Transportation Tenders
Transportation Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: The Pre-solicitation For This Project Has Been Posted Under A New Solicitation Number. 36c24725r0071. Refer To This Solicitationn Number For Any Further Announcements Regarding This Project 619-20-103. this Iinformation Is Being Provided For Cross Reference Purposes Only. This Action Is Considered Closed Out. sources Sought Notice Sources Sought Notice Page 8 Of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 8 Sources Sought: The Central Alabama Veterans Health Care System (cavhcs) Located At 215 Perry Hill Road, Montgomery, Al 36109 Has A Requirement For A Firm Fixed Price Contract That Includes General Construction, Demolition, Modification, And Renovation Of The Existing Central Boiler Plant- (building 14). Project Description: See The Attached Statement Of Work For What This Project Includes, But It Not Limited To This Description Of The Project. This Is Not A Request For Proposal (rfp): The Purpose Of This Notice Is To Determine If There Are Qualified Sdvosb, Vosb And Small Businesses That Have The Experience For This Highly Specialized Type Of Work And If Such Firms Are Interested In This Procurement. The Sources Sought Notice Is For A Design-bid-build Project. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. The Psc Is Z1dz. The Magnitude Of Construction Is Between $10,000,000 And $20,000,000. Interested Firms Should Indicate Their Interest No Later Than 4:00 Pm Est On 01/31/2024 Via Email To Contract Officer Margaret.yeaton@va.gov (visn 7 Network Contracting Office) The Following Information Is Required In Response To This Notice. Please Number Your Responses (1) Through (5). Your Specific Response To The Following Items Is Requested. There Is No Page Limit, However Pages Should Be Sufficient To Describe Your Firm. A Positive Statement Of Your Intention To Submit A Proposal In Response To A Solicitation For This Project And Include Your Firm S Full Name, Address, Point(s) Of Contact, Telephone Numbers And Email Addresses, Url, And Uei. Your Firm S Bonding Capability (construction Bonding Level Per Single Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars Along With Your Current Available Bonding Capacity). Evidence Of Your Experience In Replacing And Installing Comparable Boiler Projects That Are Highly Specialized And Completed Within The Past Five (5) Years. Your Projects Must Be Similar In Size And Scope With A Construction Magnitude Between $10,000,000 To 50,000,000. Provide Contract Descriptions, Location, Contract Dollar Value And The Name Of The Company, Agency Or Government Entity For Which The Work Was Performed. State Your Firm S Role In The Successful Project (prime, Subcontractor, Jv Member Etc.) Include The Name, Title, Email And Phone Number Of Your Customer Point Of Contact (i.e., Cor, Contracting Officer, Program/project Manager). If Applicable, Your Firm Should Provide Proof Of A Valid Joint Venture Or Mentor-protege Agreement, By Supplying The Duns Number/uei And Names Of Respective Jv Or Mp Principals. (see Vaar 819.7003(c) For Joint Venture Agreements And Vaar 819.71 For Mentor-protege Agreements At Https://www.va.gov/oal/library/vaar/vaar819.asp Other Information That Is Useful To Show The Knowledge And Depth Of Experience Of Your Firm In Comparable Projects, Such As For Example, Your Experience With Environmental Compliance, Permitting Processes, Certifications, Any Awards, And Recognition, Your Ability To Implement Logical And Physical Security Measures And Safeguards, Accident-free Record, Etc. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Interested Sdvosb, Vosb Or Sb Concerns. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. Interested Firms Should Reply Via E-mail To Margaret.yeaton@va.gov . Firms Must Be Registered In The System For Award Management (sam). Visit Sam.gov To Register In Sam. Sdvosb Or Vosb Firms Must Be Verified In Vet Cert. Https://veterans.certify.sba.gov/ The Contracting Office Welcomes The Interest Of New Entrants To Construction Projects For Visn 7 And Especially Looks Forward To Responses Of Well-qualified Small Businesses And In Particular To The Responses Of Certified Sd/vosb Contractors. A Project Description Is Set Out Below That Will Guide You In Furnishing The Information Requested In (1) Through (5) Above. Disclaimer This Source Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice. Project Information: The Proposed Statement Of Work For This Project Is Within This Document. A. Project Description: Title Of Project: 619-20-103 - Correct Fca Deficiencies In Boiler Plant, Building 14. Project Overview: This Project Will Replace The Boiler System And Completely Renovate Building14. It Will Correct Several Fca Deficiencies Identified In The 2012, 2016, And 2021 Facility Conditions Assessment (fca). Scope Of Work: The Contractor Shall Provide All Labor, Supervision, Transportation, Materials, Cranes, And All Other Incidentals To Facilitate A Successful Construction Project. A. This Project Replaces The Boilers And Connected Piping And Equipment As Identified In The 2016 Visn 7 Facilities Condition Assessments (fca) For Central Alabama Veterans Health Care Systems-east (cavhcs-west). This Will Include The Design Of Replacement Of Boiler Plant, Which Include The Alternate Fueling System, Emergency Electrical System, Pumping System, Electrical Control System, Structural System, Replacing Windows And Refinishing Interior Painted Surfaces, And Temporary Boilers. B. This Project Shall Repair Or Replace Exterior Concrete And Brick Wall Repair, Metal Casework Replacement In Boiler Room, Roof Replacement, Deaeration Tank Replacement, Oil Water Separator Installation. Replace All Domestic Water Lines Inside Building, Restricted Access Design, Replace Sump Pump In Basement To Provide Duplex Unit, Increased Steam Tunnel Remediation Of Piping Supports And Associated Abatement, Testing, And Design. The Length Of Tunnel Remediation Included Is 240 Ft, Increased Steam Tunnel Lighting Replacement. A N+ 1 Temporary Boiler Configuration With Platforms For Boiler Personnel Use Along With A Boiler Personnel Operation Trailer. C. This Project Shall Installation, And Commissioning Of Fire Protection Sprinkler System For The Entire Building, The Electrical System, And The Boilers. These Modifications Will Not Change To The Exterior Of The Building. D. The Construction Work Does Not Require Coordination With Shpo. Applicable Codes And Standards: International Plumbing Code 2018 Edition Va Boiler Design Guides 2017 Edition International Mechanical Code 2015 Edition Ashrae Fundamentals Handbook 2015 Edition Nfpa 99 2021 Edition Va Plumbing Design Manual 2018 Edition Va Hvac Design Manual 2017 Edition Va Plumbing Design Manual 2018 Edition Existing Conditions: The Boiler Plant Is In Desperate Need Of Renovation To Include The Replacement All Major Components. The Two 400 Hp And One 150 Hp Boilers Are Beyond Their Useful Life And Require Replacement. The Building Infrastructure Needs Renovation To Comply With Present Occupancy, Workplace Use, And Safety Codes. Building 14 The Last Major Boiler Replacement Was Approximately 45 Years Ago. All Major Systems And Component Require Replacement. The Building Infrastructure Both Internally And Externally Is Crumbling And Require Significant Repair. The Physical Improvements Will Include A New Roof, Blast Resistant Storefront Windows, Energy Efficient Lights, Fresh Paint, New Flooring, Two Unisex Restrooms With Lockers And Dressing Spaces. Location Of Work: Central Alabama Veteran Health Care System, 215 Perry Hill Road Montgomery, Al 3610983 Period Of Performance: The Required Period Of Performance Will Be 915 Calendar Days From The Date Of Contract Award Or Notice To Proceed. Work Hours: The Contractor Shall Be Available During Normal Business Hours Of 8:00 Am 4:30 Pm, Monday Friday Excluding Federal Holidays. Contract Will Require Contractor To Work After Hours And On Weekends And Shall Be Coordinated With The Cor At Least 14 Business Days In Advance. Type Of Contract: This Shall Be A Firm Fixed Price Contract. General Requirements The Contractor Shall Provide The Cor With A List Of Contractor Employees Expected To Enter Facilities. While On Va Premises, All Contractor Personnel Shall Comply With The Rules, Regulations, And Procedures Governing The Conduct Of Personnel And The Operation Of The Facility. An Access Badge Will Be Given To The Contractor S Employee Upon Entrance Into Va Buildings. The Contractor Employee Must Safeguard The Access Badge And Immediately Report Any Lost, Stolen, Or Destroyed Badges To The Cor. All Contract Personnel Must Properly Display Their Access Badges. Access Badges Must Be Worn At Or Above The Waist (facing Forward.). The Contractor S Employees Must Return The Access Badge(s) To The Cor Or Designee When The Work Is Complete. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Shall Be Coordinated With Each Facility Cor. Cavhcs Does Not Validate Or Make Reimbursement For Parking Violations Of The Contractor S Personnel Under Any Circumstance. Government Responsibilities The Government Shall Be Responsible For Making The Building Available To Contractor During Normal Business Hours 8:00 Am - 4:30 Pm. If There Is A Need For Work To Be Done After Hours, The Government Will Plan For Contractor To Have Access To The Building. Contractor Personnel Security Requirements The Contractor Shall Be Required To Comply With All Security Policies/requirements. All Security Policies/requirements Must Be Met, And Employees Cleared Prior To The Contractor Performing Work Under This Contract. Employees That Cannot Meet The Security And Clearance Requirements Shall Not Be Allowed To Perform Work Under This Contract. Temporary Badges For All Workers Will Be Required To Access The Facilities. Coordinate With The Cor For Receipt Of The Temporary Badge. Interference To Normal Function Contractor May Be Required To Interrupt Their Work At Any Time So As Not To Interfere With The Normal Functioning Of The Facility, Including Utility Services, Fire Protection Systems, And Passage Of Facility Patients, Personnel, Equipment, And Carts. In The Event Of An Emergency, Contractor Services May Be Stopped And Rescheduled At No Additional Cost To The Government. Contractor Personnel Shall Inform The Cor Or The Designee Of The Need To Gain Access To Secured Areas. If Access Is Required To Secure Areas, Prearranged Scheduling Will Be Made With Cor Or Designee.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
Details: In Accordance With Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. The Memphis Va Medical Center Intends To Negotiate A Sole Source Award With An I.v, Llc. They Are Located At 4565 Shelby Road, Millington, Tennessee 38053. An I.v. Llc Shall Furnish All Labor, Transportation, Tools, And Parts Necessary To Provide Full-service For Compounding Parenteral Nutrition. The Compounding Parenteral Nutrition System Is A Proprietary, Therefore Another Firm May Not Be Familiar With This Product; And May Not Be Able To Address Sources Sought Accurately; Or Accurately Provide Training For This Equipment, Which Is Critical For Proper Patient Care, As Well As A Sound End Product. the Memphis Va Medical Center, Which Will Be The Primary Location For The Delivery Of The Compounding Customized, Patient – Specific Parenteral Nutrition Products Is Located At 116 N. Pauline Street, Memphis, Tn 38105. This Procurement's Naics Code Is 325412 - Phamaceutical Preparation Manufacturing, And The Size Standard Is 1,300 Employees. The Psc Code Is Q517 - Medical Pharmacy Services. requirements – background. pharmacy Service At The Lt. Col. Luke Weathers, Jr. Vamc Is Looking To Outsource The Parenteral Nutrition Compounding Process In Order To Meet The Needs Of Patients Requiring Parenteral Nutrition. Vendor Must Be Able To Deliver Orders Placed Late As 3pm By 7pm. scope. pharmacy Service At The Lt. Col. Luke Weathers Jr Vamc Is Requesting Customized, Patient-specific Parenteral Nutrition Compounding Services With Same Day Delivery For The Inpatient Pharmacy. This Requirement Will Be A Base Plus 4 Ordering Periods. Period Of Performance Is As Follows. base Period: 02/17/2025 – 09/30/2025 ordering Period 1: 10/01/2025 – 09/30/2026 ordering Period 2: 10/01/2026 – 09/30/2027 ordering Period 3: 10/01/2027 – 09/30/2028 ordering Period 4: 10/01/2028 – 09/30/2029 specific Tasks the Contractor Shall Provide Customized, Patient Specific Pns With Same Day Delivery. lt. Col. Luke Weathers, Jr. Vamc Expectations Of Vendor: vendor Must Be Approved By Pharmacy Compounding Accreditation Board vendor Will Be Visited, At Minimum, Once Annually By Lt. Col. Luke Weathers, Jr. Vamc Pharmacy Services To Review Compounding Practices And Requirements. daily Schedule vendor Hours Of Operation vendor Hours Of Operation Will Cover 7 Days Per Week Including Holidays. assistance After Hours Must Be Available 24 Hours By Phone At No Additional Charge. order Transmission Times parenteral Nutrition May Be Ordered Seven Days Per Week. vendor Will Receive Orders Throughout The Day With The Cutoff Time Being 15:00 (3pm). delivery Time parenteral Nutrition Ordered By 15:00 (3pm) Will Be Delivered By 19:00 (7pm). nonstandard/late Deliveries vendor Will Make Every Effort To Accommodate Late Or Early Orders. delivery Will Be Arranged On A Case-by-case Basis. ordering order Will Be Submitted Via Fax By Lt. Col. Luke Weathers, Jr. Vamc Pharmacist Using Standardized Order Form Template. included Cover Sheet Will Include Ordering Pharmacist Contact Information. all Orders Will Be Screened Using The Vendor’s Standard Minimum/maximum Values. vendor Will Provide Lt. Col. Luke Weathers, Jr. Vamc With Inventory Information If The Change In Inventory Prohibits Parenteral Nutrition From Being Compounded As Ordered. delivery location Of Delivery vendor Will Deliver All Products To The Inpatient Pharmacy At The Lt. Col. Luke Weathers, Jr. Vamc 116 N. Pauline Street, Memphis, Tn, 38105, Db1102 receipt Of Delivery upon Receipt Of The Vendor Shipment, The Receiving Lt. Col. Luke Weathers, Jr. Vamc Employee Will Verify The Count Of Parenteral Nutrition Bags And Sign The Vendor Packing List As Confirmation Of Receipt. lt. Col. Luke Weathers, Jr. Vamc Pharmacy Service Will Retain One Copy Of The Packing List. labeling vendor Will Label All Parenteral Nutrition Bags In Compliance With Usp General Chapter <797> And Applicable Laws And Regulations. labels Are To Include At A Minimum: patient Name assigned Internal Identification Number active Ingredient(s) And Their Amount(s), Concentration(s) administration Instructions rate Of Administration storage Conditions If Other Than Controlled Room Temperature beyond Use Date the Contractor Solutions Shall Have A Minimum Stability Of 24-hour Expiration As Well As All Solution Bags Shall Be Labeled With Expiration Date And Time. dosage Form total Amount Or Volume order Volume Must Be Listed On The Pn Bag. compound Volume Must Be Listed On The Pn. overfill Must Be Listed On The Label. route(s) Of Administration indicate The Preparation Is Compounded compounding Facility Name And Contact Information labels Are To Include When Applicable route(s) Of Administration special Handling Instructions warning Statements product Recall vendor Shall Notify The Contracting Officer Administering The Contract Within Three (3) Business Days Of Any Recall, Removal, Modification, Or Defect Of Items Supplied Under Contract For Appropriate Action. resolution In Such Circumstances May Be Made By Replacement Of Item At No Cost To The Lt. Col. Luke Weathers, Jr. Vamc, Full Credit Of Item Toward Future Purchase, Or Any Other Method Agreeable To Both Parties. Any Freight Costs Incurred As A Result Shall Be Borne By The Vendor Or Credited To The Lt. Col. Luke Weathers, Jr. Vamc As Appropriate. returns any Item Found To Be Defective Or Technically Unacceptable, As Verified By The Vendor And/or Lt. Col Luke Weathers, Jr. Vamc Pharmacy Staff, Shall Be Returned To The Vendor And Replaced Or Credited In The Same Manner As Specified Under Product Recall. the Vendor Shall Not Be Liable For Replacement Or Crediting The Lt. Col. Luke Weathers, Jr. Vamc For Any Item Due To Misuse Or Abuse By The Lt. Col. Luke Weathers, Jr. Vamc Personnel. vendor Communication With The Lt. Col. Luke Weathers, Jr. Vamc daily Communication With The Lt. Col. Luke Weathers, Jr. Vamc Pharmacists Will Occur As Needed By Telephone Or Fax To Discuss Prescription Content, Order Entry, Delivery Exceptions And To Confirm That All Orders Have Been Received. quality vendor Will: meet All Applicable Federal, State, And Jcaho Requirements For Quality Assurance. make Quality Reporting Information Available To The Lt. Col. Luke Weathers, Jr. Vamc Upon Request. if Requested, Able To Provide Quarterly Quality Assurance Reports Required By Usp <797> To Include Environmental Monitoring And Control Media Fill Validation, Final Product Testing, Personnel Credentials Status, And Employee Training. follow Standard Operating Procedures And Guidelines Outlined In Usp <797>. comply With All Applicable Local, State, And Federal Rules And Regulations. use Only Fully Trained And Qualified Employees. ensure All Final Products Are Checked By A Licensed Pharmacist. security Compliance see Security Requirements Below. record Management Compliance see Records Management Obligations Below invoicing contractor Shall Submit Monthly Electronic Invoices Through Va ‘s Invoice Presentment And Payment System (ipps). The Invoice Should Be Itemized By Prescription Number And Should Include Po Number, Date Of Service, Sold To Information, Billing Period, Packing Slip Number, Patient Rx Number, Product Group, Description, Quantity, Unit Of Measure, Unit Price, Extended Price And Grand Total . invoices Summited Via Tungsten Network -https://authentication. Tungsten -network.com/login. contact Numbers For Vendor fax: (901) 872-7595 call (901) 872-2648 After Faxing After-hours Or On Weekends phone: (901) 872-2648 after Hours: (901) 872-2648 And (901) 485-8199 lt. Col. Luke Weathers, Jr. Vamc Will Be Notified Of Any Changes In Contact Information vendor Expectations Of The Lt. Col. Luke Weathers, Jr. Vamc: order Cutoff Times orders Will Be Submitted By 15:00 (3pm), Except In Extenuating Circumstances. the Lt. Col. Luke Weathers, Jr. Vamc Changes changes In Policies, Systems, Order Forms, And Formulary Will Be Communicated To Vendor With Sufficient Time To Respond To The Changes. order Clarification the Lt. Col. Luke Weathers, Jr. Vamc Shall Respond To Vendor Order Clarification Questions With At Least One Hour Remaining Before Scheduled Delivery. clarifications Can Be Directed To The Pharmacist At The Phone Number Listed On The Order Cover Sheet Or The 24/7 Pharmacy Phone At (901) 523-8990 Ext. 16776. order Correctness the Lt. Col. Luke Weathers, Jr. Vamc Will Check All Orders For Therapeutic Correctness Before Submitting To Vendor. the Lt. Col. Luke Weathers, Jr. Vamc Pharmacy Personnel Will Check All Vendor Parenteral Nutrition Against The Original Provider’s Orders Before Dispensing To The Patient. the Lt. Col. Luke Weathers, Jr. Vamc Primary Contacts ordering Pharmacist: Contact Information Available On Fax Cover Sheet 24/7 Pharmacy Phone: (901) 523-8990 Ext. 16776 pharmacy Resident Office: (901) 523-8990 Ext. 16745 inpatient Pharmacy Supervisor: (901) 523-8990 Ext. 17362 sterile Compounding Program Manager: (901) 523-8990 Ext. 16003 The Vendor Will Be Notified Of Any Changes In Contact Information. All Questions Are To Be Submitted Between 1/29/2025 - 02/02/2025 Cst. By 12pm To William.blassingame@va.gov. ______________________________________________________________________ this Is Not A Request For Competitive Quotes/proposals And No Soliciation Is Available. interested Parties That Can Meet The Capabilities And Requirements, May Identify Their Interest, And Submit Quotations. This Notice Of Intent Is Not A Request For Quotations. Interested Parties Who Believe They Can Meet The Requirements, Must Submit Information About Their Capabilities No Later Than 12:00 Pm Cst, 02/06/2025. All Information Shall Be Provided At No Cost, Or Obligation To The Government. no Solicitation Will Be Made Available. The Information Must Be Sent To The Contract Specialist, William.blassingame@va.gov. Responses Received Will Be Evaluated; However, The Government's Determination Not To Compete With The Proposed Procurement Based Upon Responses To This Notice Is Solely At Its Discretion. Indicate Business Size And Socio-economic, And That Your Company Is Registered I System For Award Management Status Www.sam.gov. If No Responses Are Received, The Contracting Department Will Proceed With The Sole Source Negotiation With An I.v.,llc. list Of Items: item Description quantity unit Of Measure compounding Of Customized, Patient-specific Parenteral Nutrition Including Local Delivery Cost Contract Period: Base Pop Begin: 02/17/2025 Pop End: 09/30/2025/ Estimate 445 Bags Per Year Delivery Must Be Available 7 Days Per Week. 455 Bags / Per Year
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents
Details: 2/6/2025 - Amendment 1 Posted To Extend The Closing Date Of The Solicitation. dla Disposition Services 10k Telehandler To Dla Disposition Services Bahrain And Qatar this Is A Combined Synopsis/solicitation For Commercial Items/services Prepared In Accordance With Far 12 And 13. The Required Equipment Is Per The Attached Specifications, Including Its Delivery Timeframes. The Procurement Is Under Naics 333924. The Requirement Is Placed For Full And Open Competition. The Following Clauses Will Be Included Into The Award: Far 52.212-4, Contract Terms And Conditions Commercial Item; Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items. Offeror Must Submit Representations And Certifications (far 52.212-3). If An Offeror Has Completed The Annual Representations And Certificates Electronically The Offeror Shall Complete Only Paragraph (b) Of This Provision. quotes Are To Be Received No Later Than 2:00 P.m. Eastern Standard U.s. Time On The Above Specified Date, Via Email Only To The Designated Contracting Officer. see Attachment For The Price Schedule And Specifications/additional Terms. all Contractor Performance Shall Be In A Safe Manner, And In Compliance With All Applicable Federal, State, And Local Laws And Regulations, And All Installation Policies. Any/all Required Documentation And Service-related Requirements Including Installation Access Are The Responsibility Of The Contractor, With Coordination As Necessary With The Site Poc. Deliveries Must Be Performed During Normal Installation Work Hours Which Are Available From The Above Poc, Excluding Federal Holidays. notes: 1. All Offerors, And All Proposed Subcontractors, Must Be Registered Online At The Joint Contingency Contracting System (jccs) Website In Order To Be Eligible For Award. 2. All Quotes Shall Be In U.s. Dollars. each Offeror Will Clearly State The Quoted Products Place Of Manufacture (country Of Origin). far 52.212-1 (instructions To Offerors -- Commercial) (sep 2023) all Offerors Shall Submit Detailed Technical Specification On The Equipment Being Proposed For Technical Acceptability Review. This Information Must Include The Equipment / Model / Specifications And Features (manufacturer’s Cut Sheet). The Detailed Specification Shall Be Complete To Verify That All Salient Characteristics Are Met. each Offeror Will Clearly State The Quoted Products Place Of Manufacture (country Of Origin). far 52.212-2 (evaluation -- Commercial Items) (nov 2021) Applies To This Procurement (with Evaluation Consisting Of Award To The Responsible Contractor On The Basis Of The Lowest Evaluated Price Technically Acceptable). far 52.212-3 (offerors Representations And Certifications -- Commercial Items) (2023-o0002) (may 2024) far 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I (may 2024) far 52.212-4 (nov 2023) (contract Terms And Conditions -- Commercial Items) far 52.212-5 (may 2024) (contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items) Applies To This Procurement. - 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) - 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023) - 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) - 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) - 52.233-3 Protest After Award (aug 1996) - 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) - 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020) - 52.203-6 Restrictions On Subcontractor Sales To The Government--alternate I (nov 2021) - 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020) - 52.204-27 Prohibition On A Bytedance Covered Application (jun 2023) - 52.204-28, Federal Acquisition Supply Chain Security Act Orders—federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) - 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) - 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) - 52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) - 52.222-19, Child Labor-cooperation With Authorities And Remedies (feb 2024) - 52.222-50, Combating Trafficking In Persons (nov 2021) - 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) - 52.229-12 Tax On Certain Foreign Procurements (feb 2021) - 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) - 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct2018) the Following Additional Far Clauses Apply To This Procurement: 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) 52.204-7 System For Award Management (oct 2018) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 52.204-17 Ownership Or Control Ofofferor(aug 2020) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020)
52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014) 52.204-20 Predecessor Of Offeror (aug 2020) 52.204-22 Alternative Line Item Proposal (jan 2017) 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-26 Covered Telecommunications Equipment Or Services-representation (oct 2020) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations—representation (nov 2015) 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (feb 2016) 52.225-25 Prohibition Oncontractingwith Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications (jun 2020) 52.229-11 Tax On Certain Foreign Procurements—notice And Representation (jun 2020) 52.232-23 Assignment Of Claims (may 2014) 52.233-1 Disputes (may 2014) 52.233-2 Service Of Protest (sep 2006) 52.232-39, Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021) 52.247-34, Fob Destination (nov 1991) the Following Dfars Clauses Apply To This Procurement: 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials (sep 2011) 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights (dec 2022) 252.203-7005, Representation Relating To Compensation Of Former Dod Officials (sep 2022) 252.204-7003 Control Of Government Personnel Work Product (apr 1992) 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (jan 2023) 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) 252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation (dec 2019) 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023) 252.211-7003 Item Unique Identification And Valuation (jan 2023) 252.215-7007 Notice Of Intent To Resolicit (mar 2022) 252.215-7008 Only One Offer (dec 2022) 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) 252.225-7002, Qualifying Country Sources As Subcontractors (mar 2022) 252.225-7005 Identification Of Expenditures In The United States (jun 2005) 252.225-7012 Preference For Certain Domestic Commodities (apr 2022) 252.225-7021 Trade Agreements—basic (oct 2023) 252.225-7048 Export-controlled Items (jun 2013) 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (may 2022 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023) 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) 252.225-7995 Contractor Personnel Performing In The United States Central Command Area Of Responsibility (deviation 2017-o0004) (sep 2017) 252.229-7001 Tax Relief—basic (apr 2020) 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (jan 2023) (by Reference, Full Text Provided In Bilateral Award) 252.233-7001 Choice Of Law (overseas) (jun 1997) 252.244-7000 Subcontracts For Commercial Items (dec 2022) 252.243-7001 Pricing Of Contract Modifications (dec 1991) 252.247-7023 Transportation Of Supplies By Sea—basic (jan 2023) dlad 5452.233-9001 Disputes – Agreement To Use Alternative Dispute Resolution (jun 2020) dlad Procurement Notes: c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (sep 2016) l06 Agency Protests (dec 2016) l09 Reverse Auction (oct 2016)
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Amendment 01 this Amendment Is Issued To Provide Answers To Questions Received. Please Refer To Attachment, Amendment 01 Questions And Answers. ================================================================================================ dla Disposition Services Pearl Harbor propane 4k Forklift sp4510-25-q-1011 this Is A Combined Synopsis/solicitation For Commercial Items/services Prepared In Accordance With The Format In Subpart 12, As Supplemented With Additional Information Included In This Notice. This Is For A Single Award Without Options. The Required Equipment Is Per The Attached Specifications In The Statement Of Work Provided, Including Its Delivery Timeframes. The Following Clauses Will Be Included In The Award: Far 52.212-4, Contract Terms And Conditions Commercial Item; Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items. Offeror Must Submit Representations And Certifications (far 52.212-3). If An Offeror Has Completed The Annual Representations And Certificates Electronically The Offeror Shall Complete Only Paragraph (b) Of This Provision. quotes Are To Be Received No Later Than 3:00 P.m. Eastern Standard U.s. Time On Friday, January 10, 2025, Via Email Only To The Designated Contracting Officer. see Attachment For The Bid Schedule And Specifications/additional Terms. all Quotes Shall Be In U.s. Dollars all Contractor Performance Shall Be In A Safe Manner, And In Compliance With All Applicable Federal, State And Local Laws And Regulations, And All Installation Policies. Any/all Required Documentation And Service-related Requirements Including Installation Access Are The Responsibility Of The Contractor, With Coordination As Necessary With The Site Point Of Contact (poc). Deliveries Must Be Performed During Normal Installation Work Hours Which Are Available From The Poc, Excluding Federal Holidays. instructions To Offerors: submit Quotes By Email To James.isola@dla.mil And Brandon.awkerman@dla.mil No Later Than Friday, January 10, 2025, At 3:00 P.m. Eastern Time. Attention Should Be Noted To Far 52.212-1(f), Concerning Late Submissions. The Offeror Bears The Risk Of Non-receipt Of Any Email Transmissions And Should Ensure That All Pages Of The Quote Have Been Received By The Designated Office Before The Deadline Indicated. Email Submissions By 5:00 Pm One Business Day Prior To The Due Date And Time Are Encouraged To Reduce The Possibility Of Server Or Other Cyber-related Delays That May Render Your Response As Ineligible For Consideration. Quotes Are To Include: 1) The Bid Schedule Is Attached And Responding Firms Are Required To Complete And Return The Bid Schedule For All Line Items. 2) Complete Listing Of Clin 0001 Specifications For Each Offered Equipment Item, Fully Demonstrating The Equipment Meets The Required Specifications In The Attachment And Price Includes Required Familiarization Training And Shipping Charges. 3) Offerors Shall Provide The Applicable Cage Code And Unique Entity Identifier With Their Bid Submission. The Information Located In Far 52.212-3 (offerors Representations And Certifications) Must Be Current On Sam.gov At The Time Of Quote Submission. any Solicitation Questions Shall Be Submitted No Later Than Monday, December 23, 2024 At 3:00 Pm Eastern Time To James.isola@dla.mil And Brandon.awkerman@dla.mil. In The Event Questions Are Received, A Solicitation Amendment Will Be Posted To Distribute The Answers Prior To The Closing Date Of The Solicitation. The Government Is Not Responsible For Answering Questions Received After This Deadline. evaluation: quotations Will Be Evaluated On A Lowest-price Technically Acceptable Basis. Award Will Be Made To The Firm That Offers The Lowest Total Cost To The Government For The Entire Requirement After A Pass/fail Evaluation Of The Contractors’ Provided Technical Submittals Meeting Or Exceeding Salient Characteristics. far 52.212-1 (instructions To Offerors -- Commercial) (sep 2023) fill-in Coverage: All Offerors Shall Submit The Make, Model, And Technical Specifications Of The Forklift Being Quoted For Technical Acceptability Review. The Detailed Specifications Shall Be Complete To Verify That All Salient Characteristics Are Met In Accordance With The Statement Of Work. 52.203-19 Prohibition On Requiring Certain Internal Confidentiality agreements Or Statements Jan 2017 52.204-7 System For Award Management Oct 2018 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards Jun 2020 52.204-13 System For Award Management Maintenance Oct 2018 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.204-17 Ownership Or Control Of Offeror Aug 2020 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.204-20 Predecessor Of Offeror Aug 2020 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities Dec 2023 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021 52.204-25 Prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021 52.204-26 Covered Telecommunications Equipment Or Services--representation Oct 2020 52.204-27 Prohibition On A Bytedance Covered Application Jun 2023 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment Nov 2021 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015 52.212-1 Instructions To Offerors—commercial Products And Commercial Services Sep 2023 52.212-2 Evaluation—commercial Products And Commercial Services Nov 2021 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services May 2024 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I Feb 2024 52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services Nov 2023 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services May 2024 52.216-18 Ordering Aug 2020 52.216-19 Order Limitations Oct 1995 52.216-20 Definite Quantity Oct 1995 52.216-21 Requirements Oct 1995 52.216-21 Requirements--alternate I Apr 1984 52.219-6 Notice Of Total Small Business Set-aside Nov 2020 52.219-28 Post-award Small Business Program Re-representation Mar 2023 52.222-1 Notice To The Government Of Labor Disputes Feb 1997 52.222-3 Convict Labor June 2003 52.222-19 Child Labor—cooperation With Authorities And Remedies Feb 2024 52.222-20 Contracts For Materials, Supplies, Articles, And Equipment Exceeding $15,000 Jun 2020 52.222-21 Prohibition Of Segregated Facilities Apr 2015 52.222-22 Previous Contracts And Compliance Reports Feb 1999 52.222-25 Affirmative Action Compliance Apr 1984 52.222-26 Equal Opportunity Sep 2016 52.222-50 Combating Trafficking In Persons Nov 2021 52.223-21 Foams May 2024 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation Dec 2016 52.223-23 Sustainable Products And Services May 2024 52.225-13 Restrictions On Certain Foreign Purchases Feb 2021 52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving May 2024 52.227-1 Authorization And Consent Jun 2020 52.232-33 Payment By Electronic Funds Transfer—system For Award Management Oct 2018 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 52.233-3 Protest After Award Aug 1996 52.233-4 Applicable Law For Breach Of Contract Claim Oct 2004 52.252-5 Authorized Deviations In Provisions Nov 2020 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials Sep 2011 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Dec 2022 252.203-7005 Representation Relating To Compensation Of Former Dod Officials Sep 2022 252.204-7003 Control Of Government Personnel Work Product Apr 1992 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support Jan 2023 252.204-7024 Notice On The Use Of The Supplier Performance Risk System Mar 2023 252.211-7003 Item Unique Identification And Valuation Jan 2023 252.223-7008 Prohibition Of Hexavalent Chromium Jan 2023 252.225-7000 Buy American--balance Of Payments Program Certificate--basic Feb 2024 252.225-7001 Buy American And Balance Of Payments Program--basic Feb 2024 252.225-7012 Preference For Certain Domestic Commodities Apr 2022 252.225-7048 Export-controlled Items Jun 2013 252.225-7055 Representation Regarding Business Operations With The Maduro Regime May 2022 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime Jan 2023 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation Jun 2023 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region Jun 2023 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018 252.232-7006 Wide Area Workflow Payment Instructions Jan 2023 252.232-7010 Levies On Contract Payments Dec 2006 252.232-7011 Payments In Support Of Emergencies And Contingency Operations May 2013 252.244-7000 Subcontracts For Commercial Products Or Commercial Services Nov 2023 252.247-7023 Transportation Of Supplies By Sea--basic Oct 2024
DEPT OF THE ARMY USA Tender
Software and IT Solutions
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Introduction the Army Program Director-base Emergency Communications Systems (pd-becs) Is Seeking Companies That Can Engineer, Furnish, And Install Computer‑aided Dispatch(cad), Next Generation 9-1-1 Call Handling Systems (ng-911 Ch), And Ng-911 Location Information Services(lis) In Support Of The Pd-becs Public Safety Answering Point (psap) Modernization Efforts. installations, Garrisons, And Other Army Operational Sites Use Different Names For Communications Centers Including Dispatch Centers, Integrated Incident Management Centers, Emergency Communications Centers(eccs), Incident Operations Centers, Fire Alarm Controlcenters, Etc. The Term Psap Is Used Generically To Represent Those Centers. Psap Modernization Will Bring Base Emergency Response Systems Into Compliance With The Current Version Of The Next Generation 9-1-1 (ng-911) I3 Standard (sta-010) Published By The National Emergency Number Association (nena), The Department Of Defense Public Safety Communications Directives And Instructions And Army Cyber Security Policies. The Army Operates Psaps At Thirty-eight (38) Conus Installations Supporting Organic Law Enforcement, Fire Protection, And Emergency Medical Services To A Combined Population Of Approximately 400,000 Active‑duty Military, Civilians, And Dependents. scope the Us Army Seeks A Balance Between Mature And State-of-the-art Technology That Enables The Employment Of Solutions That Will Prolong The Life Of The New System. Theusarmy Envisions That Its Modern Cad And Ng-911 Ch Solutions Will Be Based On Proven Technology Derived From Current Industry Standards. the Ng-911 Ch Solution Shall Be A Complete, On-premises System With Fully Redundant Host Controllers/servers, Call Taker/operator Consoles, Voice Recording, And Integrated Automatic Location Information (ali) Database. Thesystemshall Support Inbound Calls From Army-owned And Operated Voice Wireline Legacy Time‑division Multiplexing(tdm) And/or Voice Over Internet Protocol(voip) Networks, Commercial Wireline (housing, On-base Contractors, Vendors, Etc.), And Commercial Wireless (mobile Phone) Sources. The Ng-911 Ch Solution Shall Include An Integrated Automatic Location Information (ali) Database To Provide Location Information For Calls Originating From Legacy Phones. The Ng-911 And Cad Systems Shall Be Integrated In Compliance With The Current Version Of The Nena Emergency Incident Data Object (eido) Standards (sta-021 And Sta-024). the Ng-911 Ch Solution Shall Be Tested And Approved By The Joint Interoperability Test Command (jitc) And On The Jitc Approved Product List (apl). System Redundancy, As Shown In The Jitc System Under Test Diagrams, Shall Have No Single Point Of Failure And Shall Provide Automatic Failover In The Event Of A Server Or Network Failure With No Loss Of Active Calls. The Army Anticipates Initially Fielding On Premise Ng-911 Chss Until The Technology Matures And Dod-approved Cloud-hosted Solutions Become Available From Industry. the Ng-911 Ch Solution Shall Support Calls Routed From Commercial (non-government) Sources Via Legacy 9-1-1 Selective Routers, Based On The Associated Existing Emergency Service Number(esn), Or Geospatially Routed Session Initiation Protocol (sip) Based Calls Via An Internet Protocol(ip) Based Emergency Services Ip Network(esinet) To Automatically Deliver 9-1-1 Calls To The Designated Army Psap. Theng-911 Ch Solution Shall Be Capable Of Interoperating With Other Dod, Federal, State, Local, Tribal, And Territorial E9-1-1 Or Ng-911 Psaps To Support Call Transfers And Conferencing, With Location Data, Between Psaps. the Cad Solution Is To Be Deployed As A Cloud Or Other Commercial Data Center-hosted Solution That Is Centrally Managed And Fully Redundant With No Single Points Of Failure. The Contractor Shall Provide Dedicated, Redundant Commercial Ip Circuits, With Backup Connections Leveraging The National First Responder Broadband Long‑term Evolution(lte) Wireless Network First Responder Broadband Network(frbn) Commonly Known As First Responder Network Authority(firstnet). the Cad System Shall Support Legacy Interfaces To Ancillary Sub-systems Local To Individual Installations. These Sub-systems Include Firestation Alerting Systems, Fire And Intrusion Alarm Central Monitoring Systems, Headset Arbitration Between Ng-911 And Radio Consoles, Vehicle And Personnel Location Information, Mobile Cad Applications, And Fire And Le Event/incident Records Reporting Systems. Applicable Interfaces May Differ By Army Installation. Examples Include But Are Not Limited To, Serial (rs-232, 422, 485), Analog, Contact Closure, Ip, Or Proprietary And May Involve Vendor-unique Application Programming Interfaces (apis). the Cad System Shall Provide An Integrated Gis-based Mapping Element. The Cad System Shall Provide Event Creation/updates, Event/run Cards, Event Closeout, Police/fire/ems Dispatch Protocols, Incident And Operational Reports, Database Updating, And Receiving Populating All 9-1-1 Caller Data To Include Calling Party Number(cpn) And Calling Device Location Data. the Contractor Shall Provide All Personnel, Infrastructure, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items Necessary For System Installation, Integration, Implementation, Testing, System Operator Training, And System Warranty And Support For The Cad, Ng-911 Ch Solution And Ng-911 Lis Systems. the Cad System Shall Have An Approved Federal Risk And Authorization Management Program(fedramp) Assessor, 3rd Party Assessment Organization(3pao), To Assess Its Cadsoftware Suite And Network Hosting Infrastructure To Ensure They Meet Impact Level 4(il-4) Requirements. The Contractor Shall Meet All Other Commercial Cloud Requirements As Listed In The Defense Information Systems Agency’s (disa’s) Cloud Computing Security Requirements Guide (srg). The Contractor Shall Meet All The Disa Requirements For A Provisional ‑ Authorization To Operate(p‑ato). the Ng-911 Lis Solution Shall Be An On‑premise Architecture, Co-located With Applicable Regional Or Local Session Controllers, Providing An Liscapability With Ip Network Discovery Of Location Changes To Voip/sip End-user Devices. The Ng-911 Lis Solution Shall Be Jitc Tested And Approved And On The Jitc Apl. requested Information please Provide A Response To The Government Per The Below Submission Requirements On The Following Questions To Encourage Competition And Exchange Of Information. Vendors Should Identify Past (limit To Five (5) Years) Or Current Contracts That Your Company Has Been Either Prime Or Subcontractor Associated With Fielding Ng-911 Chs, Cad, And/or Lis Solutions On Dod Installations. Use The Following As Guidelines For The Responses. please Indicate Your Current Cage & Duns Codes. brief Descriptions Of Contract Or Task Order Projects Your Company Has Successfully Supported Which Demonstrate The Number Of Systems Implemented And Breakout By Capability Set. ng-911. cad. lis. other Relevant Capabilities. size Of The Systems. number Call Taker/dispatch Consoles At A Given Customer. If Relevant, List Multiple Projects/customers. psap Annual 9-1-1 Call Volume At A Given Customer. describe Any Challenges Faced And How Were They Resolved. Since This Rfi Covers Three Capabilities (cad, Ng9-1-1, Lis), Challenges Would Include Identified System Interoperability Dependencies, Government Dependencies/infrastructure/policies That Need To Be In Place Before Any Fielding Efforts, Cyber Constraints, Cloud Hosting Constraints, Etc. describe Any Technical, Logistic, And Programmatic Risks Your Company Foresees In Executing The Technology Changes Taking Place In The 9-1-1, Cad, And/or Lis Industry. were The Capabilities Implemented Commercial Off The Shelf (cots) Solutions? If So, What Was The Result (e.g., In Terms Of Schedule, Resource, Risk)? describe Your Company’s Experience Interfacing To 3rd Party, Ancillary Sub-systems. is Your Company The Original Equipment Manufacturer (oem) For Any Or All The Solutions Implemented? If Not, Please Provide A Brief Description Of Existing Teaming Arrangements That You Have To Deliver Solutions. which Dod Component(s) Issued The Project Requirement/solicitation And Subsequent Contract Award(s) was Your Company The Prime Or Sub-contractor? were Contract(s) Firm Fixed Price Or Cost Plus? were Contract(s) Lowest Price, Technically Acceptable (lpta) Or Best Value? how Many Ng911/cad Installs Can Be Completed In A Calendar Year? what Information And/or Documents Are Missing That Would Otherwise Allow Your Company To Submit A Proposal? will Your Company Propose On This Effort? Yes, Or No? if Yes, Please Indicate Your Business Type (for Example, Small Business, Large Business, Small, Disadvantaged Business…etc.). if A Small Business, Please Indicate If Your Company Would Be Capable And Intend For At Least 50 Percent Of The Cost Of Performance Incurred For Personnel To Be Expended For Employees Of Your Company (see Far 52.219-14). submission Instructions: any Information Considered By The Responder To Be Proprietary Shall Be Marked As Proprietary. None Of The Information Provided Shall Contain Any Classified Material Or Classification Markings. No Telephone Requests Or Questions Will Be Accepted. All Responses To This Rfi Shall Only Be Submitted In Writing To Army Contracting Command-aberdeen Proving Ground (acc-apg), Addressed To The Following: Contracting Officer, Katia.lacoste.civ@army.mil And Contract Specialist, Walker.d.bazemore.civ@army.mil. Responses Shall Be Received No Later Than Close Of Business (cob) On 13 Feb 2025. All Email Transmittals Shall Be Contained In A Message Less Than 10mb In Size.page Count Shall Not Exceed Five (5) Pages For This Rfi.cover Page Is Excluded From The Five (5) Page Limit. this Request Is Issued To Develop A Viable Rfp That Will Best Communicate The Government's Requirements To Industry Through This Exchange Of Information. Responses To This Request Are Voluntary And Will Not Affect Any Contractor's Ability To Submit A Proposal If, Or When, An Rfp Is Released. The Requested Information Is For Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. no Entitlement To Payment By The Government Of Direct Or Indirect Costs Or Charges Will Arise As A Result Of The Submission Of Information In Response To This Request. Proprietary Information Shall Not Be Submitted. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Proprietary Information.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Contact Information|4|n742.4|wr4|(717) 605-7562|amanda.a.gowdy.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection/acceptance Point|6|||||||
wide Area Workflow Payment Instructions (jan 2023)|16|material - Invoice & Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|sw3215|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|not Applicable |
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|weapon Systems Support (wss)|
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery |one Year From Date Of Delivery |||||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|333914|750 (# Of Employees)||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1. This Is An Advanced Equipment Repair Program (aerp) Requirement.
2. The Resultant Award Of This Solicitation Shall Be Issued Bilaterally,requiring The Contractor's Written Acceptance Prior To Execution.
3. The Resultant Award Of This Solicitation Will Utilize Commercial Assetvisibility (cav). Please See Navsupwssfa24 For More Details.
4. The Following Proposed Delivery Schedule Applies:
final Delivery Of Material Shall Be On Or Before 999 Days After The Effectivedate Of The Resulting Award.
5. All Transportation To/from The Repair Site Will Be Paid For By The Us Navy.
6. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf).
7. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "do"rated Order Certified For National Defense Use Under The Defense Priorities
and Allocations System (dpas). See 52.211-14, Notice Of Priority Rating Fornational Defense, Emergency Preparedness, And Energy Program Use.
8. Quote Is To Be Submitted As A Firm-fixed Price For The Full Repair Effort Of The Requirement.
9. Include In The Firm-fixed Repair Price All Costs Associated With Receipt And Complete Repair Of Material That May Be In Unwhole Condition,missing Hardware, Damaged, Handling Damage, Missing Parts, Wear Damage, And
cav Reporting. Also, Please Provide The Following:
a. Rtat:
b. Throughput Constraint:
c. Induction Expiration Date:
a Cost Of New Price Shall Also Be Provided In Addition To The Repair Price.
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirementis Measured From Asset Return To The Date Of Asset Acceptance Under The Termsof The Contract. For Purposes Of This Section, Return Is Defined As Physicalreceipt Of The F-condition Asset
at The Contractors Facility As Reflected Inthe Action Date Entry In The Commercial Asset Visibility (cav) System. Inaccordance With The Cav Statement Of Work, The Contractor Is Required Toaccurately Report All Transactions By The End Of The Fifth Regular Business
day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect
the Actual Date Of Physical Receipt. The Contractor Must Obtain Final
inspection And Acceptance By The Government For All Assets Within The Rtats
established In This Contract.
requested Rtat: 999 Days
offers Shall Reference The Proposed Rtat And Any Capacity Constraints.
price Reductions
any Assets For Which The Contractor Does Not Meet The Required Rtat Will Incura Price Reduction Of Xxxx Per Unit. This Adjustment Will Be Implemented Via Areduction Modification At The End Of Contract Performance. Price Reductionsmade Pursuant To This Section
shall Not Limit Other Remedies Available To Thegovernment For Failure To Meet Required Rtats, Including But Not Limited To
the Government's Rights To Terminate For Default.
reconciliation
a Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Included Under This Contract. The Parties Have Agreed To A Price (shown On The Schedule Page) For Each Unit At The Negotiated Rtat. Such Prices Are Based On The
contractor Meeting The Rtat Requirements Described Within The Schedule Page. If The Contractor Does Not Meet The Applicable Rtat Requirement, The Price Adjustment As Stated Shall Be Applicable. The Resultant Award Of This Solicitation Will Be Issued Bilaterally,
requiring The Contractor's Written Acceptance Prior To Execution.
the Contractor Must Obtain Final Inspection And Acceptance By The Government
for All Assets Within The Rtats Established In This Contract.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Or Refurbishment And The Contract Quality Requirements For The Compressor .
2. Applicable Documents
2.1 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 Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
3. Requirements
3.1 Refurbished Material - This Item Must Be Inspected And Where Necessary, Refurbished To Be In Accordance With Cage ;28953; , Drawing ;d3084; ,and The Applicable Submepp Repair Instruction ;r.i. 5515-012-1126 Rev D Chg 3 (csd479); , Except As Amplified Or
modified Herein.
3.1.1 Parts That Are Replaced During Refurbishment Must Be In Accordance With This Tdp (technical Data Package) And The Submepp Repair Instruction.
3.2 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd479, Csd474, Csd475, Csd476, Csd477 And Csd478; In Ecds At Https://register.nslc.navy.mil/
4. Quality Assurance Provisions - Not Applicable.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
5.1.1 Additional Preservation, Packaging, Packing And Marking Requirements Are Included In The Referenced Refurbishment Instruction Or Procurement Specification From Submepp.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible. date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|iso9001|
inspection Of Supplies--fixed-price (aug 1996)|2|||
time Of Delivery (june 1997)|20|0001aa|55|90||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|tbd|tbd|tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2|x||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
small Business Subcontracting Plan (sep 2023)|4|||||
safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023))|9||||||||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7||||||||
list Of Award Attachments|5||||||
list Of Solicitation Attachments|5||||||
alternate A, Annual Representations And Certifications (oct 2024)|13|x|x|x|||x|x|||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332919|750 Employees||||||||||||
cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1||
requirements For Submission Of Proposals Via Electronic Media (jan 2018)|1|electronic Mail|
type Of Contract (apr 1984)|1|firm-fixed Price|
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1||
the Complete Rfp Package Must Be Signed And Returned Prior To The Closing Date. Emailed Proposals Are Acceptable. Neco Quotes Will Not Be Accepted And Will Be Determined Non-responsive.
the Resultant Award Of This Proposal Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
verify Nomenclature, Part Number And Nsn Prior To Responding.
government Source Inspection Is Required.
firm Unit Price:__________
firm Total Price:__________
contractor Cage:__________
inspection & Acceptance Cage, If Not At Source:__________
offerors Must Complete Section B, All Other Applicable Naics In Far 52.204-8 Herein Shall Submit A Small Business Subcontracting Plan With Their Proposal, In Accordance With Far 52.219-9.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Actuator,electro-me .
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.
3. Requirements
3.1 Cage Code/reference Number Items - The Actuator,electro-me Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall
be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other
contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;59364 4404042-4;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 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 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.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
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. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin 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. Theymay 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 Contractnumber, 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
navsup-wss
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 Enue:
commanding Officer
navsup-wss
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:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Municipality Of Pototan, Iloilo Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 421.7 K (USD 7.2 K)
Details: Description Republic Of The Philippines Province Of Iloilo Municipality Of Pototan Bids And Awards Committee Tel No. (033) 321-2596 Mobile No. 0909-011-5999 Email Address: Bacsecpototan20@gmail.com Invitation To Bid For The Supply And Delivery Of Construction Materials For The Improvement Of Child Development Center At Brgy. Jamabalud, Pototan, Iloilo In Connection With Your Invitation To Pb2025-goods-014 Scheduled On February 19,2025; 2:00p.m., I/we Proposed To Furnish And Deliver In Conformity With The Terms And Conditions, And Specifications Of The Items Of Which I/we Quoted As Specified Below, And To Bind Ourselves To Accept The Awards Of All Articles Subject To The Condition Of These Proposal. The Unit Prices That We Quoted For The Items Are Inclusive Of Cost Of Labor, Transportation To Deliver The Materials At The Required Place Of Delivery, Taxes And Other Incidentals. To Guarantee Our Faithful Compliance Of The Herein Offer With The Terms And Condition In The Invitation To Bid, I/we Enclosed A Bidder’s Bond In Our Technical Documents; __________________________________________ I Hereby Certify That I Am Joining The Bidding. (please Check Appropriate Box) Wholly Partially Item No. Specifications Unit Qty Brand Cost Amount 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 Chb 4" Portland Cement Sand Gravel Tie Wire #16 10mm X 6m Rsb Cutting Disk 4" 1/8 Welded Wire 1/4"x 4'x 8' Ordinary Plywood 2"x2"x10' Good Lumber Bamboo Assorted Nails 2, 3' , 4' 2"x 6"x 6m C Purlins (1.5m) 2"x 3"x 6m C Purlins (1.2m) 10mm X 6m Rsb Deformed 3/16"x 1" X 6m Angle Bars 3/16"x 1" X 6m Flat Bars Metal Primer (gray) Qde (gray) Paint Thinner Brush 2 1/2" Baby Roller 4"w/ Pan Welding Rod Cutting Disk 4mmthk Prepainted Long Span 4mm Thk X 18"x 8' G.i Fascia 1/8"x 1/2" Blind Rivets 1/8" Steel Drill Bit Riveter Tekscrew Tekscrew Adaptor Elastoseal Water Closet (baby Toilet) W/ Accessories Tissue Holder Liquid Soap Despenser (wall Mounted) 2"pvc Sanitary Pipe 2"pvc Elbow 2" P- Trap 2"pvc Tee 4"floor Drain 1/2" Pvc Faucet 1/2"pvc Blue Pipe 1/2"pvc Tee 1/2"pvc Male Threader Adaptor 1/2"pvc Elbow 1/2"pvc Connector Teflon Tape Solvent Cement 3/16"x4'x8' Hardiflex Light 0.40mm Thk X 25mm X 25mm Wall Angle 0.40mm Thk X 19mm X 50mm X 5m Double Furring 0.80mm Thk X 12mm X 8mm X 5m Carrying Channel W Clip Concrete Nail 3" 1 X 0"x 24"x Air Vent Straight Type 0.50m X 0.50m Glazed Floor Tiles 0.60m X 0.60m Glazed Wall Tiles Tile Cutter Tile Adhesive Tile Grout #3.5mm² Thhn Wire #2.0mm² Thhn Wire #14.0mm² Thhn Wire Utility Box 2-gang Panasonic Outlet 1-gang Panasonic Switch 2-gang Panasonic Switch Junction Box Solvent 100cc Electrical Tape- Big 1/2"electrical Pvc Connector Circuit Breaker Panel Box Copper Base Bolt-on (60a- 1 Set, 20a- 2set, 15a- 2set And 30a- 2set) 1/2"electrical Pvc Pipe 1"electrical Pvc Pipe 1"entrance Capw/ Adaptor 1/2"electrical Pvc Elbow 1"electrical Pvc Elbow .60 X 1.00m Wooden Louver Doors W/ Complete Accessories (color White) W/ Door Jamb 0.9 X 2.10m Panel Door W/ Complete Accessories W/ Door Jamb Heavy Duty Door Knob 3"hinges Heavy Duty Pcs Bags Cu.m. Cu.m. Kgs Pcs Pcs M Pcs Pcs Pcs Kgs Pcs Pcs Pcs Pcs Pcs Gals Gals Gals Pcs Pcs Kgs Pcs Lm Pcs Box Sets Pcs Pcs Pcs Packs Sets Pcs Pc Pcs Pcs Pcs Pcs Pcs Pcs Pcs Pcs Pcs Pcs Pcs Rolls Can Shts Pcs Pcs Pcs Pcs Kgs Pcs Pcs Pcs Pcs Bags Packs Roll Mtrs Mtrs Pcs Sets Set Sets Pcs Rolls Pcs Set Pcs Pcs Pc Pcs Pcs Sets Set Set Pairs 306 122 16 1 10 19 6 2 2 20 10 3 12 38 44 17 30 3 2 1 6 5 10 12 120 21 6 5 2 1205 5 5 2 2 1 4 4 2 3 4 2 5 4 4 5 5 2 2 19 31 39 20 90 4 6 17 62 1 10 8 2.5 1 40 15 7 1 6 30 4 10 80 1 50 3 1 40 2 2 1 1 4 Total Amount Of Bids In Figures: Php_____________________ Abc: Php 421,700.00 Amount Of Bid Bond: Php_______________ I/we Hereby Certify That I/we Have Carefully Read, Understand And Agree To All Terms And Conditions And Specification In The Invitation (itb) Under Pb2025-goods-014 Scheduled On February 19,2025; 2:00p.m. 1. The Municipality Of Pototan, Through The Gad Continuing Intends To Apply The Sum Of Four Hundred Twenty-one Thousand Seven Hundred Pesos (php 421,700.00) Being The Abc To Payments Under The Contract For Pb2025-goods-014. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Pototan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Fifteen (15) Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Pototan-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8 O’clock In The Morning Up To 5 O’clock In The Afternoon, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12,2025 Up To February 19,2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php500.00 The Following Documentary Requirements Are Needed Upon Buying The Bidding Documents: 1. Letter Of Intent 2. Spa If Represented By An Authorized Representative 3. Notarized Certificate Of Employment If Represented By An Authorized Representative 4. Photocopy Of Company I.d. 6. The Municipality Of Pototan Will Hold A Pre-bid Conference On Na At Two O’clock In The Afternoon At Lgc Bldg., Mb Peñaflorida St. Pototan Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On February 19,2025 Before Two O’clock In The Afternoon At The Lgc Bldg. Mb Peñaflorida St. Pototan, Iloilo. 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 15. 9. Bid Opening Shall Be On February 19,2025, At Two O’clock In The Afternoon At Lgc Bldg. Mb Peñaflorida St. Pototan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Pototan 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. A. For Further Information, Please Refer To: Riza M. Holland Bac - Secretariat M.b. Peñaflorida St., Pototan, Iloilo Bacsecpototan20@gmail.com February 19,2025 ______________________________________ Reina B. Perez Bac Chairman
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
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.
9551-9560 of 9845 archived Tenders