Transportation Tenders

Transportation Tenders

Antalya Metropolitan Municipality Transportation Planning and Rail System Office President Tender

Civil And Construction...+1Civil Works Others
Turkey
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Antalya Metropolitan Municipality Transportation Planning and Rail System Office President | Repair, Maintenance, Repair, Spare Parts and Tire Change and Maneuvering Service of Public Transport Vehicles

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n744.4|er1|email Only|james.e.lewis5@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8||||||||| desired And Required Time Of Delivery (june 1997)|29|0001|10|365||||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|receiving Report And Invoice Combo|na|tbd|n00104|tbd|tbd|see Schedule|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|| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| limitation Of Liability--high-value Items ($100k)(feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|1|| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| small Business Program Representations (feb 2024)|4||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (feb 2024)|13|334220|1250|||||||||||| cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021))|7|||||||| type Of Contract (apr 1984)|1|fpp| alterations In Solicitation (apr 1984)|3|||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data--basic (feb 2024))|1|| the Following Clauses Are Hereby Removed: 252.225-7021 252.225-7035 252.225-7036 clause 52.211-9 Item No. Is Corrected From X To 0001. closing Date Extended To 20 Feb 2025. \ solicitation Is Hereby Extended To 20 Dec 2024. tdp Is Updated From Version 002 To 003. clause 252.225-7020 And 52.211-8 Are Hereby Removed. clause 52.211-9 Is Hereby Added And Incorporated In This Rfp. the Following Remarks Are Hereby Removed: 1. Notice To Contractor's Providing Surplus Material:a Surplus Material Certificate And Label Must Accompany Your Quotation Forsurplus/new Surplus/new Manufactured Surplus Material. All Surplus Materialmust Have Traceability Back To A Government Contract In Order to Be Consideredfor Award. Without This Information We Are Unable To Determine When Thegovernment Purchased And Inspected The Item And Therefore, We Cannot Beassured Of Technical Acceptability. if Submitting Your Quotation Via Edi, A Faxed Or Email Copy Of The Surpluscertificate, Along With A Photo Of The Box And Label Must Be Sent To The Buyerasap. 2. If Quoting As A Distributor Or Dealer To The Oem, Please Submit Fulltraceability Back To The Oem With Your Quote. \ all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To This Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. in Accordance With Dfar 217.7301, Contractors Shall Identify Their Sources Of Supply In Contracts For Supplies. If The Item Currently Being Procured Is A Non-value Added Item, Please Provide: actual Manufacturer: cage Code: address: delivery Lead Time: __________________________ If Incremental Deliveries Are Possible, Please Provide A Proposed Schedule To Include Specific Delivery Times For All Units. offer Valid For ___________________ Days. please Provide Email Address For Follow-up Communications_______________________________________. packaging Location If Different Than Offeror: name/cage ___________________________________________ address______________________________________________ notice To Contractor's Providing Surplus Material: a Surplus Material Certificate And Label Must Accompany Your Quotation For Surplus/new Surplus/new Manufactured Surplus Material. All Surplus Material Must Have Traceability Back To A Government Contract In Order To Be Consideredfor Award. Without This Information We Are Unable To Determine When The Government Purchased And Inspected The Item And Therefore, We Cannot Be Assured Of Technical Acceptability. if Submitting Your Quotation Via Edi, A Faxed Or Email Copy Of The Surplus Certificate, Along With A Photo Of The Box And Label Must Be Sent To The Buyerasap. this Order Requires A Higher Level Inspection. the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. if Quoting As A Distributor Or Dealer To The Oem, Please Submit Full Traceability Back To The Oem With Your Quote. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The As4674/u Ant-radome . 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 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. document Ref Data=mil-std-130 | | |m |051202|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=iso9001 | | | |010417|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The As4674/u Ant-radome Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;16848 252016-1; 3.1.1 ;a) Drawing Changes To Remove Obsolescence (such As The Fiberglass Radome) Have Been Approved Via Signed Notice Of Revisions (nor), Dd Form 1685. These Ch Anges Have Not Been Incorporated In The Drawings Yet. But The Nor Form Is Approved For manufacture. An Updated Tdp With Signed Nor Forms Will Be Provided To Navsup For The Solicitation. b) Lockheed Martin Had Manufacturing Difficulty With Semi-rigid Cables. Nuwc Will Develop A Design For Alternative Ez-flex Rf Cables Instead. Nuwc Will Create A New Drawing And Provide Any Subsequent Nors For This Design Change And Provide The Tdp For The solicitation. c) Nuwc Will Provide, As Gfm, Qty 10 Of Obsolete Mesfet, Ne650103m.; 3.2 Source Control Item - Previous Delivery Of The Specified National Stock Number Or Similar Item Manufactured To Technical Procurement Specifications And/or Drawings Supplied By A Government Activity Or Price Contractor Does Not In Itself Qualify A Supplier as A Government Approved Source. Only Those Sources For This Item Previously Approved By The Government Have Been Solicited. The Time Required For Approval Of A New Supplier Is Normally Such That Award Cannot Be Delayed Pending Approval Of The New Source. If You Have Not Been Solicited And You Can Furnish Either (a) Proof Of Your Prior Approval As A Supplier Of This Item, Or (b) Data Showing You Have Produced The Same Or Similar Items Satisfactorily For The Government Or A Commercial Source, Or (c) Test data Indicating Your Product Can Meet Service Operating Requirements, Or (d) Other Pertinent Data Concerning Your Qualificatin To Produce The Required Item, Notify The Procurement Contracting Officer In Writing, Furnishing Said Proof Of Data For Evaluation possibly Leading To Your Firm Being Authorized As An Approved Source For This Procurement Or Subsequent Procurements. 3.3 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130. 3.4 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 Spcc Contracting Officer Has Been 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, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer will Be Acceptable For Government Evaluation. When Notifying The 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/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable. 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. 3.5 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 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. 4.2 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection/quality System Acceptable To The Government. The Inspection System Requirements For This Contract/purchase Order Shall Be In Accordance With Mil-i-45208. Suppliers certified To Perform Under Iso 9001 Or Iso 9002 Are Granted Permission To Utilize The One Desired In Lieu Of Mil-i-45208. 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 Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies. 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 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.

NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: *** Amendment 1, Extension Of Solicitation *** *provide Responses To Questions And Supporting Documents Concerning This Project Prior To Close Of Solicitation This Evening! this Solicitation Is Hereby Extended To Provide Responses To Technical Questions Received For Which The Gov't Response Will Be Provided By C.o.b. (tomorrow) January 14, 2025; Proposals Will Then Be Due By 4:00p.m. Est On Tuesday, January 21st, 2025. **please Read This Notice Carefully As It Constitutes The Only Notice That Will Be Issued** a. Far 12.603 Streamlined Solicitation For Commercial Products Or Commercial Services this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. the Request For Proposal (rfp) Number For This Project Is 693jj925r000012. The Resultant Contract Award Will Be Performed At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Tx. The Contract Type Will Be Firm Fixed-price. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fac Number 2025-01 With The Effective Date Of 11/12/2024. the North American Industrial Classification System (naics) Code For This Procurement Is 237310 “highway, Street, And Bridge Construction” -, With A Small Business Size Standard Of $45,000,000.00. The Product Service Code For This Procurement Is Y1lb “construction Of Highways, Roads, Streets, Bridges, And Railways”. This Solicitation Is Not Set-aside For Small Businesses. contract Price. b. Price Schedule b.1 Base Period Of Performance: total Price Shall Cover The Performance Period From The Effective Date Of Award Through Twenty-four (24) Months Thereafter. from: 01/xx/2025 To: 01/xx/2026 base Period, Contract Price: $tbd line Item Number item Description qty unit unit price total Extended Price 0001 resurface Utqg Standards Traction Asphalt Test Surface 1 lot - $tbd total Contract Firm Fixed-price $tbd statement Of Work (sow) c. Description/specifications/ Statement Of Work c.1 Background the National Highway Traffic Safety Administration (nhtsa) Has A Need To Resurface The Asphalt Test Surface Portion Of The Traction Grading Test Track Used To Perform Testing In Accordance With The Uniform Tire Quality Grading System (utqgs) At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx). The Asphalt Test Surface Was Last Resurfaced In September 2013. The Test Surface Is Used By Ovsc To Perform Traction Testing For Enforcement Of The Utqg Consumer Information Program. The Test Surface Is Also Used By Outside Entities To Perform Traction Testing. the Utqg Traction Test Measures The Slide Friction Coefficient Of Tires Using A Tire Traction Skid Trailer At A Test Speed Of 40 Miles Per Hour (mph). The Allowable Surface Coefficient Range Per 49 C.f.r. § 575.104 Is 0.50 ± 0.10. This Value Is Measured Using The American Society For Testing And Materials (astm) E 501 Tire With A Test Load Of 1,085lbs And An Onboard Watering System With An Output Of Approximately 4.0 Gpm Per Wetted Inch Of Nozzle Width. c.2 Contract Objectives the Objective Of This Contract Is To Replace The Asphalt Utqg Traction Test Surface Located At The Satf Located On Gafb In San Angelo, Tx With A Durable Surface That Meets The Tire Test Surfaces Specified In 49 C.f.r. § 575.104. this May Include, But Is Not Limited To, Identifying A Suitable Replacement Asphalt Mix With Test Strips, Removing The Existing Surface, Placing A New Asphalt Surface, And Re-painting The Required Lines. the Purpose Of The New Test Surface Is To Satisfy The Government’s Need To Have A Nhtsa Traction Asphalt Test Surface Located At Its San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx). the Intended Use Of The Test Surface That Is To Be Provided To The Government Is To Conduct Compliance Testing For Tire Traction Ratings, Which Require A Surface That Is Within The Uniform Tire Quality Grading System (utqgs) Allowable Surface Friction Range And Possesses The Quality, Durability, And Smoothness Needed For Traction Testing. all Work Completed Must Be In Compliance With All Applicable Rules And Regulations Of Gafb. c.3 General Requirements phase One (1) Test Stripe Surface Application the Contractor Shall Schedule All Work Under This Contract With The Contracting Officer’s Representative (cor). the Contractor Shall Identify A Suitable Asphalt Mix Design Through The Placement And Evaluation Of A Test Strip, Removing The Existing Test Surface (if Required), Replacing The Test Surface, And Ensuring Smooth Transitions To And From The Test Surface, To Include Painting Of The Completed Test Surface. The Contractor Shall Meet All Work Requirements For Gafb Including Certain Requirements And Approvals That Must Be Met And/or Obtained Prior To The Start Of Work By The Contractor. the Contractor Shall Be Responsible For The Following: c.3.1 The Contractor, Inclusive Of Contractor Personnel And Subcontractors Supporting This Project On-site At The Satf, Must Meet All Air Force Base (afb) Security Requirements. This Will Include Background And Verification Checks Required Prior To Base Access. The General Requirements May Be Found At: Https://www.goodfellow.af.mil/home/visitor-control-center-gate-information/ the Contractor Must Provide A List Of All Personnel Who Will Be Accessing The Base And All Required Information To Include The Following: (full Name, Date Of Birth, Driver’s License No. W/state Of Issuance, And Last Four (4) Of Ssn) To The Cor For The Contractor Personnel To Gain Approval To Access The Base. This Process Can Take Between 2-4 Weeks To Complete From The Time The List Is Submitted. This List Must Be Provided To The Cor Via Email Within 1 Month Of The Completion Of The Kick-off Meeting. c.3.2 The Contractor Must Meet All Other Afb Requirements That Are In Effect At And During Time Of Project, Including But Not Limited To, Obtaining Environmental Approval For All Materials Required To Complete The Project. c.3.3 The Contractor Shall Ensure That Its Equipment And Operations Does Not Interfere With Afb Operations At Any Time During Project. c.3.4 Parking On Turf Or Base Roads Is Not Permitted Without Prior Approval From The Cor. c.3.5 All Equipment, (e.g., Vehicles) Shall Pass Through An Inspection Station When Accessing The Afb Or Whenever Entering The Afb Located At: 4368 S Chadbourne St. san Angelo, Tx 76905 note: The Inspection Station Is Located At The South Gate, Near The Visitor’s Center Entrance To The Base. c.3.6 Upon Completion Of The Project The Contractor Shall Perform Cleanup Of Debris From All Work Areas. The Contractor Shall Collect All Trash, Debris, Refuse, Garbage, Etc., That Is Generated, And Place It In Appropriate Containers Or Vehicles As Directed By The Cor. The Contractor Shall Haul Materials From The Site By Appropriate Means As Needed. The Contractor Shall Ensure Proper Disposal Of Materials Outside The Limits Of Government Property. The Contractor Shall Ensure That Disposal By Recycling, Sanitary Landfill Or Other Approved Methods Conforms To All Local, State, And Federal Guidelines, Criteria, And Regulations. Upon Completion Of The Work, The Contractor Shall Leave The Work Site And Any Storage Area(s) In A Clean, Neat, And Orderly Condition As Determined By The Cor. The Cor Will Inspect The Work Site, Prior To The Contractor’s Final Departure From The Site, To Confirm That The Work Site Is In A Satisfactory Condition. c.3.7 The Contractor Shall Comply With All Occupational Safety And Health Administration (osha) Regulations While Executing Contract Activities. c.3.8 The Contractor Shall Comply And Ensure That All Subcontractors, If Any, Comply With All Applicable Federal, State, And Local Laws, Regulations, Ordinances, And Standards Related To Any Environmental Matters. The Contractor Shall Also Comply And Ensure That All Subcontractors, If Any, Comply With All Specific Instructions Or Directions Provided To The Contractor By Goodfellow Afb Regarding Any Environmental Or Safety Matters. c.3.9 The Contractor Shall Execute The Work For This Project In The Best And Most Competent Manner, By Qualified And Efficient Contractor Personnel, Skilled In Their Respective Trades. The Contractor Shall Coordinate And Perform All Operations In A Manner That Will Result In A Professional And Expeditiously Completed Project. The Contractor Shall Conduct The Work In Strict Accordance With Prevailing Industry Standards And Manufacturer’s Instructions. The Contractor Shall Ensure That The Work And Materials Comply With Industry Best Practices For Quality And Technical/performance Requirements For This Project As Described Herein And (the Resultant Contract Award) For All Applicable Criteria, Regulations, Guidelines, And Codes, All Of Which Are Made A Part Thereof. c.3.10 Normal Working Hours For Satf Personnel Are Monday Through Friday Between The Hours Of 7:00 A.m. And 4:00 P.m. Excluding Saturdays, Sundays, And Federal Holidays. If Noncontractor Personnel (e.g. Federal Or Nhtsa Contractor Personnel) Are Reasonably Available, The Contracting Officer May Authorize The Contractor To Perform Work During Periods Other Than The Normal Tour Of Duty For Work Hours/days. c.4 Test Surface Specific Requirements c.4.1 Kick-off Meeting within Two (2) Weeks Of The Effective Date Of The Contract, The Contractor Shall Participate In A Kick-off Meeting With The Contracting Officer’s Representative (cor), Contracting Officer (co), And Other Nhtsa Staff. The Kickoff Meeting Will Take Place Via Teleconference And Will Be Approximately Two Hours In Length. The Contractor Shall Make A Brief Presentation Of Their Understanding Of The Contract Requirements. After The Presentation, The Parties Shall Discuss Basic Contract Requirements, Including The Schedule For Evaluations And Operational Procedures. Washington, Dc, Based Nhtsa Staff May Join Via Teleconference For These Discussions. c.4.2 The Contractor Shall Clean And Remove All Grass, Weeds, Debris, And Soil From Cracks In The Asphalt Test Surface Prior To Beginning Paving. c.4.3 The Contractor Shall Remove The Existing Surface; Or Subject To Cor Approval Repair The Existing Asphalt Test Surface With A Suitable Crack Sealant. c.4.4 The Contractor Shall Design An Asphalt Mix That They Believe Is Capable Of Meeting The Required Performance Characteristics Detailed In Section C.4.6 Prior To Applying The Test Strip. the Contractor Shall Prepare And Install An Initial Test Strip Before Installing The Full Asphalt Test Surface. The Contractor Shall Place A Test Strip That Is 10 Feet Wide And 150 Feet Long In The Shoulder Area Adjacent To The Asphalt Test Surface. The Purpose Of The Test Strip Is To Demonstrate The Wet Traction Coefficient Of Friction And Durability Of The Asphalt Mix Design. Alternatively, The Contractor May Place A Test Strip Of The Proposed Asphalt Mix Design At Satf Or Another Location (upon Approval By The Government And Within A 150-mile Radius Of Satf), So That Satf Personnel Can Access And Evaluate The Test Strip In A Manner Consistent With The Location At Satf. the Government Will Burnish And Test The Surface For Wet Traction Coefficient Of Friction And Durability. 2) The Government Will Discuss The Results Of The Testing With The Contractor. if An Additional Test Strip Is Required; The Following Procedure Will Be Followed: the Contractor Shall Then Adjust The Asphalt Mix Design As Required To Meet The Friction Coefficient And Durability Requirements And Install Another Complete Asphalt Test Strip In The Same General Area As The Previous One; As Described In Paragraph (c.4.4.a, Above). The Contract Will Require Successful Paving Of At Least One Test Strip That Meets The Required Wet Traction Coefficient Of Friction And Desired Durability Prior To Receipt Of Approval By The Co In Order To Move Onto Phase 2 For Paving Of The Full Asphalt Test Surface. once The Government Determines That The Test Strip Meets Durability And Skid Coefficient Requirements, The Contractor Will Be Notified By The Co That It May Proceed To The Task Detailed At C.4.5 Below. phase Two (2) Full Asphalt Test Surface Application c.4.5 The Contractor Shall Provide A Surface Within The Target Range For The Wet Slide Coefficient Of Friction Of 0.55µ To 0.62µ After Curing And The Government Has Burnished The Surface. The Coefficient Of Friction Will Be Measure By The Government Using The Utqg Traction Test Procedure And An Astm E 501 Tire. c.4.6 Additional Construction Requirements a. The Contractor Shall Prepare And Install An Asphalt And Aggregate Seal Coat Overlay On The Entire Test Surface And Shoulders, 1000 Feet Long And 104 Feet Wide, That Will Serve In Part As A Moisture Barrier. b. The Test Procedure Requires A Traction Testing Apparatus Consisting Of A Pickup Truck And Instrumented Trailer To Travel At A Steady Speed Of 40 Mph. The Contractor Shall Construct The New Asphalt Test Surface In A Way That Allows For A Very Smooth Transition From The Oval Track Road To The Test Surface With No Perceptible Impact To The Driver And Enough Distance For The Vertical Loads To Settle Out Of The Suspension Prior To Reaching The First Test Location. The Contractor Shall Ensure The Exit Ramp Of The Test Surface Meets The Same Requirements. The Contractor Shall Ensure That The Surface Transition Is Smooth From Both Directions In The Event That Traffic Flow Is Reversed. c. The Contractor Shall Ensure That The Final Test Surface Is Smooth And Free Of Bumps, Divots, Or Any Other Surface Disturbances. These Things Will Cause Transient Disturbances In Traction Testing Data Which Will Increase Test Variability And Produce Bad Data. d. The Contractor Shall Ensure That There Are No Foreign Objects Purposefully Or Accidentally Left In The Test Surface. The Contractor Shall Ensure That The Surface Is A Smooth, Finished, Homogenous, Asphalt Surface. e. The Contractor Shall Ensure That There Are No Longitudinal Or Horizontal Cracks In The Final Test Surface. The Contractor Shall Ensure That The Construction Seams Between Asphalt Lays Are Minimal With No Vertical Difference Between Lays. f. The Contractor Shall Ensure That The Final Density Is Such That The Surface Can Support The Static And Dynamic Loads Of The Trailer Traction Testing Apparatus For The Extent Of The Test Surface Life Without Rutting. c.4.7 At Transition Areas Between The Test Surface And The Non-test Surface, The Contractor Must Provide: a. Butt Joints To Transition To And From Asphalt Test Areas To Ensure Structural Integrity And Smooth Transition To The Asphalt Roadway Surface. b. Provide A Smooth Transition Between The Test Surface And The Non-test Surface, Such That, The Driver Of An Instrumented Skid Trailer Driving Over The Transition Area Will Not Feel A Bump And The Data Acquisition System Will Not Be Affected As The Various Axles Pass Over The Transition Area. c. Two Full-width, Ramp-like Surface Grades Of 100 Feet Length Each. The Contractor Shall Ensure That Each Grading Has A Gradual Height Transition From The Original Non-test Asphalt Surface With Overlay To The Existing Concrete Test Surface. c.4.8 The Contractor Shall Paint New Lane Stripes On The New Test Surface That Duplicate The Color, Width And Length Of The Old Lane Stripes, I.e., Alternating Yellow And White Stripes, 10 Feet Long, Beginning 10 Feet Prior To Entering Skid Pad Test Surface From Both Directions And A Lateral Midpoint Stripe. c.4.9 The Government Will Evaluate The Completed Test Surface And Provide Final Acceptance To The Contractor. The Government Will Provide Final Acceptance Within Two (2) Months Of The Completion Of The Lane Stripes Being Completed. c.4.10 The Contractor Shall Provide All Quality Assurance Or Quality Control Data And Documentation For Any Of The Materials And Test Surface Along With The Final Mix Design To The Cor. These Documents Must Be Provided Within 3 Weeks Of The Government’s Final Acceptance Of The Completed Test Surface. c.5 Proprietary Or Confidential Information consistent With The Data Rights Clause In Section (viii) Below Of This Agreement, The Contractor May Identify Any Proprietary Or Any Confidential Data Or Information Needed In The Performance Of The Contract. The Contractor Must Comply With The Data Rights Clause In This Agreement To Notify And Identify The Data Or Information With Limited Rights. The Government Can Assist The Contractor To Identify Limited Rights Data Consistent With The Data Rights Clause. delivery Date, Acceptance (f.o.b. Destination) date Of Delivery the Period Of Performance For This Contract Shall Be Twelve (12) Months From Date Of Award. (dates Tbd) place Of Delivery department Of Transportation national Highway Traffic Safety Administration office Of Vehicle Safety (nef-220) 131 Comanche Trail Building 3527 goodfellow Afb, Texas 76908 contracting Officer’s Representative (cor) – Tbd alternate Contracting Officer’s Representative (acor) – Tbd inspection: inspection And Acceptance far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Solicitation Incorporates One Or More Clauses By Reference, With The Same Force And effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At this/these Address(es): Www.acquisition.gov/far note: Those Clauses Marked With An “x” Are Hereby Incorporated By Reference. applicable “x” far Clause Number far Clause Title (thru Fac 2005-99) x 52.246-4 inspection Of Services—fixed-price (aug 1996) inspection And/or Acceptance the Cor As Designated In This Effort Shall Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Of Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer. the Cor Will Also Be Responsible To The Contracting Officer For Recommending Acceptance Or Replacement/correction Of Nonconforming Supplies Or Services That Fail To Meet The Requirements. rejection Of A Final Report Will Delay Final Payment Of Costs Due Under The Effort. The Most Common Causes For Rejecting Final Reports Are: incomplete Description Of The Work Objective And Its Relationship To Other Work Performed In The Area. inadequate Description Of Methodology insufficient Or Inconsistent Technical Information To Support The Findings Or Conclusions. poorly Conceived Graphs, Charts, And Displays. incorrect Spelling And Grammar agency Personnel Responsible For Inspection the Contracting Officer’s Representative (cor) As Designated In This Effort, Will Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Or Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer. milestones And Deliverables: deliverables/milestones the Following Milestones And Deliverables Apply To This Contract And Are Considered Critical To The Successful Completion Of The Project. item No. section deliverable (d) /milestone (m) estimated Timeline 1 c.4.1 (phase 1) kickoff Meeting (m) within Two (2) Weeks After Contract Award (aca) 2 c.3.1 contractor Submits Personnel List With Required Information For Base Security Checks (d) within One (1) Month Of Item 1 3 c.3.1 personnel List Is Approved (m) typically 2-4 Weeks From Item 2 Completion 4 c.4.4 contractor And Cor Determine Test Strip Start Date (m) tbd 5 c.4.4 contractor Places Test Strip (d) tbd 6 c.4.4.a.1 satf Completes Evaluation Of Test Strip (m) within 2 Months Of Item 5 Completion 7 c.4.4.a.2 satf Discusses Test Strip Results With Contractor (m) within 1 Week Of Item 6 Completion 8 c.4.4.b.1 (retest; If Required) contractor Places Additional Test Strip (d) if Applicable 9 c.4.4.a.1 (retest; If Required) Satf Completes Evaluation Of Additional Test Strip (m) within 2 Months Of Item 8 Completion 10 c.4.4.b.2 satf Approves Mix Design (m) within One (1) Week Of Identifying A Test Strip That Meets The Performance Criteria 11 c.4.5 (phase 2 Begins) Upon Approval contractor Places Full Test Surface (d) tbd 12 c.4.8 contractor Paints Test Surface (d) tbd 13 c.4.9 satf Accepts Final Test Surface (m) within Two (2) Months Of Item 12 Completion 14 c.4.10 contractor Provides Satf With All Qa/qc Data And Final Mix Design (d) within Three (3) Weeks Of Item 13 Completion payment Schedule: Contract Payment Schedule the Following Payment Schedule Is Hereby Incorporated And Applicable To All Payments To Be Made Under This Contract. payment Schedule task # task Order Payment Schedule Milestones percentage Of Total Price c.4.1 kickoff Meeting 1% c.4.4.b.2 test Strip Meets Skid Coefficient Requirements 20% c.4.7 full Asphalt Test Surface 45% c.4.7 & C.4.8 non-test Surface & Painting 24% c.4.10 qa/qc Data And Final Mix Design 10% 100% total Firm Fixed-price Amount $tbd far 52.212-1 -- Instructions To Offerors-commercial Products And Commercial Services (sep 2023) Is Applicable To This Solicitation. Additional Clauses Incorporated By Reference (feb 1998) Far Clauses Incorporated By Reference this Solicitation And Any Resulting Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officerwill Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Www.acquisition.gov/far fac Number: 2025-01 effective Date: 11-12-2024 52.202-1 Definitions (jun 2020) 52.203-3 Gratuities (apr 1984) 52.203-5 Covenant Against Contingent Fees (may 2014) 52.203-6 Restrictions Of Subcontractor Sales To The Government (jun 2020) 52.203-7 Anti-kickback Procedures (jun 2020) 52.203-8 Cancellation, Recission, And Recovery Of Funds For Illegal Or Improper Activity (may 2014) 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity (may 2014) 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020) 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011) 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 52-209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) 52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) 52.213-1 Fast Payment Procedure (may 2006) 52.215-2 Audit And Records-negotiation (jun 2020) 52.215-8 Order Of Precedence-uniform Contract Format (oct 1997) 52.215-11 Price Reductions For Defective Certified Cost Or Pricing Data-modifications (jun 2020) 52.215-13 Subcontractor Certified Cost Or Pricing Data-modifications (jun 2020) 52.215-14 Integrity Of Unit Prices (nov 2021) 52.215-23 Limitations On Pass-through Charges (jun 2020) 52.216-7 Allowable Cost And Payment (aug 2018) 52.222-2 Payment For Overtime Premiums (july 1990) 52.222-3 Convict Labor (jun 2003) 52.222-21 Prohibition Of Segregated Facilities (apr 2015) 52.222-26 Equal Opportunity (sept 2016) 52.222-35 Equal Opportunity For Veterans (jun 2020) 52.222-36 Equal Opportunity For Workers With Disabilities (jun 2020) 52.222-37 Employment Reports On Veterans (jun 2020) 52.222-38 Compliance With Veterans’ Employment Reporting Requirements (feb 2016) 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) 52.222-50 Combating Trafficking In Persons (nov 2021) 52.222-54 Employment Eligibility Verification (may 2022) 52.223-6 Drug-free Workplace (may 2001) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) 52.225-1 Buy American-supplies (oct 2022) 52.225-3 Buy American-free Trade Agreements-israeli Trade Act (nov 2023) 52.225-13 Restrictions On Certain Foreign Purchases (feb 2021) 52.227-1 Authorization And Consent (jun 2020) 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement (jun 2020) 52.227-3 Patent Indemnity (apr 1984) 52.227-14 Rights In Data-general (may 2014), (alternate I) (dec 2007), And (alternate Ii) (dec 2007) 52.227-16 Additional Data Requirements (june 1987) 52.227-17 Rights In Date-special Works (dec 2007) 52.228-7 Insurance-liability To Third Persons (mar 1996) 52.230-2 Cost Accounting Standards (jun 2020) 52.230-3 Disclosure And Consistency Of Cost Accounting Practices (jun 2020) 52.230-6 Administration Of Cost Accounting Standards (june 2010) 52.232-17 Interest (may 2014) 52.232-20 Limitation Of Cost (apr 1984) 52.232-22 Limitation Of Funds (apr 1984) 52.232-23 Assignment Of Claims (may 2014) 52.232-25 Prompt Payment (jan 2017) Alternate I (feb 2002) 52.232-33 Payment By Electronic Funds Transfer-system For Award Management (oct 2018) 52.232-34 Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) 52.233-1 Disputes (may 2014) Alternate I (dec 1991) 52.233-3 Protest After Award (aug 1996) Alternate I (jun 1985) 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) 52.237-3 Continuity Of Services (jan 1991) 52.242-1 Notice Of Intent To Disallow Costs (apr 1984) 52.242-3 Penalties For Unallowable Costs (dec 2022) 52.242-4 Certification Of Final Indirect Costs (jan 1997) 52.242-13 Bankruptcy (july 1995) 52.243-2 Changes-cost-reimbursement (aug 1987) Alternate Ii (apr 1984) 52.244-2 Subcontracts (jun 2020) Alternate I (jun 2020) 52.244-5 Competition In Subcontracting (aug 2024) 52.245-1 Government Property (sep 2021) Alternate I (apr 2012) 52.245-2 Government Property Installation Operation Services (apr 2012) 52.245-9 Use And Charges (apr 2012) 52.246-1 Contractor Inspection Requirements (apr 1984) 52.246-25 Limitation Of Liability-services (feb 1997) 52.247-29 F.o.b. Origin (feb 2006) 52.247-34 F.o.b. Destination (jan 1991) 52.249-6 Termination (cost-reimbursement) (may 2004) 52.249-14 Excusable Delays (apr 1984) 52.251-1 Government Supply Sources (apr 2012) 52.253-1 Computer Generated Forms (jan 1991) Federal Acquisition Regulation (far) Clauses Provided In Full Text this Contract Incorporates The Following Federal Acquisition Regulation Clauses Provided In Full Text: Far 52.204-27 - Prohibition On A Bytedance Covered Application (jun 2023) (a) Definitions. As Used In This Clause— covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited. information Technology, As Defined In 40 U.s.c. 11101(6)— (1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use— (i) Of That Equipment; Or (ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product; (2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But (3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract. (b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, “no Tiktok On Government Devices” Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor’s Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13. (c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services. (end Of Clause) far 52.223-99 – Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (oct 2021) (deviation 2022-01) (a) Definition. As Used In This Clause - united States Or Its Outlying Areas Means— (1) The Fifty States; (2) The District Of Columbia; (3) The Commonwealths Of Puerto Rico And The Northern Mariana Islands; (4) The Territories Of American Samoa, Guam, And The United States Virgin Islands; And (5) The Minor Outlying Islands Of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, And Wake Atoll. (b) Authority. This Clause Implements Executive Order 14042, Ensuring Adequate Covid Safety Protocols For Federal Contractors, Dated September 9, 2021 (published In The Federal Register On September 14, 2021, 86 Fr 50985). (c) Compliance. The Contractor Shall Comply With All Guidance, Including Guidance Conveyed Through Frequently Asked Questions, As Amended During The Performance Of This Contract, For Contractor Or Subcontractor Workplace Locations Published By The Safer Federal Workforce Task Force (task Force Guidance) At Https:/www.saferfederalworkforce.gov/contractors/. (d) Subcontracts. The Contractor Shall Include The Substance Of This Clause, Including This Paragraph (d), In Subcontracts At Any Tier That Exceed The Simplified Acquisition Threshold, As Defined In Federal Acquisition Regulation 2.101 On The Date Of Subcontract Award, And Are For Services, Including Construction, Performed In Whole Or In Part Within The United States Or Its Outlying Areas. (end Of Clause) the Government Will Take No Action To Enforce The Clause Implementing Requirements Of Executive Order 14042, Absent Further Written Notice From The Agency, Where The Place Of Performance Identified In The Contract Is In A U.s. State Or Outlying Area Subject To A Court Order Prohibiting The Application Of Requirements Pursuant To The Executive Order (hereinafter, “excluded State Or Outlying Area”). In All Other Circumstances, The Government Will Enforce The Clause, Except For Contractor Employees Who Perform Substantial Work On Or In Connection With A Covered Contract In An Excluded State Or Outlying Area, Or In A Covered Contractor Workplace Located In An Excluded State Or Outlying Area. A Current List Of Such Excluded States And Outlying Areas Is Maintained At Https://www.saferfederalworkforce.gov/contractors/. department Of Transportation Acquisition Regulation (tar) Clauses Incorporated By Reference this Contract Incorporates The Following Transportation Acquisition Regulation Clauses (tar) By Reference (with The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make The Full Text Available. 1252.237-70 Qualifications Of Contractor Employees (nov 2022) 1252.237-72 Prohibition On Advertising (nov 2022) 1252.239-70 Security Requirements For Unclassified Information Technology Resources (nov 2022) 1252.239-71 Information Technology Security Plan And Accreditation (nov 2022) 1252.239-72 Compliance With Safeguarding Dot Sensitive Data Controls (nov 2022) 1252.239-73 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (nov 2022) 1252.239-74 Safeguarding Dot Sensitive Data And Cyber Incident Reporting (nov 2022) 1252.239-75 Dot Protection Of Information About Individuals, Pii, And Privacy Risk Management Requirements (nov 2022) 1252.239-91 Records Management (nov 2022) 1252.239-92 Information And Communication Technology Accessibility Notice (nov 2022) 1252.239-93 Information And Communication Technology Accessibility (nov 2022) 1252.242-71 Contractor Testimony (nov 2022) 1252.242-72 Dissemination Of Information (nov 2022) 1252.242-74 Contract Audit Support (nov 2022) department Of Transportation Acquisition Regulation (tar) Clauses Incorporated In Full Text tar 1252.223-73 Seat Belt Use Policies And Programs (nov 2022) in Accordance With Executive Order 13043, Increasing Seat Belt Use In The United States, Dated April 16, 1997, The Contractor Is Encouraged To Adopt And Enforce On-the-job Seat Belt Use Policies And Programs For Its Employees When Operating Company-owned, Rented, Or Personally-owned Vehicles. The National Highway Traffic Safety Administration (nhtsa) Is Responsible For Providing Leadership And Guidance In Support Of This Presidential Initiative. For Information On How To Implement Such A Program Or For Statistics On The Potential Benefits And Cost-savings To Your Company Or Organization, Please Visit The Click It Or Ticket Seat Belt Safety Section Of Nhtsa’s Website Athttps://www.nhtsa.gov/campaign/click-it-or-ticke And Https://www.nhtsa.gov/risky-driving/seat-belts. (end Of Clause) far 52.212-2 - Evaluation-commercial Products And Commercial Services (nov 2021) Section L - Notice To Offerors 1) The Government Intends To Award A Firm Fixed-price Contract 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 Listed In Descending Order Of Importance: factor 1 Technical Approach And Project Planning factor 2 Corporate Experience And Past Performance factor 3 Personnel Qualifications factor 4 Price evaluation Factors 1-3, When Combined, Are More Important Than Price. 2) 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. l.1- Technical Approach And Project Planning the Proposed Technical Approach Shall Demonstrate The Objectives, Methods, Services, And Products Associated With Completing The Work Requirements Stated In This Solicitation. This Should Also Include An Explanation Of The Processes In Place For Monitoring The Quality Of Work And Materials Used For The Asphalt Test Surface Project. additionally, The Offeror Shall Provide A Written Plan For The Proposed Project Schedule To Include The Anticipated Number Of Days After Contract Award To Begin Preparatory Work, Which Includes A Visit By The Project Manager/construction Supervisor To Goodfellow Air Force Base (gafb) To Obtain Approvals From Different Gafb Departments. The Offeror Shall Include The Estimated Amount Of Time For Preparatory Work, To Include, But Not Limited To; An Estimate Of Time After Security Vetting To Begin Work; An Estimate Of Time For The Placement Of A Test Strip; And An Estimate Of Time For The Placement Of The Full Test Surface And Painting Once The Mix Has Been Approved. offerors Shall Develop The Performance Work Statement/statement Of Work (i.e. Offeror’s Solution) For Accomplishing The Objectives Of The Solicitation. Offerors Shall Develop The Performance Metrics And A Measurement Plan, And A Quality Assurance Plan For Accomplishing The Objectives Of The Solicitation. l.2- Corporate Experience And Past Performance the Offeror Shall Provide A List Of Past Projects That It Has Completed That Are Similar To The Project Described In This Solicitation. In Doing So, The Offeror Shall Provide: customer Name customer Contact Information description Of The Project Requirements contract Timeline And Schedule Variance total Contract Value. contract Number (if Federal Government Entity) the Offeror Shall Also Provide Information On Any Contracts That Have Been Terminated For Default Or Convenience And Explain The Circumstances That Resulted In Those Decisions. l.3- Personnel Qualifications the Offeror Shall Provide Resumes For Personnel Proposed To Support This Project. Resumes Are Limited To 1 Page. At A Minimum, The Offeror Shall Provide Resumes For The Management Team, Project Manager, Project Engineer, And Construction Supervisor (or Similar Categories). The Resumes Shall Discuss Personnel Experience Related To Performing The Following Work: asphalt Mix Design; construction Of Traction Test Surfaces In General; utqg Traction Test Surfaces Specifically; And construction On Gafb Or Experience With Work On Military Bases. l.4- Price/cost Proposal the Price/cost Proposal Shall Be Inclusive Of All Prices/costs Necessary To Complete All Aspects Of The Statement Of Work. **note** a Site Visit To The Satf May Be Required After Contract Award For Afb Coordination Purposes. Site Visits Will Be Made Through Appointment Only With The Facility Manager/cor And The Contracting Officer. Section M - Evlaution Factors For Award m.1 Technical Approach And Project Planning (see L.1 For Instructions) offerors Will Be Evaluated To Determine The Reasonableness, Completeness, Clarity, And Feasibility Of Their Approach To Carrying Out The Work Described In The Solicitation Regarding: meeting The Required Traction Coefficient Target; meeting The Test Surface Durability Requirements; constructing The Surface To Meet The Ride And Smoothness Requirements; executing A Quality Assurance/quality Control Program To Ensure The Surface Meets All Of The Requirements In The Statement Of Work; And plan And Execute The Project Schedule. m.2 Corporate Experience And Past Performance (see L.2 For Instructions) offerors Will Be Evaluated To Determine: the Ability Of The Offeror To Complete Projects Of Similar Technical Complexity. the Offeror’s Ability To Meet Project Schedules, Milestones, And Deliverables. the Ability Offeror To Complete Work On An Us Air Force Base. in Addition, The Amount Of Experience Conducting Similar Work Will Be Considered. m.3 Personnel Qualifications (see L.3 For Instructions) offerors Will Be Evaluated On The Experience And Abilities Of The Proposed Professional And Technical Personnel. Offerors Will Be Evaluated On The Sufficiency Of The Experience And Technical Background Of The Proposed Staff To Ensure The Successful Completion Of Project. m.4 Cost Evaluation Calculation the Cost Proposal Will Be Evaluated For Reasonableness. Reasonableness Determinations May Be Made By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items And Services. for The Purpose Of Evaluating The Estimated Total Cost Proposed By Each Offeror, And For Establishing The Ceiling Amounts Of This Contract, Offerors Shall Complete Section (v) Contract Price, B.1 And Provide Supporting Documentation For All Proposed Costs. m.4.1 Price Realism offerors Are Placed On Notice That Any Proposal That Is Unrealistic In Terms Of Technical Commitment Or Unrealistically Low In Cost And/or Price Will Be Deemed Reflective Of An Inherent Lack Of Technical Competence Or Indicative Of Failure To Comprehend The Complexity And Risk Of Contract Requirements, And May Be Grounds For Rejection Of The Proposal. m.4.2 Price Reasonableness reasonableness Determinations Will Be Made By Comparing Proposed Prices Received In Response To The Solicitation, By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), By Comparing Proposed Prices To Historical Prices Paid, And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items. far 52.212-3 -- Offeror Representations And Certifications-commercial Items (may 2024) (incorporated By Reference) far 52.212-4 -- Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023) (incorporated By Reference) far 52.212-5 - Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items (nov 2024) (by Reference) special Contract Clauses And Provisions the Successful Offeror Will Need To Provide The Following To Good Fellow Base Personnel: (provide Names, Dl #, Last 4 Of Ssn, Etc. At Least 4 Weeks Prior To Entry For Background Checks); See Specific Base Guidance Below To Make The Entry Process As Quick As Possible: contact The Law Enforcement Desk ((325) 654-3504 Or 3505), To Let Them Know The Trucks Are On Their Way. That Way The Desk Can Contact The Inspection Facility To Let Them Know To Be On The Lookout For The Trucks. (xiv) Defense Priorities And Allocations System (dpas) not Applicable (xv) Date, Time And Place Offers Are Due: all Proposals Are Due On 4:00p.m. Est, January 13, 2025. submit Proposals By Email To: nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov the Subject Line Must Reference Rfp Number 693jj925r000012 attention: Thomas J. Bub (xvi) Additional Information: an Hour Long (i.e. 1 - Hour) Pre-proposal Conference Will Be Held On Thursday, December 19th, 2024 At 10:00a.m. Est. All Interested Potential Offerors Must Click The Link Below In Order To Register For This Virtual Call. (see Below) pre-proposal Conference Registration Here * Note: (link Is Only Active On Attached Pdf Document) following The Pre-proposal Conference Nhtsa Will Post All Responses To Questions Received In The Form Of An Amendment To This Solicitation Notice For The Public. All Solicitation Questions Are Due By 4:00p.m. On December 19th, 2024 To The Following Addresses At: Nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov. all Correspondence Must Reference Rfp Number 693jj925r000012 In The Subject Line.

KAYSER TRANSPORTATION TUR ZM CONSTRUCTION CONTRACTING PROJECT M SINGING TRADE Inc Tender

Civil And Construction...+1Civil Works Others
Turkey
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: KAYSER TRANSPORTATION TUR ZM CONSTRUCTION CONTRACTING PROJECT M SINGING TRADE Inc | Summer Clothes and Summer Shoes Purchase

MUNICIPAL WASTE TRANSPORTATION PLANT RUDNO SP KA Z OGRANICZON ODPOWIEDZIALNO CI Tender

Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Poland
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: MUNICIPAL WASTE TRANSPORTATION PLANT RUDNO SP KA Z OGRANICZON ODPOWIEDZIALNO CI | Maintenance of green areas (tree cutting, green area care) in the Komorniki commune in 2024

MUNICIPAL WASTE TRANSPORTATION PLANT RUDNO SP KA Z OGRANICZON ODPOWIEDZIALNO CI Tender

Services
Others
Poland
Closing Date24 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: MUNICIPAL WASTE TRANSPORTATION PLANT RUDNO SP KA Z OGRANICZON ODPOWIEDZIALNO CI | Poland – Refuse And Waste Related Services – Odbiór, Transport I Zagospodarowanie Odpadów O Kodzie 19 12 12 – Inne Odpady (w Tym Zmieszane Substancje I Przedmioty) Z Mechanicznej Obróbki Odpadów Inne Niż Wym. W 191211 Frakcja Powyżej 80 Mm

MUNICIPAL WASTE TRANSPORTATION PLANT RUDNO SP KA Z OGRANICZON ODPOWIEDZIALNO CI Tender

Services
Others
Poland
Closing Date24 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: MUNICIPAL WASTE TRANSPORTATION PLANT RUDNO SP KA Z OGRANICZON ODPOWIEDZIALNO CI | Poland – Refuse And Waste Related Services – Odbiór, Transport I Zagospodarowanie Odpadów O Kodzie 19 12 12 – Inne Odpady (w Tym Zmieszane Substancje I Przedmioty) Z Mechanicznej Obróbki Odpadów Inne Niż Wym. W 191211 Frakcja Powyżej 80 Mm

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Details: Statement Of Work: Defibrillator kansas City Va Medical Center objective the Kansas City Va Medical Center Intends To Procure Replacement Defibrillators For Units That Have Reached End Of Life. This Document Highlights The Technical Specifications And Services Being Requested By The Facility For Consideration Towards Purchase Of The Units. Vendors Under This Proposal Shall Provide All Equipment And Accessories, Installation Services, And Project Management Support. scope the Contractor Shall Furnish All Equipment Detailed In Table 1. All Products Must Meet All Salient Characteristics And Functions Defined In Section 3. description quantity defibrillator (includes Expansion Pack If Applicable) 46 the Contractor Shall Provide All Components Required To Implement All Listed Hardware And Software So The System (including All Items In Table 1) Is Fully Operational. the Contractor Shall Provide Any Missing Parts, Features, Software, And/or Components Not Included To Fully Complete The Installation At No Additional Cost To The Government. the Contractor Shall Provide All Labor, Supervision, And Any Other Resources Required To Deliver, Assemble/install, And Test All Listed Equipment. all Hardware, Software, And Services Must Meet The Manufacturers And Veterans Affairs Specifications. salient Characteristics defibrillators specification/salient Characteristics: maximum Dimensions: Height 10 In; Width 12 In; Depth 13 In maximum Weight: 15 Pounds must Be Operational With Alternating And Direct Current (ac And Dc) includes Alternating Current (ac) Power Cord For Use In The United States guidelines 2020 Of American Heart Association- Compatible automated External Defibrillator (aed) Mode With Manual Override 5-year Minimum Hospital Warranty must Have The Following Accessories, Capabilities, And Ability To Operate In The Following Modes: physical Features nellcor Pulse Oximetry Compatibility order Sensor Separately non-invasive Blood Pressure 23-33cm Reusable Cuff With Minimum 3-meter Air Hose for Use With Adult, Pediatric And Neonatal Patients mainstream End Tidal Co2 adult And Pediatric Automated External Defibrillator (aed) And Electrocardiogram (ecg) Analysis With Appropriate Leads And Connections cable Management System color Liquid-crystal Or Light Emitting Diode Display Screen batteries rechargeable Lithium Lon Battery run-time And/or Power Level Indicator automatic Calibration Ready Stores History Of Use And Maintenance operators’ Manual 1 Per Defibrillator language: English provided By Manufacturer And Includes Manufacturer’s Instructions defibrillation biphasic Defibrillation provides Automatic Life Support Defibrillation When Powered On. ability To Function As An Automated External Defibrillator (aed), And Starts In That Mode When Initially Turned On manual Defibrillator To Support Pediatrics To Adults To Include Automatic Safety Feature To Eliminate The Risk Of Delivering An Adult Energy Level To A Pediatric Patient less Than 7 Seconds Of Ready Charge Time For A New Fully Charged Battery evaluates Electrocardiogram (ecg) Rhythm To Determine If Shock Delivery Is Required configurations configurable For Either Cardiopulmonary Resuscitation (cpr) Or Shock-first Driven Protocols energy Sequences Can Be Configured For Single Or Multiple Shocks With Fixed Or Escalating Energy Levels the Cardiopulmonary Resuscitation (cpr) Interval Length Is Configurable In 1-minute Increments For Up To 4 Minutes wi-fi Connectivity allows The Wireless Communication Of Clinical And Test Data (no Patient Health Data (phi)) synchronizes The Time To That Of The Network To Negate “clock Drift” And Ensures Time Accuracy Of Code Data. federal Information Processing Standards (fips) Compliant real Cardiopulmonary Resuscitation (cpr) Help numeric Display Of Cardiopulmonary Resuscitation (cpr) Depth And Rate For Adult And Pediatric Patients visual And Audio Prompts To Coach Cardiopulmonary Resuscitation (cpr) Depth For Adult Patients release Bar To Ensure Adequate Release Off The Chest metronome To Coach Rate For Adult And Pediatric Patients. indicates Elapsed Time Since Last Detected Chest Compression contractor Shall Deliver All Equipment To: kansas City Va Medical Center 4801 E. Linwood Blvd kansas City, Mo 64128 attn: Biomedical Engineering ensure That Equipment Is Sent To The Attention Of Biomedical Engineering include The Purchase Order (po) Number On The Shipping Label. deliver Materials To The Facility In Manufacturer's Original Sealed Boxes Or Containers With Brand Name Marked Thereon. Refurbished Products Will Not Be Accepted. package To Prevent Damage Or Deterioration During Shipment, Handling, And Storage. maintain Protective Covering In Place And In Good Repair Until Delivery Is Necessary. any Government Requested Delayed Delivery Up To 90 Days Shall Be At No Additional Cost To The Government. contractor Shall Conduct A Pre-delivery Meeting At Least 3 Days Prior To Initial Award Delivery Date For Verification Of Delivery And Installation Dates. delivery Of Oversized, Palletized Orders, Or Orders That Contain A Large Number Of Components Will Be Coordinated With The Contracting Officer’s Representative (cor) Who Will Communicate Internally With Warehouse Staff. contractor Shall Adhere To All Equipment Delivery Deadlines Outlined In Table 2. assembly, Installation, And Testing contractor Responsible For Assembly And Installation Of Systems After Notification From Contracting Officer’s Representative (cor)(or Designee) That It Has Been Delivered To Station. install Shall Include Unboxing And Transportation Of Equipment To Final Use Location. installation Shall Include Implementation And Testing Of All Purchased Interfaces To Va Electronic Systems In Coordination With Clinical Staff, Biomedical Engineering Staff, Office Of Information And Technology (o&it) Staff, And Others Identified As Needed. vendor Shall Provide All Necessary Accessories, Cables, Adaptors, Et Cetera To Deliver A Fully Functional Clinical Device/system. 1. Any Other Day Designated By Executive Order. 2. Any Other Day Designated By The President’s Proclamation; And 3. Any Other Day Designated By Federal Statute. all Services Shall Be Performed During Normal Hours Unless Otherwise Scheduled With The Contracting Officer’s Representative (cor). hardware/software Update/upgrade Installations, Where Applicable, May Be Scheduled And Performed Outside Normal Hours At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Contracting Officer’s Representative (cor) Or Designee). all Agreed-upon Work Scheduled Outside Normal Business Hours Shall Be At No Additional Cost To The Government. site Conditions & Protection Of Property vendor Representatives Must Check In With Dole Va Biomedical Engineering When They Arrive On-site And Check Out Upon Completion Of Work Each Day. vendor On-site Visits Shall Be Coordinated With The Contracting Officer’s Representative (cor) (or Designee) Before Being Scheduled Or Conducted. there Shall Be No Smoking On Kansas City Va Premises At Any Time. eating And Drinking Are Not Allowed Inside The Hospital, Except For In The Canteen Dining Area. vendor Staff Shall Always Be Professional And Shall Take All Necessary Precautions To Maintain A Safe Environment For The Occupants. This Includes, As Necessary, Coordinating Access And Closures For Sensitive Areas Of The Medical Center. vendor Shall Be Responsible For Cleaning All Work Areas After Completion Of Tasks. This Includes, But Is Not Limited To, Removal Of Packaging And A Clean Sweep/mop Of The Area As Required By Work Type. contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds, And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor. the Contractor Shall Perform An Inspection Of The Building(s) And Grounds With The Contracting Officer’s Representative (cor) Prior To Commencing Work To Ensure That The Contractor Shall Be Able To Repair Or Replace Any Items, Components, Building(s) Or Grounds Damaged Due To Negligence And/or Actions Taken By The Contractor. The Source Of All Repairs Beyond Simple Surface Cleaning Is The Facility Construction Contractor (or Appropriate Subcontractor), So That Building Warranty Is Maintained. Concurrence From The Va Facilities Management Point Of Contact (poc) And Contracting Officer’s Representative (cor) Is Required Before The Contractor May Perform Any Significant Repair Work. In All Cases, Repairs Shall Utilize Materials Of The Same Quality, Size, Texture, Grade, And Color To Match Adjacent Existing Work. vendor Staff Shall Minimize Noise As Much As Possible While Working In All Buildings. vendor Is Responsible For Providing All Personal Protective Equipment (ppe) Necessary For Their Work. the Contractor Shall Be Responsible For Security Of The Areas In Which The Work Is Being Performed Prior To Completion. security Requirements network Security the Vendor Is Required To Complete And Submit The Two Attached Va Security Forms, If Their Equipment Can Be Connected To The Va Network. If These Forms Are Not Completed And Submitted With The Bid Package, The Vendor Can Be Disqualified From The Bidding Process. the Certification And Accreditation (c&a) Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required. warranty & Service the Contractor Shall Provide All Manufacturers’ Warranty With Products Upon Delivery. warranty – The System, All Accessories, And All Software Shall Be Covered Under The Manufacturer’s Warranty And Shall Include All Parts And Labor For At Least 5 Years Following Acceptance By The Va Medical Center. a Manufacturer’s Factory-trained Field Service Engineer Shall Perform Installation And Maintenance During The Warranty Period. the Warranty Period Shall Not Begin Until After The Contracting Officer’s Representative (cor) (or Designee) Has Accepted The Products Delivery, Installation, And Functionality. the Warranty Shall Include All Manufacturer Recommended Preventive Maintenance Procedures For Its Duration. all Available Software Updates And Security Patches Will Be Made Available To The Kansas City Va During The Warranty Period. vendor Shall Provide Response To Applications And Technical Calls Within 8 Hours. vendor Shall Ship Replacement Parts Within 48 Hours Of Identifying Necessity By Kansas City Va Biomedical Engineering Staff. invoicing va’s Electronic Invoice Presentment And Payment System – The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, Vendor Electronic Invoice Submission Methods. Facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below: va’s Electronic Invoice Presentment And Payment System – The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungstennetwork.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge. a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org).

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought sources Sought this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is A Request For Information Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Department Of Veterans Affairs, Dallas Va Medical Center In Dallas, Texas Intends To Award A Firm-fixed Price Contract For The Purchase Of A Flow Cytometer. The Government Is Conducting A Market Survey To Help Determine The Availability And Technical Capability Of Qualified Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, Small Businesses, Hubzone Small Businesses And/or Other Large Businesses Capable Of Serving The Needs Identified Below. This Sources Sought Notice Is For Open Market As Well As Federal Supply Schedule (fss) Items. If You Have These Items Or Similar Items On Fss, Please Respond With Your Fss Number. please Review The Attachments Statement Of Work (sow) And List Of Materials Requested. the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size classification/socioeconomic Status (service-disabled Veteran-owned Small Business, Veteran-owned Small Business, Women-owned Small Business, Hub Zone, 8(a), Small Business Or Large Business, Relative To Naics 334516. Responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On Federal Business Opportunities Website Http://www.fbo.gov Or Gsa E-buy At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. please Review The Attachments Statement Of Work (sow) Below And Attachment A Supplies Requested. please Advise If You Carry The Products For This Requirement. Please Submit All Information To Susan Flores At Susan.flores2@va.gov No Later Than February 19, 2025, 10 Am Cst. the Department Of Veterans Affairs, Veterans Health Administration, Network Contracting Office 17, Intends To Award A Firm-fixed Priced, Idiq Contract With Two Option Years. purpose: Requesting The Procurement Of One Sample Preparation System, Table, Reagents, Consumables, Supplies, Maintenance, Technical Support, And Off-site Customer Training To Assist In The Ability To Perform Quantitative Lymphocyte Subset And Leukemia/lymphoma Immunophenotyping Testing On Flow Cytometers For The Flow Cytometry Testing Area At The Va North Texas Health Care System (vanthcs), Dallas, Tx. work Statement scope: The Contractor Will Provide One (1) New Sample Preparation System And All Ancillary Components Including All System Software, Upss, Monitors, Auto-handlers, Scanners, Printers, Instrument Stands, Technical Support, Off-site Customer Training, And Business Hours Service Plan. This System Must Be Compatible With The Current Flow Cytometers And Software Currently In Use In The Laboratory. The Current Test Volume Is Estimated At 2,000 Tests For The Quantitative Lymphocyte Subset And 800 Tests For Leukemia/lymphoma Immunophenotyping. contractor Shall: deliver, Install, And Set Up The Instrument And Components. provide Test Validation Guidance And Validation Supplies. provide Technical Support And Guidance. provide Reagents, Consumables, And Supplies As Requested By Vanthcs Staff To Perform Testing Utilizing Both The Sample Preparation System And Flow Cytometers. provide Setup For Interfaced Result Reporting, Which Includes Lis Physical Connection And Translation (drivers), And Any Required (additional) Interface Connection License(s). provide Instrument Repairs And Scheduled Preventive Maintenance For The Instrument And System Components. provide Basic And Advanced Operator Training. location: The Analyzer Shall Be Located, And Testing Will Be Performed In The Flow Cytometry Section Of Client Services & Immunopathology, Room 1b-424, Pathology & Laboratory Medicine Service, Va North Texas Health Care System, 4500 S. Lancaster Rd., Dallas, Tx 75216. performance Requirements: The Following Are Required: system Requirements: sample Preparation System system Designed To Work With The Bd Facslyric Flow Cytometer That Exists In The Lab Currently. system Designed To Work With The Bd Facsuite Application That Exists In The Lab Currently. automated Cocktailing Of Reagents. ability To Accommodate Multiple Reagent Vials, Not Vendor Specific. Complete List Of Potential Antibody Reagents Used On The System. (attachment A) traceability Of Specimens, Reagent Vials, And Reagent Cocktails. primary Specimen Tube Loading Capability With Throughput At <190 Minutes. bidirectional Lis Compatibility With Data Innovations And Vista. capable Of Onboard Washing Of Sample Tubes. capable Of Onboard Centrifugation Of Sample Tubes. includes Instrument Workbench (stand) To Accommodate The Sample Preparation Instrument And Flow Cytometer. maintenance: the Contractor Shall Perform Preventive Maintenance At Intervals Specified By The Manufacturer To Ensure Proper Equipment Performance. Preventive Maintenance Includes The Following: the Sample Preparation System For The Entirety Of The Contract. the Two Existing Bd Facslyric Flow Cytometers And Universal Loaders For The Entirety Of The Contract. the Existing Facs Sample Prep Assistant For The Base Year To Support Validation Of The New Sample Preparation System. delivery Of Parts Or Materials For Preventive Maintenance. testing All Components For Proper Test Performance. Equipment Shall Reproduce Results According To The Manufacturer S Specifications. after Preventative Maintenance, The Contractor Shall Submit A Detailed Work Report For Notice At No Additional Cost. the Contractor Shall Provide All Preventive Service Materials At No Additional Cost To The Government. technical Support: support Personnel Will Be Available During Business Hours Each Business Day, And Live Representatives Via The Contractor S Message Center Will Be Available By Telephone At All Other Times.â  technical Support Shall Be Available Via Telephone During Business Days (and By Message Center After Hours) To Provide Troubleshooting Assistance Or To Answer Testing Inquiries. on-site Technical Support Shall Be Available For Escalations Within 48 Hours. on-site Repairs And Service Support: service Support Includes The Following: the Sample Preparation System For The Entirety Of The Contract. the Two Existing Bd Facslyric Flow Cytometers And Universal Loaders For The Entirety Of The Contract. the Existing Facs Sample Prep Assistant For The Base Year To Support Validation Of New Sample Preparation System. for Issues That The Contractor Determines To Require On-site Support, The Contractor Shall Dispatch One Or More Support Personnel, Normally Within 48 Business Hours After Documentation. the Contractor Shall Submit A Detailed Work Report To Include All Required Materials. the Contractor Shall Provide All Parts And Materials (including Ancillary Components (workstation Computer, Workstation Printer) At No Additional Cost The Government. the Contractor Shall Remove All Parts, Equipment Or Materials Replaced, Or Upgraded By The Contractor Due To And Not Limited To Repairs, Replacements, Recall, And Upgrades Without Any Cost To The Government. training: The Contractor Shall Provide The Following: two Initial Off-site Operator Training Of Analyzer two Additional Off-site Basic Operator Training For Bd Facslyric With Bd Facsuite Clinical Software. handouts And Training Materials In Sufficient Quantity For Each Participant. These Are Off-the-shelf Courses. The Contractor Shall Provide Lesson Plan, Course Materials And Media (dvd S, Cd S, Videos, Etc. If Required), And Editable Procedures At No Additional Cost. additional On-site Training As Requested By Vanthcs At No Additional Charge. safety: the Contractor Shall Immediately Notify Vanthcs Of Any Changes In Reagent Kit Composition, Procedure Modification, Recall Notification, Or Any Changes That Will Affect The Performance Of The Test Or Procedure According To Fda Regulations. test Performance: all Procedures And Equipment Must Be Performed At The Manufacturer S Specifications. Deviations From The Performance Specifications Shall Be Corrected By The Contractor. test Performance Will Be Evaluated By And Not Limited To Performance Through Peer Comparison, Quality Control, And Cap Peer Evaluation. the Vendor Shall Reimburse Vanthcs For Any Costs And/or Supplies Related To Tests Sent To A Referral Laboratory When Testing Is Not Available Through No Fault Of The Facility Due To Reagent Problems, Other Product Issues, Instrumentation Failure, Or Other Factors.â â  The Assessed Damages Shall Be Applied To The Invoice In The Form Of A Credit Or Deduction. period Of Performance: The Agreement Will Be In Effect For A Contract Year, With Options To Extend The Contract For An Additional Two (2) Option Year Periods: base Period - May 17, 2025, Through May 18, 2026 option 1 - May 17, 2026, Through May 18, 2027 option 2 - May 17, 2027, Through May 18, 2028 the Vendor Shall Remove All Equipment Within 90 Days After Notification Of The Expiration Of The Terms Of This Agreement But Not Until The Completion Of The Vendor's Equipment Installation Inclusive Of Completed Cross-over Studies. The Vendor Shall Be Responsible For Removing The Hard Drive And Turning It Over To The Vanthcs For Destruction Before Removal Of Any Analyzer. deliverables And Supplies: This Order Is For The Cost Per Test Procurement Of An Instrument/system For Testing By Flow Cytometry. Reagents And Supplies Will Be Purchased Under The Terms Of The Reagent Rental Purchase Agreement. the Contractor Shall Deliver All Supplies Necessary For Test Performance At No Government Cost. the Contractor Shall Deliver All And Not Limited To Operational, Maintenance, Troubleshooting, Small Repairs, Equipment Specifications, And Test Manuals. the Contractor Shall Install The Equipment And Perform Test Verification According To Manufacturer Specifications And Cap Requirements. the Contractor Shall Provide Supplies: Reagents And Consumables For Wbc Immunophenotyping And Cd4/cd8 Testing. Additional Testing May Be Added At The Discretion Of Vanthcs. Any Additional Testing Shall Be Negotiated Between The Contractor And Vanthcs. if Requested Supplies Are On Back-order, Then The Contractor Is To Provide Information As To The Estimated Time Of Availability. the Contractor Shall Deliver All Invoices For Review According To The Established Contract At The End Of Each Billing Cycle. all Items Not Contracted Shall Be Specifically Detailed On The Invoice Including Description, Quantity Acquired, And Government Cost. any Changes In Reagents Or Equipment Modifications Shall Be Immediately Disclosed By The Contractor Electronically As Well As By Postal Mail With Supporting Documentation Of The Change, And Detailed Guidance For Implementation Within Twenty-four Hours Of Its Application. additional Charges Incurred By The Government To Provide The Continuity Of Contracted Tests To Patients And Not Limited To Outsourcing, Transportation, And Or Any Other Additional Cost Shall Be Covered By The Contractor At No Additional Charge To The Government. contractor Security Contract Requirements: This Contractor Requires No Access To Vanthcs Or Any Va Information System. The Analyzer Will Be Interfaced To The Vanthcs Information System Through Data Innovations. There Will Be Supervised Access When The Contractor Is Physically Present For Technical Support, Service Calls, And Scheduled Preventative Maintenance.

National Library Of The Philippines Tender

Others
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
Details: Description 1. The National Library Of The Philippines (nlp), Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (php1,500,000.00) Being The Abc To Payments Under The Contract For Pb25-04 Procurement Of Service Of A Travel Agency For The Deployment Of Pld Staff For Calendar Year 2025. Bidding Will Be Through Lot Bidding (1 Lot). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot No. Project Description Abc Cost Of Bidding Docs Bid Opening Venue Lot 1 Procurement Of Service Of A Travel Agency For The Deployment Of Pld Staff For Calendar Year 2025 Php1,500,000.00 Php5,000.00 February 24, 2025; 10:01 Am 6th Floor Function Rm, Nlp Bldg, T.m. Kalaw St. Ermita, Manila 2. The National Library Of The Philippines (nlp) Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within The Dates Provided In The Schedule Of Requirements And Technical Specifications. Bidders Should Have Completed, Within Five (5) 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 Proprietorship, 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 5183. 4. Prospective Bidders May Obtain Further Information From Nlp Bids And Awards Committee (bac) Secretariat Email Address And Inspect The Bidding Documents Posted At The Philippine Government Electronic Procurement System (philgeps) Or In Our Official Website Web.nlp.gov.ph. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 1, 2025 Through Email And Website(s) Below. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Electronic Means Or By Presenting The Official Receipt In Person. 6. The Nlp Will Hold A Pre-bid Conference On February 12, 2025 At 10:00 Am Through Video Conferencing Via Zoom Which Shall Be Open To All Prospective Bidders. Send Interest To Bac@nlp.gov.ph With Subject: Request To Join The Pre-bid Conference Of Public Bidding No. 25-04. 7. Hard Copy Of Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Below On Or Before February 24, 2024 At 10:00 Am. With A Usb Flash Drive Containing The Soft Copy Of The Technical (in Pdf) And Financial (in Word Or Excel) Requirements Must Be Included In The Original Copy Of The Technical Documents. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 24, 2025 At 10:01 Am At The 6th Floor Function Room, Nlp Building. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Nlp 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. 11. For Further Information, Please Refer To: Maureen M. Terrenal Marie Joy H. Bestoir Eleanor C. Siyang Jonathan F. Santos Bac Secretariat National Library Of The Philippines Tel. No.: (02) 5314-2100loc. 406 / 412 Email: Bac@nlp.gov.ph Website: Web.nlp.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Document: Web.nlp.gov.ph / Www.philgeps.gov.ph Sgd. Maricel M. Ureña Bac, Chairperson Preliminaries: Air And Sea Fare, And Transport Services (airport To Hotel, Hotel To Airport) Must Have The Following: 1.1. Air Travel Baggage Allowance - Provision Of A Minimum Of 20-25 Kgs Baggage Allowance For Round-trip Flights, Preferably With Philippine Airlines. A Finalized List Of Confirmed Participants And Specific Flight Requirements Will Be Provided By The End-user Unit Prior To Booking. 2.2. Accreditation The Travel Provider Must Be Accredited By The Philippine Department Of Tourism (pdot) 3. 4.3. Billing Must Be Willing To Provide Services On A Send-bill Arrangement Based On The Actual Number Of Participants, Without Requiring Guaranteed Reservations. Billing Will Be On An Accumulated Expense Basis Only, And Billing Will Be Provided On A Quarterly Basis. 5.4. Van Rental - Provision Of Van Rental Services For The Full Duration Of Travel, Including Airport Transfers And Local Transport As Required. 6.5. Boat Transfers - Arrange Boat Transfer Services As Necessary For Selected Provinces, Based On The Travel Itinerary. 7.6. Booking Flexibility - Reservation And Reinstatement Of Booking Of Flights To Target Provinces To Be Visited Depending On The Regulations Of The Airlines. 8.7. Insurance - Provision Of Travel And Accident Insurance For Each Participant, Covering Emergency Trip Cancellations Or Trip Terminations. 9.8. On-ground Support - Assign Designated Staff From The Travel Agency To Coordinate And Manage Logistical Preparations Throughout The Travel Period, Ensuring Smooth Execution Of Arrangements. Target Province And Scheduled Dates 1.misamis Oriental - March 16-22, 2025 2.oriental Mindoro - June 16-20, 2025 3.occidental Mindoro - June 23-27, 2025 4.siquijor - June 23-27, 2025 5.tawi-tawi - July 14-18, 2025 6.lanao Del Norte - July 14-18, 2025 7.cebu - August 18-22, 2025 8.iloilo - August 18-22, 2025 9.surigao Del Sur - September 15-19, 2025 10.western Samar - October 13-17, 2025 11.davao Occidental - October 20-24, 2025 12.eastern And Northern Samar - October 27-31, 2025 13.bohol - November 10-14, 2025 Transportation 1.misamis Oriental - March 16 Any Point To Laguindingan Airport (22pax) March 22 Laguindingan Airport To Any Point (22 Pax) With Shuttle/van Service From Laguindingan Airport Going To Accommodation/provincial Government Of Misamis Oriental And Vice Versa 2.oriental Mindoro - June 16, 2025 Manila To Batangas Port To Calapan Port (2 Pax) June 20, 2025 To Calapan Port To Banagas Port To Manila (2 Pax) With Shuttle/van Service From Calapan Port Going To Accommodation/provincial Government Of Occidental Mindoro And Vice Versa 3.occidental Mindoro June 23, 2025 Manila To San Jose (mindoro) Aiport (2 Pax) June 27, 2025 San Jose (mindoro) Aiport To Manila (2 Pax) With Shuttle/van Service From San Jose (mindoro) Airport Going To Accommodation/provincial Government Of Occidental Mindoro And Vice Versa 4.siquijor - June 23, 2025 Manila To Dumaguete Airport (3 Pax) June 27, 2025 Dumaguete Airport To Manila (3 Pax) With Shuttle/van And Boat Transfer From Dumaguete Airport To Dumaguete Sea Port And Siquijor Sea Port Going To Accommodation/ Provincial Government Of Siquijor And Vice Versa 5.tawi-tawi July 14, 2025 Manila To Sanga-sanga Airport (3 Pax) July 19, 2025 Sanga-sanga Airport To Manila (3 Pax) With Shuttle/van Service From Sanga-sanga Airport Going To Accommodation/provincial Government Of Tawi-tawi And Vice Versa 6. Lanao Del Norte - July 14, 2025 Manila To Ozamiz Cityairport (2 Pax) July 19, 2025 Ozamiz City Airport To Manila (2 Pax) With Shuttle/van Service From Ozamiz City Airport Going To Accommodation/provincial Government Of Lanao Del Norte And Vice Versa 7.iloilo - August 18, 2025 Manila To Iloilo International Airport (5 Pax) August 22, 2025 Iloilo International Airport To Manila (5 Pax) With Shuttle/van Service From Iloilo International Airport Going To Accommodation/provincial Government Of Iloilo And Vice Versa 8.cebu - August 4, 2025 Manila To Mactan-cebu International Airport (2 Pax) August 8, 2025 Mactan-cebu International Airport To Manila (2 Pax) With Shuttle/van Service From Mactan-cebu International Airport Going To Accommodation/provincial Government Of Cebu And Vice Versa 9.surigao Del Sur - September 8, 2025 Manila To Butuan City Airport (5 Pax) September 12, 2025 Butuan City To Manila (5 Pax) (2) With Shuttle/van Service From Butuan City Airport Going To Accommodation/provincial Government Of Surigao Del Sur And Vice Versa (2) With Shuttle/van Service From Butuan City Airport Going To Boat Transfer To Accommodation/provincial Government Of Dinagat Islands And Vice Versa 10.davao Occidental - October 06, 2025 Manila To General Santos International Airport (3 Pax) October 10, 2025 General Santos International Airport To Manila (3 Pax) With Shuttle/van Service From General Santos International Airport Airport Going To Accommodation/provincial Government Of Davao Occidental And Vice Versa 11.western Samar - October 13, 2025 Manila To Calbayog Airport (2 Pax) October 17, 2025 Calbayog Airport To Manila (2 Pax) With Shuttle/van Service From Calbayog Airport Going To Accommodation/samar Provincial Capitol And Vice Versa 12.eastern And Northern Samar - October 27, 2025 Manila To Catarman Airport (2 Pax) October 31, 2025 Catarman Airport To Manila (2 Pax) With Shuttle/van Service From Catarman Airport Going To Accommodation/provincial Government Of Eastern Samar And Vice Versa 13.bohol - November 10, 2025 Manila To Panglao International Airport (2 Pax) November 14, 2025 Panglao International Airport To Manila (2 Pax) With Shuttle/van Service From Panglao International Airport Airport Going To Accommodation/provincial Government Of Bohol And Vice Versa
9541-9550 of 9845 archived Tenders