provision At52.212-3.
(a)definitions.as Used In This Provision—
backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Componenthave The Meanings Provided In The Clause52.204-25, 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)representation.the Offeror Represents That—
(1)itwill,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—
itdoes,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)
52.212-1 Instructions To Offerors—commercial Products And Commercial Services (sep 2023)
(a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code(s) And Small Business Size Standard(s) For This Acquisition Appear Elsewhere In The Solicitation. However, The Small Business Size Standard For A Concern That Submits An Offer, Other Than On A Construction Or Service Acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees For Information Technology Value-added Resellers Under Naics Code 541519, If The Acquisition—
(1)is Set Aside For Small Business And Has A Value Above The Simplified Acquisition Threshold;
(2)uses The Hubzone Price Evaluation Preference Regardless Of Dollar Value, Unless The Offeror Waives The Price Evaluation Preference; Or
(3)is An 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show—
(1) The Solicitation Number;
(2) The Time Specified In The Solicitation For Receipt Of Offers;
(3) The Name, Address, And Telephone Number Of The Offeror;
(4) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary;
(5) Terms Of Any Express Warranty;
(6) Price And Any Discount Terms;
(7) "remit To" Address, If Different Than Mailing Address;
(8) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically);
(9) Acknowledgment Of Solicitation Amendments;
(10) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And
(11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
(c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation.
(d) Product Samples. When Required By The Solicitation, Product Samples Shall Be Submitted At Or Prior To The Time Specified For Receipt Of Offers. Unless Otherwise Specified In This Solicitation, These Samples Shall Be Submitted At No Expense To The Government, And Returned At The Sender’s Request And Expense, Unless They Are Destroyed During Preaward Testing.
(e) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately.
(f) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers. (1) Offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation. If No Time Is Specified In The Solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date That Offers Or Revisions Are Due.
(2) (i) Any Offer, Modification, Revision, Or Withdrawal Of An Offer Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; And-
(a) If It Was Transmitted Through An Electronic Commerce Method Authorized By The Solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Working Day Prior To The Date Specified For Receipt Of Offers; Or
(b) There Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Of Offers And Was Under The Government’s Control Prior To The Time Set For Receipt Of Offers; Or
(c) If This Solicitation Is A Request For Proposals, It Was The Only Proposal Received.
(ii) However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted.
(3) Acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On The Offer Wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel.
(4) If An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Offers Cannot Be Received At The Government Office Designated For Receipt Of Offers By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude Amendment Of The Solicitation Or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Offers Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume.
(5) Offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. Oral Offers In Response To Oral Solicitations May Be Withdrawn Orally. If The Solicitation Authorizes Facsimile Offers, Offers May Be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Of Offers, Subject To The Conditions Specified In The Solicitation Concerning Facsimile Offers. An Offer May Be Withdrawn In Person By An Offeror Or Its Authorized Representative If, Before The Exact Time Set For Receipt Of Offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For The Offer.
(g) Contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror’s Initial Offer Should Contain The Offeror’s Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received.
(h) Multiple Awards. The Government May Accept Any Item Or Group Of Items Of An Offer, Unless The Offeror Qualifies The Offer By Specific Limitations. Unless Otherwise Provided In The Schedule, Offers May Not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless The Offeror Specifies Otherwise In The Offer.
(i) Availability Of Requirements Documents Cited In The Solicitation.
(1) (i) The Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101–29, And Copies Of Federal Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website At Https://assist.dla.mil.
(ii) If The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued This Solicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained From The Address In Paragraph (i)(1)(i) Of This Provision.
(2) Most Unclassified Defense Specifications And Standards May Be Downloaded From The Assist Website At Https://assist.dla.mil.
(3) Defense Documents Not Available From The Assist Website May Be Requested From The Defense Standardization Program Office By—
(i) Using The Assist Feedback Module (https://assist.dla.mil/feedback); Or
(ii) Contacting The Defense Standardization Program Office By Telephone At 571–767–6688 Or Email At Assisthelp@dla.mil.
(4) Nongovernment (voluntary) Standards Must Be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j) Unique Entity Identifier. (applies To All Offers That Exceed The Micro-purchase Threshold, And Offers At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Offeror Shall Enter, In The Block With Its Name And Address On The Cover Page Of Its Offer, The Annotation "unique Entity Identifier" Followed By The Unique Entity Identifier That Identifies The Offeror's Name And Address. The Offeror Also Shall Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Unique Entity Identifier. The Suffix Is Assigned At The Discretion Of The Offeror To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpart 32.11) For The Same Entity. If The Offeror Does Not Have A Unique Entity Identifier, It Should Contact The Entity Designated At Www.sam.gov For Unique Entity Identifier Establishment Directly To Obtain One. The Offeror Should Indicate That It Is An Offeror For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Unique Entity Identifier.
(k) [reserved]
(l) Debriefing. If A Post-award Debriefing Is Given To Requesting Offerors, The Government Shall Disclose The Following Information, If Applicable:
(1) The Agency’s Evaluation Of The Significant Weak Or Deficient Factors In The Debriefed Offeror’s Offer.
(2) The Overall Evaluated Cost Or Price And Technical Rating Of The Successful And The Debriefed Offeror And Past Performance Information On The Debriefed Offeror.
(3) The Overall Ranking Of All Offerors, When Any Ranking Was Developed By The Agency During Source Selection.
(4) A Summary Of The Rationale For Award;
(5) For Acquisitions Of Commercial Products, The Make And Model Of The Product To Be Delivered By The Successful Offeror.
(6) Reasonable Responses To Relevant Questions Posed By The Debriefed Offeror As To Whether Source-selection Procedures Set Forth In The Solicitation, Applicable Regulations, And Other Applicable Authorities Were Followed By The Agency.
addendum To Far 52.212-1, Instructions To Offerors—commercial Products And Commercial Services
the Following Is Inserted As New Paragraph (m) Of The Provision:
(m) Quoter Instructions
the Government Intends To Award A Firm-fixed-price (ffp) Contract Resulting From This Rfq To The Responsible Quoter, Whose Quote Conforms To The Solicitation And Is The Most Advantageous (best Value) To The Government, Price And Other Factors Considered As Defined In The Evaluation Factors For Award Section Below. The Government Will Review The Quotes Received To Determine If They Are Compliant With The Rfq Requirements. A Compliant Quote Is One That Meets All Of The Terms, Conditions, And Specifications In The Rfq. The Quoter Must Provide All Documents Listed And Comply With All Rfq Instructions In Order For Their Quote To Be Considered “compliant” With This Rfq. Only Compliant Quotes Will Be Evaluated For Award.
all Questions Regarding The Rfq, Of A Contractual Or Technical Nature, Must Be Submitted Electronically By Email To Adrian.m.nerida.civ@health.mil No Later Than :00 On Wednesday, February 19, 2025. Questions Submitted After The Specified Date And Time May Not Receive A Response. Questions, Along With The Government’s Responses, Will Be Posted As An Attachment To The Rfq. Please Be Advised That The Government Reserves The Right To Transmit Those Questions And Answers Of A Common Interest To All Prospective Quoters.
quoters Are Instructed To Electronically Submit Their Technical And Past Performance Quotation In Separate Files, Formatted In Portable Document Format (pdf) With A .pdf File Extension As Follows:
- Factor 1: Technical Capability:
the Quoter Shall Submit A Capabilities Statement, Not To Exceed Ten (10) Pages, Demonstrating The Quoter’s Technical Capability To Perform The Required Services In Accordance With Attachment 1 Statement Of Work (sow). The Quoter Shall Specifically Address Each Element Identified Under 4-preventive Maintenance (pm) Program, 5-contractor Requirements And Experience/training Of The Sow. Capabilities Statements Shall Be No More Than 10 Pages, In 12-point Times New Roman Font, And With 1-inch Margins. Spacing Is At The Discretion Of The Quoter.
offerors Are Cautioned Against Restating Pws Requirements In Their Proposal, Particularly With Regard To Technical Requirements; And Must State How All Requirements Will Be Met. Statements Such As "the Offeror Understands" And "the Offeror Shall/can Comply," Along With Reference Or Industry References Does Not Reflect That The Offeror Understands The Requirements And Will Likely Result In A Diminished Evaluation Rating.
- Factor 2: Past Performance:
the Quoter Shall Use Attachment 2 (past Performance Questionnaire) To Provide Completed References For Two (2) Projects Where You Have Provided Recent And Relevant Performance Of The Same Or Similar Services Required In This Solicitation Within The Past Three (3) Years From The Date Of Issuance Of This Rfq. Past Performance Will Be Evaluated Based On Information From References Provided And From Authorized Government Past Performance Systems And Resources, Including The Contractor Performance Assessment Rating System (cpars).
recent Is Defined As Services Performed Within The Past Three (3) Years From The Date Of Issuance Of This Rfq. Relevant Is Defined As Services The Same As Or Similar To The Services Specified In The Pws Provided In An Oconus Environment. An Offeror Who Provides Past Performance In The Pacific Rim May Be Rated Higher Than An Offeror Who Provides Past Performance In Other Areas Oconus. Past Performance Information Not Meeting The Above Criteria Will Not Be Used For Evaluation.
quoters Are Instructed To Electronically Submit Their Pricing Quotation In A Separate File, Formatted In Portable Document Format (pdf) With A .pdf File Extension.
- Factor 3: Price:
the Quoter Shall Submit Comprehensive Quotes In Accordance With The Outlined Specifications. Clearly Itemize All Costs Associated With The Requested Goods Or Services. Ensure That Your Quote Is Valid For The Specified Duration. Additionally, Provide Any Relevant Certifications Or Qualifications That Demonstrate Your Ability To Fulfill The Requirements. Quote Needs To Match Clin Structure Shown On Page 1 Of This Solicitation.
- Completed Provisions:
quoters Shall Be Registered In The System For Award Management (sam) With The Appropriate Naics Code And Completed Representations And Certifications And Shall Not Have Any Active Exclusions Listed Within Sam. Additionally, The Quoter Shall Include One (1) Copy Of The Following Far Provision(s) Located Within This Rfq That Shall Be Completed And Included With The Quote:
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
late Submissions May Not Be Considered.
it Is A Quoter’s Responsibility, When Transmitting Its Quote Electronically, To Ensure The Quote’s Timely Delivery By Transmitting The Quote Sufficiently In Advance Of The Time Set For Receipt Of Quotes To Allow For Timely Receipt By The Government No Later Than The Date And Time Stated In This Rfq. Quoters Shall Allow Adequate Time To Upload Files, Which May Be Slower For Non-dod Users, And To Avoid Other Technical Difficulties That May Be Encountered. A Quoter Risks The Late Receipt And Rejection Of A Quote Where It Delays Transmitting Its Quote Until The Last Few Minutes Before The Time Set For Receipt Of Quotes. Quotes That Are Received After The Date And Time Stated In This Rfq Will Not Be Considered Except At The Discretion Of The Contracting Officer; The Contracting Officer Reserves Full Discretion To Accept Any Late Quotes At Any Time Prior To Award If It Serves The Best Interest Of The Government.
quoters Are Responsible For Submitting Their Quote In The Format Specified, Consistent With Requirements Stated Elsewhere In This Rfq. Quoters Are Asked To Submit Only The Information Required. Files That Cannot Be Opened Or Are Otherwise Missing The Required Content Are The Responsibility Of The Quoters. Submissions That Do Not Adhere To Format And Content Requirements May Be Considered Non-compliant. The Government Reserves The Right To Eliminate Any Such Quotes From Consideration For Award.
quotations Must Be Received No Later Than 08:00 Am On , 21, 2025.
(end Of Provision)
52.212-2 Evaluation—commercial Products And Commercial Services (nov 2021)
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Quoter Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Quotes:
(1) Technical Capability
(2) Past Performance
(3) Price
technical Capability Will Be Rated On An Acceptable/unacceptable Basis, And Past Performance Will Be More Important Than Price.
(b) Options. The Government Will Evaluate 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).
(c) 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.
addendum To Far 52.212-2, Evaluation—commercial Products And Commercial Services
the Following Is Inserted As New Paragraph (d) Of The Provision:
(d) Evaluation Factors For Award
contract Award Shall Be Made On A “past Performance Price Tradeoff” Basis. This Process Allows For A Tradeoff Between Past Performance And Price And Allows The Government To Accept Other Than The Lowest Priced Quote Or Other Than The Highest Rated Quote To Achieve A Best-value Contract Award. This May Result In An Award To A Higher-rated, Higher-priced Quote If The Government Determines That The Past Performance Of The Higher-priced Quote Outweighs The Price Difference. The Selection Process Is Subjective By Nature And Professional Judgment Is Implicit Throughout The Tradeoff Process.
the Quoter’s Technical Capability Will Be Evaluated To Determine If It Is Acceptable Or Unacceptable In Accordance With The Evaluation Criteria Stated In This Rfq. If A Quoter’s Technical Capability Is Determined To Be Unacceptable, The Quoter Will No Longer Be Considered For Award. Award Will Be Made To The Quoter Providing A Quote That Is Deemed Most Advantageous To The Government, Whose Technical Capability Has Been Determined To Be “acceptable” And Trading Off Past Performance Against Price. Past Performance Is More Important Than Price.
the Government Intends To Award Based On Initial Quotes. Notwithstanding This Intent, The Contracting Officer Reserves The Right To Conduct Exchanges If It Is Within The Best Interest Of The Government, A Matter Within Their Discretion.
factor 1: Technical Capability:
the Government Will Use The Following Ratings/descriptions In Table 1 When Evaluating Technical Capability:
table 1. Technical Capability Ratings
rating
description
acceptable
quote Clearly Demonstrates The Quoter’s Technical Capability To Perform The Required Services In Accordance With The Performance Objectives.
unacceptable
quote Does Not Clearly Demonstrate The Quoter’s Technical Capability To Perform The Required Services In Accordance With The Performance Objectives. Offerors Will Be Ineligible For Further Consideration For Award.
factor 2: Past Performance:
the Government Will Evaluate Past Performance By Reviewing The Quoter’s Submitted Past Performance Information And Information From Other Sources That May Include, But Are Not Limited To, Government Personnel And Information Retrieved Through Cpars.
the Past Performance Evaluation Will Result In An Integrated Assessment Of The Quoter’s Probability Of Successfully Performing The Rfq Requirements. The Past Performance Evaluation Considers Each Quoter’s Demonstrated Recent And Relevant Record Of Performance In Performing Services The Same As Or Similar To The Services Specified In The Pws. The Government Will Consider The Recency And Relevance Of The Information, The Source Of The Information, Context Of The Data, And General Trends In The Quoter’s Performance. The Past Performance Confidence Assessment Rating Is Based On The Quoter’s Overall Record Of Recency, Relevancy, And Quality Of Performance. These Are Combined To Establish One Performance Confidence Assessment Rating For Each Quoter.
the Government Will Use The Following Relevancy Definitions In Table 2 When Determining Relevant Past Performance:
table 2. Relevancy
relevancy
definition
relevant
past Performance Effort Involved Performance Of Services The Same As Or Similar To The Services Specified In The Pws Provided In An Oconus Environment
not Relevant
past Performance Effort Involved Little Or No Performance Of Services The Same As Or Similar To The Services Specified In The Pws.
the Government Will Use The Following Ratings/descriptions In Table 3 When Evaluating Past Performance:
table 3. Performance Confidence Assessment Ratings
rating
description
substantial Confidence
based On The Quoter’s Recent/relevant Performance Record, The Government Has A High Expectation That The Quoter Will Successfully Perform The Required Effort.
satisfactory Confidence
based On The Quoter’s Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Quoter Will Successfully Perform The Required Effort.
neutral Confidence
no Recent/relevant Performance Record Is Available Or The Quoter’s Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned. The Quoter May Not Be Evaluated Favorably Or Unfavorably On The Factor Of Past Performance.
limited Confidence
based On The Quoter’s Recent/relevant Performance Record, The Government Has A Low Expectation That The Quoter Will Successfully Perform The Required Effort.
no Confidence
based On The Quoter’s Recent/relevant Performance Record, The Government Has No Expectation That The Quoter Will Be Able To Successfully Perform The Required Effort. Offerors Will Be Ineligible For Further Consideration For Award.
factor 3: Price:
the Government Will Evaluate The Quoted Price For Price Reasonableness. The Following Price Analysis Techniques May Be Used To Ensure A Fair And Reasonable Price:
- Comparison Of Quoted Prices Received In Response To The Solicitation.
- Comparison Of Quoted Prices With The Independent Government Estimate.
- Comparison Of Quoted Prices With Available Historical Information.
price Must Be Determined Fair And Reasonable In Order To Be Eligible For Award. A Price Is Reasonable If, In Its Nature And Amount, It Does Not Exceed That Which Would Be Incurred By A Prudent Person In The Conduct Of Competitive Business. A Price That Is Found To Be Unreasonably High May Be Indicative Of An Inherent Lack Of Understanding Of The Solicitation Requirements And May Result In The Overall Quote Not Being Considered For Award.
Closing Date21 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Far Part 13 Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
request For Quotation (rfq) N5523625q0004 Is Issued As A Sole Source Requirement. The Subject Solicitation Is Being Processed Using Far Part 12 And 13. The Government Intends To Solicit And Contract With Only One Source, Austal Usa, Llc, For The Parts Listed On The Product Description Under The Authority Of Far 13.106-1(b)(1)(i) On A Sole Source Basis. The Applicable North American Industry Classification System (naics) Code Is 333995 – Hydraulic Cylinders, Fluid Power, Manufacturing.
this Solicitation Documents And Incorporates Provisions And Clauses That Are Those In Effect Through Federal Acquisition Circular 2024-07 (effective 30 September 2024) And Dfars Publication Notice 20241001.
description: Southwest Regional Maintenance Center (swrmc) Requires Procurement And Delivery Of Long Lead Time Material (lltm) In Support Of Swrmc At Naval Base San Diego As Follows: Quote Shall Provide Lltm Delivery Date.
see Product Description
the Full Text Of Far And Dfar References, Provisions And Clauses May Be Accessed At Https://acquisition.gov.
the Following Provisions And Clauses Apply To This Acquisition And Will Be Incorporated Into Any Resultant Purchase Or Delivery Order.
c-202-h001 Additional Definitions – Basic (navsea) Oct 2018
c-204-h001 Use Of Navy Support Contractors For Official Contract Files (navsea) Oct 2018
c-211-h017 Updating Specifications And Standards (navsea) Dec 2018
c-211-h018 Approval By The Government (navsea) Jan 2019
c-215-h002 Contractor Proposal (navsea) Oct 2018
c-223-h003 Exclusion Of Mercury (navsea) Mar 2019
c-247-h001 Permits And Responsibilities (navsea) Dec 2018
d-211-h005 Identification Marking Of Parts -- Alternate I (navsea) Oct 2018
d-246-h003 Warranty Notification For Item(s) ____-- Alternate I (navsea) Apr 2024
d-247-h005 Marking And Packing List(s) – Alternate I (navsea) Oct 2018
d-247-w001 Prohibited Packing Materials (navsea) Oct 2018
52.246-2 Inspections Of Supplies – Fixed Price Aug 1996
52.246-16 Responsibilities For Supplies Apr 1984
e-246-h022 Inspection And Test Records (navsea) Jan 2019
52.242-15 Stop-work Order Aug 1989
52.242-17 Government Delay Of Work Apr 1984
52.247-34 F.o.b. Destination Nov 1991
f-242-h001 Contractor Notice Regarding Late Delivery (navsea) Oct 2018
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018
252.232-7006 Wide Area Work Flow Payment Instructions Jan 2023
g-232-h002 Payment Instructions And Contract Type Summary For Payment Office (navsea) Feb 2024
g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) Jan 2019
g-242-h001 Government Contract Administration Points Of Contact And Responsibilities (navsea) Oct 2023
g-242-h002 Hours Of Operation And Holiday Schedule (navsea) Jul 2021
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements Jan 2017
52.204-7 System For Award Management Oct 2018
52.204-19 Incorporation By Reference Of Representations And Certifications Dec 2014
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021
52.204-26 Covered Telecommunications Equipment Or Services-representation Oct 2020
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015
52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under And
Federal Law Feb 2016
52.212-4 Contract Terms And Conditions--commercial Items Nov 2023
52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013
52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023
52.252-2 Clauses Incorporated By Reference Feb 1998
52.252-6 Authorized Deviations In Clauses Nov 2020
252.203-7000 Requirements Relating To Compensation To Former Dod Officials Sep 2011
252.203-7002 Requirements To Inform Employees Of Whistleblower Rights Dec 2022
252.203-7005 Representation Relating To Compensation Of Former Dod Officials Sep 2022
252.204-7000 Disclosure Of Information Oct 2016
252.204-7003 Control Of Government Work Product Apr 1992
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct 2016
252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident
information Jan 2023
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting Jan 2023
252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support Jan 2023
252.204-7019 Notice Of Nistsp 800-171 Dod Assessment Requirements Nov 2023
252.204-7020 Nist Sp 800-171dod Assessment Requirements Nov 2023
252.204-7022 Expediting Contract Closeout May 2021
252.204-7024 Notice On The Use Of The Supplier Performance Risk System Mar 2023
252.211-7003 Item Unique Identification And Valuation Jan 2023
252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors Jan 2023
252.223-7008 Prohibition Of Hexavalent Chromium Jan 2023
252.225-7000 Buy American – Balance Of Payments Program Certificate Feb 2024
252.225-7001 Buy American And Balance Of Payment Program Feb 2024
252.225-7002 Qualifying Country Sources As Subcontractors Mar 2022
252.225-7048 Export Controlled Items Jun 2013
252.232-7010 Levies On Contract Payments Dec 2006
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel Jan 2023
252.244-7000 Subcontracts For Commercial Items Nov 2023
252.246-7003 Notification Of Potential Safety Issues Jan 2023
252.247-7023 Transportation On Supplies By Sea Oct 2024
52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services (jan 2025)
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91).
(3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801).
(6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)).
(b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
___1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655).
___2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509).
___3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5).
___4) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far 3.900(a)
_x__5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note).
___6) [reserved]
___7) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C).
___8) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C).
_x_9) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328).
___10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders—federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115–390, Title Ii).
___11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) (pub. L. 115–390, Title Ii).
___ (ii) Alternate I (dec 2023) Of 52.204–30.
__x_12) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note).
___13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
___14) [reserved].
_ _15) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a).
___16) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a).
___17) [reserved]
___18) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644).
___ (ii) Alternate I (mar 2020) Of 52.219-6.
___19) (i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644).
___ (ii) Alternate I (mar 2020) Of 52.219-7.
___20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)).
___21) (i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)).
___ (ii) Alternate I (nov 2016) Of 52.219-9.
___ (iii) Alternate Ii (nov 2016) Of 52.219-9.
___ (iv) Alternate Iii (jun 2020) Of 52.219-9.
___ (v) Alternate Iv (sep 2023) Of 52.219-9.
___22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
___ (ii) Alternate I (mar 2020) Of 52.219-13.
_x_23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 637s).
___24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)).
__ 25) 52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) ( 15 U.s.c. 657f).
___26) (i) 52.219-28, Post Award Small Business Program Representation (feb 2024) (15 U.s.c. 632(a)(2)).
___ (ii) Alternate I (mar 2020) Of 52.219-28.
__ 27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)).
___28) 52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)).
___29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
_x__30) 52.219-33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 637(a)(17)).
___31) 52.222-3, Convict Labor (jun 2003) (e.o.11755).
_x_32) 52.222-19, Child Labor-cooperation With Authorities And Remedies (feb 2024).
_x_33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
_x_34) (i) 52.222-26, Equal Opportunity (sep 2016) (e.o.11246).
___ (ii) Alternate I (feb 1999) Of 52.222-26.
___35) (i) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
___ (ii) Alternate I (jul 2014) Of 52.222-35.
_x_36) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
___ (ii) Alternate I (jul 2014) Of 52.222-36.
___37) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
___38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
_x_39) (i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627).
___ (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
___40) 52.222-54, Employment Eligibility Verification (may 2022) (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.)
___41) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
___ (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)).
___42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671).
___43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671).
___44) 52.223-20, Aerosols (may 2024) (42 U.s.c. 7671).
___45) 52.223-21, Foams (may 2024) (42 U.s.c. 7671).
_x_46) 52.223-23, Sustainable Products And Services (may 2024) (e.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l).
___47) (i) 52.224-3 Privacy Training (jan 2017) (5 U.s.c. 552 A).
___ (ii) Alternate I (jan 2017) Of 52.224-3.
_x_48) (i) 52.225-1, Buy American-supplies (oct 2022) (41 U.s.c. Chapter 83).
___ (ii) Alternate I (oct 2022) Of 52.225-1.
___49) (i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) ( 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
___ (ii) Alternate I [reserved].
___ (iii) Alternate Ii (dec 2022) Of 52.225-3.
___ (iv) Alternate Iii (feb 2024) Of 52.225-3.
___ (v) Alternate Iv (oct 2022) Of 52.225-3.
___50) 52.225-5, Trade Agreements (nov 2023) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
_x_51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
___52) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
___53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150).
___54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150).
_x_55) 52.226-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513).
___56) 52.229-12, Tax On Certain Foreign Procurements (feb 2021).
___57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
___58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
_x_59) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018) (31 U.s.c. 3332).
___60) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
___61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
_x_62) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
___63) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15 U.s.c. 637(d)(13)).
___64) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631).
___ (ii) Alternate I (apr 2003) Of 52.247-64.
___ (iii) Alternate Ii (nov 2021) Of 52.247-64.
(c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
___1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter67).
___2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
___3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
___4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
___5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67).
___6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67).
_x_7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022).
___8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
___9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792).
(d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation.
(1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract.
(2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved.
(3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause-
(i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509).
(ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712).
(iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91).
(v) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232).
(vi) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328).
(vii) (a) 52.204–30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) (pub. L. 115–390, Title Ii).
(b) Alternate I (dec 2023) Of 52.204–30.
(viii) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities.
(ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
(x) 52.222-26, Equal Opportunity (sep 2015) (e.o.11246).
(xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
(xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40.
(xv) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
(xvi) _x_ (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o 13627).
___ (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
(xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67).
(xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67).
(xix) 52.222-54, Employment Eligibility Verification (may 2022) (e.o. 12989).
(xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022).
(xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
(xxii) (a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
(xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6.
(xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40.
(xxvi) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64.
(2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
a. 52.212-1 Instructions To Offerors – Commercial Products And Commercial Services Sep 2023. Offerors Must Comply With All Instructions Contained Herein.
(1) Offerors May Submit Written Questions During The Quote Preparation Period. All Questions Must Be Received No Later Than 07 February 2025, 11:00 Am (pacific) To Allow Adequate Time To Prepare And Issue Responses To All Offerors Prior To The Date And Time Set For Receipt Of Quotes. Only Written Questions Will Receive A Response. All Questions And Quotes Shall Be Directed To:
southwest Regional Maintenance Center (swrmc) – C410a Procurement
email: Cite The Solicitation Number In The Subject Line - N5523625q0004
email Addresses: Michael.t.jones331.civ@us.navy.mil And Ricardo.barraza-cobos.civ@us.navy.mil
b. 52.212-2 Evaluation Commercial Items, Evaluation – Commercial Products And Commercial Services Nov 2021.
(a) 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:
evaluation Factors – The Evaluation Factors That Will Be Used Are:
technical Acceptability – Ability To Meet The Required Delivery Date And The Salient Characteristics Of The Product Description
technical Drawings Shall Be Requested Via The Swrmc Technical Documentation Request Form As A Part Of Technical Acceptability For This Acquisition. Vendors Must Show Evidence, Technical Drawing Was Reviewed To Ensure Correct Manufacturing Of The Valves.
price – The Government Will Evaluate The Proposed Price For Reasonableness In Accordance With Far
13.106-3 (a)(1).
past Performance – Based On The Supplier Performance Risk System Rating.
price: The Government Will Evaluate The Proposed Price For Reasonableness In Accordance With Far 13.106-3 (a)(1).
past Performance: The Government Will Consider The Recency And Relevancy Of Past Performance Information Compared To The Requirements Detailed In The Statement Of Work, The Source Of The Information, The Context Of The Data And General Trends In The Offeror's Performance And Any Associated Risk. The Government Will Also Consider The Extent Of The Offeror's Ability To Perform Previous Contracts Successfully. In Accordance With Dfars Provision 252.204-7024, Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations Is Hereby Incorporated By Reference.
(b) Options. The Government Will Evaluate 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).
(c) 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)
c. 52.212-3 Offeror Representations And Certifications – Commercial Products And Commercial Services May 2024. The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam) Accessed Through Https://www.sam.gov/sam/ (only Complete And Return If There Are Changes To Current Sam Registration. If 52.212-3 Is Not Returned, The Contractor Is Affirming That The Current Sam Registration Is Current, Accurate, And Complete). If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v) Of This Provision. The Provision Of Far 52.212-3 Must Be Submitted By The Offeror To Be Eligible For Award.
d. 52.212-4 Contract Terms And Conditions -- Commercial Products And Commercial Services Nov 2023
standard Commercial Warranties Apply.
applicable Provisions And Clauses:
the Far Requires The Use Of The System For Award Management (sam) In Federal Solicitations As A Part Of The Offer Submission Process To Satisfy Far 52.212-4. More Information On Sam Is Found At Https://www.sam.gov/portal/public/sam/.
packaging Requirements: Packaging And Preservation Shall Be Performed In Accordance With The Best Commercial Practices To Afford Maximum Protection Against Damage.
d-211-h005 Identification Marking Of Parts – Alternative I Oct 2018
delivery Instructions: Item Shall Be Priced For F.o.b. Destination. Inspection And Acceptance Shall Be At Destination By The Government.
special Contract Requirements:
please Submit Your Quote Via E-mail To Michael Jones, Michael.t.jones331.civ@us.navy.mil (primary) And Cynthia Urias, Ricardo.barraza-cobos.civ@us.navy.mil (secondary).
quotes Must Be Received By The Destination Inbox No Later Than *11 February 2025, 11:00 Am (pacific)*
Closing Date11 Feb 2025
Tender AmountRefer Documents
9191-9200 of 9235 archived Tenders