Uniform Tenders
Uniform Tenders
DEFENSE HEALTH AGENCY DHA USA Tender
Healthcare and Medicine
United States
Closing Date19 Dec 2025
Tender AmountRefer Documents
Description: Department Of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/uniform Formulary Additional Discount Program
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents
Details: 556-23-101 Renovate B134-2c Clc
july 22, 2024 construction Statement Of Work
date: July 22, 2024
project Number: 556-23-101
project Name: Renovate B134-2c Clc
location: B134 C-wing 2nd Floor Clc
captain James A. Lovell Fhcc 3001 Green Bay Rd,
north Chicago, Il 60064
part 1: Project Scope Of Work Overview:
contractor Shall Provide All Tools, Materials, Labor, Quality Assurance, And Supervision For Renovations Resulting In A Complete, Compliant, And Fully-functional Clc, Including Erection Of Temporary Enclosures Preventing The Release Of Dust Outside Of The Work Area, Selective Demolition, Metal Studs, Gypsum Wall Board, Paint, Ceilings, Flooring, Electrical Power And Light, Modifications To The Fire Protection System, Telecom Cabling, Fire Alarm, And Other Work To Affect A Complete Turn-key Space Supporting Described Clinical Function(s) And Equipment. Finished Square Footage Is Approximately 12,590. The Current Hvac System And All Its Components Installed On The Roof Will Be Tied Into The New Space On The 2nd Floor.
part 2: Period Of Performance:
the Following Model Presents The Summary Logic Of The Milestone Sequence Working Backward From The Delivery Date Of The Longest Lead Time In The Critical Path To Determine A Mobilization Date, And Then Forward From The Delivery Date Of The Longest Lead Time To Completion Of All Work. notes:
durations Shown Are In Calendar Days.
actual Award And Ntp Dates Will Be Revised To Match Their Occurrence.
time Consumed For Resubmission And Review Must Be Made Up By The Gc To Ensure That All Submittals Of This Contract Are Approved Within 60 Days Of Ntp.
see Section 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc). part 3: Detailed Project Requirements:
project Objectives:
this Project Is Required To Renovate The Described Space As Expediently And Compliantly As Practical.
meet Or Exceed All Code, Technical, And Programmatic Requirements Adopted, Established, Revised, And Or Published By Va Or The Many Organizations Listed In The Several Specifications.
expedite The Delivery Of A Highly Functional, Complete, Compliant, And Safe Workspace For The User Service.
list Of Ae Documents To Be Included In This Contract:
see: 00 01 10 Table Of Contents And The Entire Project Manual
see: 00 01 15 List Of Drawing Sheets And The Entire Volume Of Drawings
pre-bid Conference:
va Shall Schedule Two Pre-bid Conferences Required To Be Attended By Prospective Bidders To Observe Current Conditions Within The Work Area(s).
the Ae Shall Not Attend The Pre-bid Events. No Questions Will Be Allowed During The Events. All Questions By All Prospective Contractors Shall Follow The Rfi Process Described In The Solicitation.
prospective Bidders Shall Not Attempt To Contact The Ae Or Va Facilities Engineering Staff During The Solicitation And Bidding Period. The Ae And Va Facilities Engineering Staff Are Instructed To Ignore All Such Inquiries And Report Them To The Va Contracting Officer. All Inquiries Regarding This Project Shall Be Presented As Complete And Coherent Requests For Information (rfi) Specifically Citing Design Or Specification Sections, Pages, Paragraphs, Notes, Details, Etc. To Enable Responses To Rfi S. Follow The Instructions Provided By The Contracting Officer Within The Solicitation Regarding Submission Of Rfi S. Va Will Post Responses Developed To Enable All Prospective Bidders To Receive The Same Information At The Same Time.
project Scheduling And Mobilization On Site:
the Contractor Shall Not Mobilize On Site Until All Required Submittals Are Prepared, Transmitted, Reviewed, And Accepted By Va, And The Delivery Dates Of Long Lead Items Have Been Established By The Respective Manufacturers. Significant Time For This Essential Is Included In The Period Of Performance.
critical Components And Other Long Lead Items Shall Require Proof Of Purchase And An Established Delivery Date Delivered To The Contracting Officer And Cor To Complete Va Approval Of The Schedule.
approval To Mobilize Shall Be In Writing By The Contracting Officer In Consultation With The Cor And Facility Safety Manager.
prior To Beginning Work, Post And Maintain At Each Work Area All Current Emergency Contact Information, Va Infection Control Risk Assessment (icra)/permit, Interim Life Safety Measures (ilsm), And Other Information Required By Va And The Gc Project- Specific Safety Plan, At All Entry Points To The Work Area.
the Target Mobilization Date Is Determined By First Establishing The Delivery Date Of The longest Lead Time Material Or System Along The Critical Path, Which In This Project Is Predominantly Hvac Equipment, But Is Likely To Also Consider Shop-fabricated Doors And Frames, And Then Working Back Along The Critical Path Listing All Predecessor Work Activities.
the Baseline Period Of Performance Is Certain To Change Between Initial Project Schedule And Acceptance Of The Final Project Schedule. The Contracting Officer, At His Or Her Discretion And Judgement, Will Issue A Contract Modification Revising The Period Of Performance End Date. As There Is No Change To The Quantity Or Quality Of The Work, The Contract Value Shall Not Change.
performance Of The Work:
erect And Maintain A Dust-tight Containment Around The Work Area Which Complies With Applicable Code Associated With Ul-rated Wall Assemblies And Maintenance Of Egress Paths.
containment Shall Enable Access To The Work, Without Obstructing Access To Adjacent Suites Or Rooms. Establish Hepa Air Purification. Review And Follow Specification 01 35 33 Infection Control Requirements As Applicable To This Location And Work. Follow Pra & Icra Plan And Permit Generated And Issued By Va. Remove Only Upon Completion Approval Of The Cor.
after Establishing And Gaining Approval Of The Temporary Modular Hard Plastic Dust-tight Construction Dust Control Barrier System, Including Lockable Door. Where This Is The Sole Containment, Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door.
where Fire Or Smoke-rated Wall Assemblies Are Planned For Alternation Even If Temporarily, Provide A Dust-tight 1-hour Rated Temporary Construction Wall With Locking Door To Isolate The Area Of Work, Finished With One Coat Of Paint On The Outside Were Indicated.
the 1-hour Temporary Wall Shall Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door.
the 1-hour Temporary Wall And Differential Pressure Monitoring Must Be Complete And Approved Prior To Removal Of The (outer) Temporary Modular Wall Barrier, And Commencement Of Demolition Within The Space.
prior To Removal Of A Temporary Fire Or Smoke-rated Walls, Completely Restore Rated Wall Assemblies Required Of The Work, And Then Re-erect The Temporary Modular Hard Plastic, Dust-tight, Barrier System.
in No Case Shall Any Containment Be Removed Unless And Until The Work Area, Including The Inside Of The Ventilation System, Has Been Thoroughly Cleaned And Approved For Progress Toward Activation.
immediately Prior To Turnover, Remove All Air Filters From The Ventilation System Used During Construction, And Supply And Install New Specified Filters. Supply Case Quantities Of Each Filter To Va With The System.
perform Selective Demolition And Construction As Described In The Specifications And Drawings.
special Acceptance Criteria For The Work Shall Include: hvac System Shall Not Be Acceptable In Whole Or In Part Unless And Until Testing, Adjusting, And Balancing (tab) Is Completed And Accepted In Accordance With The Specifications, Drawings, And The Current Edition Ashrae 170 Ventilation Of Health Care Facilities (and Errata) Requirements Specific To The Room/suite Type And Purpose. Va Reserves The Right To Conduct, Or Have Conducted, Verification Testing, And Deduct Its Cost From The Contract If Noncompliant Conditions Are Found.
the Contractor Shall Provide Eia/tia Testing And Certification Of All New Cat 6a Communications Cable.
restore All Finishes Damaged During The Work Match Existing.
thoroughly Clean All Surfaces Using Hepa-filtered Vacuum Cleaner And Anti-bacterial Wipes.
part 4: Meetings, Submittals, And Deliverables:
kick-off Meeting And Documentation
the Contractor S Project Manager And Field Supervisor Shall Attend A Preconstruction Safety And Coordination Meeting To Discuss Project Details.
kick-off Meeting Documentation:
prepare And Submit For Review And Acceptance A Draft Critical Path Method (cpm) Baseline Schedule Reflecting Each Phase And Activity Of The Work Beginning With Mobilization, Including Each Critical Activity, And Each Essential Task Required To Optimally Meet The Objectives Of The Project.
the Baseline Schedule Must Also Include All Activities To Be Performed By Va, Including Maintenance Shops Support, Safety And Infection Control, The Ae, The Commissioning Agent, Etc.
it Is Expected That This Timeline Will List All Activities Of The Work Leading Up To The Delivery Of Long Lead Items, The Target Dates Of Long Lead Items, Installation Of Long Lead Items, And Each Work Activity That Follows Until All Work Is Complete, Compliant, And Ready For Acceptance. The Durations Of Each Phase Will Change Once The Gc Completes All Procurement Activities And Submit For Review And Approval The Final Baseline Schedule.
to Enable Objective Assessment Of Costs And Progress, The Baseline Schedule Shall Be Cost-loaded At Each Work Activity (essentially Division 02 On), Ensuring That The Total Cost Of Each Phase And Division Of Work Match The Corresponding Schedule Of Values, And The Total Of The Construction Contract At Award.
develop The Cpm Schedule In Sufficient Detail To Enable Readers To Understand All Planned Activities, Their Predecessors, And Successors, Who Is Performing The Work, Durations, And Costs. Activity Durations Shall Not Exceed Two Calendar Weeks. Indicate Resource Sdvosb Status.
the Project Manual Index Of Specifications Is A Useful Guide For Starting The Cpm Schedule And Schedule Of Values In Sufficient Detail. For Example: Simply Listing Hvac Is Unacceptable For Projects Including More Than Basic Work In This Category. The Inclusion Of Specifications For An Ahu, Controls, Ductwork, Demolition Of Each, Testing And Balancing, Etc. Also Prompt Their Inclusion As Categories Of Activities And Tasks In The Schedule. In Fact, For Larger Work Categories, Breaking Down The Cost By System/material And Installation And Testing Enables Partial Payment For Higher Cost Items Upon Delivery Into The facility Work Area.
preparation And Processing Of Submittals Are Gc Procurement (administrative) Activities And Not Work Activities Contributing To The Compensable Work In The Field. Should The Contractor Elect To Include Submittal Planning In Their Internal Use Schedule For Their Own Purposes, Do Not Show Those Line Items In The Schedule Submitted To Va For Consideration In The Baseline Schedule.
not Less Than One Item Per Subcontractor At Any Tier. Subcontractors, By Definition, Are Contributing Work In The Field To The Project. Pass-throughs Are Not Acceptable.
include All Expected Utility System Shutdowns, Road Closures, Crane Lifts, And Off- Hours Work In The Cpm Schedule.
do Not Include Costs Associated With Non-work Administrative Activities Inherent In The Listed Work Items. The Government Cannot Pay For What It Has Not Inspected And Accepted As Compliant, Or For Activities Which Add No Value To Va Facilities. Front-loading Proposals, Bids, Schedules Of Values, And Line-item Costs Of Cost-loaded Cpm Schedules With Non-work Items Puts The Contractor, The Government, And The Bonding Company At Otherwise Avoidable Risk Associated With Paying Out More Than The Value Of Work In Place Should The Work Stop Prior To Completion. Administrative And Managerial Activities Associated With Each Work Line Item Are To Be Included In Each Line Item, Along With Prorated Overhead And Profit.
the Contractor Shall Prepare And Submit Sf-1413 For Each Subcontractor To The Co, Copying The Cor. List Of All Subcontractors And Suppliers, Including Company Names, Office Address, And Main Point Of Contact Name With Telephone Number, And Sdvosb Status.
as Required At 01 35 26 Safety Requirements: Develop And Submit A Project- Specific Construction Safety And Accident Prevention Plan With Project-specific Procedures, Processes, Analysis, And Details, Including But Not Limited To:
access And Use The U.s. Army Corps Of Engineers Em 385-1-1 Safety And Health Requirements And Its Appendix A Minimum Basic Outline For Accident Prevention Plans For Development Of Meaningful, Effective, And Compliant Project Safety Plans.
submission Of Generic, Non-project Specific Safety Plans Will Be Rejected, Resulting In A Contractor-caused Delay In Commencement Of The Work.
project-specific Activity Hazard Analysis (aha), Which Forms The Basis Of The Construction Safety And Accident Prevention Plan Highlighting Identified Risks Such As Isolation Of Stored Energy (lock-out*), Fall Protection, Or Confined Space Access.
(*) Note That Tag-out Is Not An Acceptable Form Of Isolation, Therefore It Was Intentional Not To Use The Term Loto.
submit An Electronic Copy Of The Gc And All Subcontractor Competent Persons Osha 30-hour Construction Safety Training Certificates With Project-specific Construction Safety And Accident Prevention Plan.
submit An Electronic Copy Of All Workers Osha 30-hour Construction Safety Training Certificates Or Cards Prior To Allowing Entry To The Site. assist The Cor In Completing Project-specific Va Infection Control Risk Assessment (icra) And Interim Life Safety Measures (ilsm) Documentation.
public Safety Compliance Requirements:
the Following Applies To All Va And Navy Properties, Including Leased Facilities, Regardless Of Building Occupancy Or Current Use And Does Not Differentiate Between Medical Or Administrative Spaces As All Are Occupied By People We Are Collectively Working To Protect From Harm Including Contractor Staff.
contractors Shall Adhere To And Ensure Compliance With Federal Laws, Regulations, And Executive Orders Regarding Screening, Vaccinations, And Or Testing Designed To Protect Contractor Employee And General Public Health And Safety, As Well As All Associated Health Information And Personally Identifiable Information.
all Contractor Staff Share A Common Moral Responsibility To Stay Away From The Facility When Feeling Ill.
quality Control Plan And Quality Assurance Plan:
01 40 00 Quality Requirements Is Included In Its Entirety In This Contract. This Specification Is Brief But Very Informative And Enabling To Those Who Approach It As An Opportunity.
submittal Register (aka Submittal Log) Is Described In Quality Assurance Of The Above Specification, And The Project Manual At 01 33 23.
submittal Register Must List Each Submission Listed In Each And Every Specification. Because Each Project Is Different, Do Not Recycle Submittal Logs From Other Projects.
(dis)approval Of A Submittal Never Constitutes A Change To The Quantity, Quality, Cost, Or Duration Of A Contract. The General Contractor Is Solely Responsible For Submitting And Delivering Complete And Compliant Work. Defective Work Shall Be Removed And Replaced At The Contractor S Expense. The Government Has The Right And Responsibility To Withhold Funds Equivalent To The Cost For The Government To Complete The Work Should The Contractor Fail To Promptly Act In Executing The Work Or Remedying Defective Work.
to Help Prevent (unfortunately) Common Shortcomings And Mistakes With Submittal Preparation And Submission, As Well As Ensure That The Installation Of Systems Is Complete And Compliant, The Gc Shall Provide The Services Of At Least One Licensed Professional Engineer To Pre-review And Certify As Compliant All Submittals And Subsequent Systems Prior To Requests For Va Or Its Ae To Review For Compliance. For Projects Requiring Alteration Or Replacement Of Mechanical Systems, The Gc Consulting Engineer Is Required To Be A Licensed Mechanical Engineer. Similarly, For Projects With Significant Electrical Scope, Retain A Licensed Electrical Engineer. The Consulting Engineer May Be A Firm. Engaging A Verified Sdvosb Firm Is Always Encouraged. The Consulting Engineer (or Firm) Cannot Be The Ae Of-record Or Part Of Their Consulting Team. Upon Issuance Of Notice To Proceed, Gc Shall Immediately Submit To Va For Review And Information The Contact Information And Credentials Of The Contracted Consulting Engineer.
construction Progress Meetings:
the Contractor S Project Manager And Field Supervisor Shall Provide On-site Weekly Construction Progress Meetings With The Cor For The Entire Period Of performance.
include Preparation Of Meeting Agendas, And Subsequent Minutes Of The Meeting For Each Event Not Later Than 1 Day (next Business Day) After Each Meeting.
construction Progress Meeting Agenda S And Minutes Shall Include No Less Than: List Of Invitees/attendees, List Of Past/ongoing And New Issues Or Concerns, Indicate Days Remaining Per The Contract, Detail Any Safety Incidents, And Include Current Updated Copies Of The Rfi Log, The Shop Drawing Log, And A Detailed 3-week Look- Ahead And Utility Shutdown Schedule.
daily Reports:
the Contractor Shall Provide A Daily Report Each Day, Along With Accompanying Digital Photos And Other Supporting Documents. The Daily Report Shall Include: List Of Issues Or Concerns, Days Remaining Per The Contract, Detail Regarding Any Safety Incidents, Detail Of Daily Safety Inspections (including Items Checked And Corrective Actions Taken), Notations Regarding Any Visitors To The Work Area.
use Of Va Form 10101 Contractor Production Report (fillable Pdf At Https://www.va.gov/vaforms/va/pdf/va10101.pdf) Is Required Each Day Even On Days With No Contractor Activity, Which Is What To Report On Such Days. Contractor May And Should Provide More Information Than Shown In The Standard Form, But The Standard Form Is Required.
the Report Must Be Accompanied By Relevant Time And Date-stamped Photos Of Construction Progress Of Sufficient Quantity And Detail To Enable Viewers To Clearly See The Progress Of All Work To-date, All Issues Discovered (including Those Which Become The Subject Of Rfi S). Email The Va Form 10101 Contractor Production Report And Photos To The Cor Not Later Than 9 Am The Next Working Day.
no Photography On Va Premises Is Allowed Without Written Permission Of The Cor.
in No Case Shall The Gc Allow Any Team Member To Take Photographs With Patients, Visitors, Or Employees In The Picture.
acceptance And Closeout:
acceptance Criteria For The Work:
schedule Demonstration Of New Equipment And Systems At Least 21 Calendar Days In Advance With The Cor.
provide Factory Startup And Certification Of All Systems.
demonstrate The Operation Of The System.
newly Installed Water Or Medical Gas Piping And Distribution System Components Shall Be Flushed And Disinfected Prior To Being Placed In Service. Include Documenting Completion/certifications.
startup And Testing Of New Systems Or Equipment, Or Moving In Va Purchased Equipment Or Furnishings, Or Their Use, Does Not Constitute Any Form Of Acceptance (or Beneficial Occupancy). The Project Is Planned Around The Complete, Complaint, And Unconditional Fulfillment Of All Requirements Of The Contract Which Enable The Work To Be Complete By Definition. Please Work With Va To Expedite This Process.
closeout Records: Provide One Full-size, And One Half-size Printed Set Of As-built Drawings, As Well As Cd-rom Or Dvd-rom Media Containing A Complete Archive Of all Project Documents And Files, Including But Not Limited To:
as-built Record Drawings Of The Installed Condition As Cad And Pdf Files.
approved Shop Drawings.
operations And Maintenance Manuals.
spare Parts Lists.
all Photographs.
all Daily Reports.
all Communications.
all Pay Applications.
all Communication, Change, And Cost Data.
all Safety Records.
a Project Warranty For Construction Written By The General Contractor, Projected To Start Upon Final Acceptance By Va (typically Within A Business Week Of Receiving A Complete And Compliant Closeout Package).
where Manufacturer S Warranties Exceed One Year, Provide All Documentation Necessary For Va To Exercise Warranty Rights Beyond The Standard Gc Warranty.
where Specified, Such As With Roofing Systems, Provide The Warranty Written By The Manufacturer To Va For The Term Specified Or Greater (typically 20 Years).
note That Moving Furnishings Or Equipment Into The Space Does Not Constitute Occupancy Or Acceptance, However, Damage To Completed Work During These Activities Shall Be The Responsibility Of Va To Correct.
lien Waivers And Other Documents Required By The Contracting Officer.
part 5: Applicable Performance Standards
all Work Shall Comply With
all Va And Fhcc Policies Including And Not Limited To: Va Construction Safety And Va Infection Control Policies.
codes, Standards And Executive Orders (topic 1) Found At Http://www.cfm.va.gov/til/cpro.asp
01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc)
01 35 26 Safety Requirements
01 35 33 Infection Control Requirements
01 40 00 Quality Requirements
01 41 00 Regulatory Requirements
01 42 16 Definitions And Abbreviations
coordinating With Va-retained Commissioning Agent (cxa) And Architect-engineer (ae). va Intends To Retain The Services Of An Independent Cxa.
ae Field-verification And Documentation Of Compliant Systems Remains An Essential Part Of Construction Period Services.
the General Contractor Is Responsible For Communication And Cooperation With The Ae And Cxa And Enabling Compliant Execution Of Contracts.
no Action Or Inaction By The Ae, Cxa, Va, Or Other Government Agencies Ever Relieves The Gc From Responsibility To Deliver 100% Of The Project Requirements As Specified And Designed.
the General Contractor Shall Have A Competent Supervisory Person On Site At All Times When Any Worker(s) Or Subcontractor(s) Are Present. The General Contractor Is Also Required To Maintain On Site A Competent Site Safety And Health Officer (see 01 35 26 Safety Requirements When Any Worker(s) Or Subcontractor(s) Are Present. The Va Cor May, At His Or Her Discretion, May Allow The Competent Supervisory Person To Also Act At The Ssho, Based On Demonstrated Competency And Performance In The Two Roles. If Demonstrated Lack Of Competency Or Effectiveness In Either Role Is Observed, The Va Cor May Revoke The Privilege.
safety:
prior To Any Activity, Review The Following With All Project And Craft Team Leaders: 01 35 26
safety Requirements.
the Contractor Shall Provide A Proactive And Complaint Construction Safety And Accident Prevention Plan In Accordance With The Occupational Safety And Health Act, 01 35 26 Safety Requirements, And Site-specific Policies:
all Persons Working On Any Electrical Systems Rated 50 Volts Or More Shall Have The Minimum Qualification As A State Licensed Master Electrician Or Registered Journeyman Electrician, And All Activities Shall Follow The Safe Work Practices In Compliance With Nfpa 70e Electrical Safety In The Workplace.
01 35 26 Safety Requirements Is Included In Its Entirety In This Contract. Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees In Accordance With 29 Cfr 1910, 1926, & 1960 Of The Occupational Safety And Health Act Of 1970, As Amended.
because Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees, Part Of A Compliant And Effective Safety Management Program Requires Each Employer To Plan And Implement Their Own Compliant Permit- Required Work Including Written Permits. Do Not Rely On, Or Request That Va Generate Required Permits Such As Hot Work Or Confined Space Documents.
prior To The Beginning Of Any Work, Fire Extinguisher(s) Complying With Nfpa 10 Shall Be Pedestal-mounted In The Work Area. Inspection Of The Work Area Includes Verification That Inspection Tags Are Current. Where Non-compliant, The Contractor May Be Required To Remove And Replace The Unit(s) Before Resuming Work Activity.
all Work In Crawl Spaces Shall Be Planned And Carried Out As Osha Permit-required Confined Space.
immediately Stop Work And Notify The Cor If Asbestos Is Noticed Or Suspected In The Area Of Work.
exception: The Above Will Not Necessarily Apply To Areas Where The Documents Call for Abatement Activities. This Item Is Concerned With Unplanned Locations.
fire-seal All Penetrations Made Or Discovered Through Any Wall Or Floor Assembly With Ul Listed Fire-rated Products Or Systems.
infection Control:
01 35 33 Infection Control Requirements Is Included In Its Entirety In This Contract. Its Construct Is Enabling For Each Condition Experienced Through Each Phase Of The Work. The Following Are High-level Requirements Most Often Found Deficient During Inspections Yet Required.
prior To Any Activity, Review The Following With All Project Team Leaders: 01 35 33
infection Control Requirements.
review And Comply With Containment Construction And Sequence Described In The Design And Specification Documents.
provide A Modular Dust-tight System Designed And Manufactured Specifically To Be Used As A Temporary Construction Isolation Barrier.
before The Start Of Work Provide Pressure Differential Monitoring System At The Entry Door To The Construction Area To Prove That The Construction Area Is Under Negative Pressure. Maintain Daily Logs Of Readings And Submit To The Cor Weekly. Remove At The Completion Of Construction.
walk-off Sticky Mats Are Required At All Times Inside And Outside All Entry / Exit Points To All Workspaces. Sticky Mats Must Be Changed At Least Once Per Shift, Or More As Required By The Construction Or Cor. Size Sticky Mats To Match The Width Of The Door Opening And Ensure That No Less Than 24 Depth Is Provided.
block Off All Hvac Return Ductwork And Louvers To Prevent Introduction Of Dust Into The Hvac System.
1) Where Existing Hvac Ducts Are Being Removed, Immediately, Permanently, And Compliantly Seal Off The Opening.
provide High-efficiency Particulate Air Filtration (hepa) Recirculating Air Equipment Inside The Workspace. Size The Air Filtration System Sufficiently Large Enough To Ensure That Negative Pressure Remains Effective When Doors Are Opened.
when Working Above The Ceiling Outside Of The Work Area, Such As In A Corridor, Open Only One Ceiling Tile At A Time, And Provide Dust Containment Tent Or Portable Containment Cube, With Hepa Filtering Negative Air System To Seal The One Opening.
broom-sweep The Work Area At The End Of Each Day (or Shift During Days With Multiple Shifts). Provide Hepa Vacuum And Damp (not Wet) Mop Daily Where Broom Sweeping Creates Airborne Dust.
provide Fire-sealing Of All Existing Wall And Ceiling Openings In Area Of Work Needed To Allow The Hepa Filtration Equipment To Effectively Generate Negative Air Pressure Within The Work Area, With Respect To The Surrounding Area.
provide Hepa-filtered Vacuum Cleaning Of All Surfaces, And Damp Mop The Work Area Every Day.
do Not Allow Corrugated Carboard To Be Stored For Any Period Of Time Within The Hospital. Upon Arrival, Unpack, And Transfer All Products From Cardboard Containers To Sealed plastic Containers, And Immediately Dispose Of The Cardboard Outside Of The Building.
part 6: Site-specific Requirements
project Number And The Contract Number In The Subject Line Of All Emails And Documents. Example: 556-23-101 Renovate B134-2c Clc , Or Simply 556-23-101 B134-2c And Then Specific Subject Such As Pay App, Rfi, Submittal, Meeting, Etc. Transmissions Deviating From This Focused And Simple Standard May Be Rejected, Or Simply Lost Because Recipients Could Not Readily-acquire Their Subject Or Importance Over The Plethora Of Ambiguous Emails Received Each Day.
comply With All Site-specific Requirements And Sops Including And Not Limited To: Key Policy, Badging Policy, Rules Of Behavior, And Smoking Policy.
normal Construction Work Hours Are 7:00 Am To 3:30 Pm Monday Through Friday.
normal Work Hours Can Be Modified Only By Written Approval Of The Cor, And At No Additional Cost To Va.
no Work By The Contractor On Federal Holidays, And No Work On The Weekend When The Federal Holiday Is On The Respective Monday Or Friday.
no Work In Stairs, Corridors, Lobbies, Or Other Interior / Exterior Public Areas Shall Be Performed During The Above-designated Work Hours.
any Work Including And Not Limited To Noise, Vibration, Dust, Odors, Core Drilling, Hammer- Drilling, Saw Cutting, Equipment Moving In Public Corridors, Soil Compaction Shall Be Performed During The Above-designated Work Hours Only.
crane Lifts, Or Any Work That Closes Drive Isles, Closes Building Entries, Or Closes Public Corridors Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday.
all Building Systems Shall Be Maintained In Full Operation At All Times:
request Utility System Shutdowns In Writing Not Less Than 21 Calendar Days In Advance And Scheduled With The Cor At Times Least Impacting Patient Care.
shutdown Work Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday.
wherever Demolition Is Planned, Ceiling Tiles Are To Be Removed, Or The Sprinkler System Is To Be Disabled, Gc Shall First Provide Uniform Heat Detection Throughout The Work Area, Connected To The Existing Supervised Building Master Fire Alarm System, For The Duration Of The Work. Fire And Or Smoke Detection Devices Shall Be Provided Prior To Turnover And Acceptance.
deliveries, Parking, Elevators:
deliveries At The Dock: At Time Of Delivery: Provide Vehicle Information To The Va Police And Remove The Vehicle As Soon As Delivery Is Complete. Move Materials In Public Corridors During Low Patient Times Between 6 Pm Through 6 Am The Following Day.
no Parking In The Va Garages. As Part Of The Mobilization Plan Submission, Indicate Where Workers Are To Park.
contractor Shall Use Freight Elevators. Do Not Move Materials And Employees In Passenger Elevators Without Written Approval Of The Cor, And Never Within Elevators Occupied By Staff Or Patients. the Mobilization Plan Submission Shall Indicate If And Where A Construction Dumpster Is Intended To Be Placed. The Contractor Shall Provide A Construction Dumpster With A Locked Safety Fence Surrounding It, At A Location Submitted To And Approved By The Cor. Pavement, Concrete Surfaces, And Landscaping Shall Be Protected From Damage Resulting From Delivery And Retrieval, Loading And Unloading, And Dumpster Weight.
construction Waste Diversion Reports Are Required For Every Dumpster Removed From Every Construction Site At Every Va Facility. Provide These Reports To Va Cor Immediately After The Waste Hauler Removes Each Dumpster To Comply With Va Gems Policy.
no Trash, Used Packaging, Or Construction Spoils Shall Be Stored In The Work Area. Never Use Dumpsters Other Than Those Rented For This Work. Severe Penalties, Including Potential Criminal Charges May Be Levied For Use Of Government-rented Or Owned Containers, Or Those Of Other Contractors.
trash Removal From The Work Area Shall Be Within Gondolas Which Have Sealed Covers (completely Enclosed), And During Non-business Hours, Via The Freight Elevators.
no On-site Office Or Storage Container Shall Be Allowed. Provide Just-in-time Delivery And Pickup. Coordinate With The Cor For Staging Within The Area Of Work.
no Music Radios Within Work Areas.
no Noise Generated Within The Work Area Can Be Allowed To Leave It.
the Use Of Powder-actuated Fasteners Is Forbidden.
performing Demolition Using Motorized Equipment, Whether Tracked Or Wheeled, Pushed Or Driven, Is Forbidden.
two-way Communications Radios Are Allowed Where Transmit/receive Frequencies Will Not Disrupt Any Hospital System.
before Starting Work The Contractor Shall Give 21 Days Notice To The Cor So That Security Arrangements Can Be Provided For The Employees. This Notice Is Separate From Any Notices Required For Utility Shutdown Described Elsewhere In This Section.
va Reserves The Right To Close Or Shut Down The Project Site And Or Require Contractor Employees To Leave The Premises In The Event Of A Civil Emergency Or Operational Requirement. The Contractor May Return To The Site Only With The Written Approval Of The Cor.
compatible System Procurements Shall Include The Following:
locks And Keys: Temporary And Permanent Door Hardware Shall Be Compatible With Bestâ® 7-pin, G-keyway, Interchangeable Core. Prior To Commencement Of Work, The Contractor Shall Provide Va With Blank Cores; Quantity Matching The Number Of Openings Planned. Va Shall Then Provide Construction Coring, And A Key For Same To The General Contractor, Who Will Sign Acknowledgement And Receipt And Responsibility For The Key Until Returned To The Va Cor. Final Pinout And Keying Is Provided By Va.
exit Signs: All Exit Signs Shall Be City Of Chicago Approved Specification Red Letters On White Edge-lit Led Fixtures Continuously Illuminated 90 Mins. After Loss Of Power, Push-to- Test Switch And Led Pilot Light On The Housing, Available As Single Or Double-sided Models, And Meeting Ul924.
building Automation: Components, Programming And Start Up: Native Bacnet Communications Protocol For Building Automation And Control (bac) Connected To The Existing Johnson Controls Head End Equipment. 27 15 00 Communications Cabling (and Other Specifications Which Include Telecom Cabling): All New Telecom Cabling Shall Be Cat 6a Vs. 5e. Cat 6a Telecom Cable, Termination Punch-down T-568-(b.1, B.2, C.2, Etc.), Tested And Certified (submit Result To Cor), 6-port Modular Wall Jacks With Two Rj45 On Top And Bottom And Two Blanks In Middle. While Va Facilities Generally Do Not Include Plenum Return Spaces Above Ceilings, It Nonetheless Requires Plenum-rated Teledata Cabling Complying With Codes Pertaining To Plenum Environments.
sole Source Procurement, The Contractor Shall Provide Fully Functional Complete Systems, Including The Following Sole Source Procurements For The Following Special Systems:
fire Alarm: Components, Programming And Start Up Within The West Campus Is By Johnson Controls/simplex.
building Automation: Components, Programming And Start Up: Automated Logic Company Of Chicago.
proximity Card Reader And Door Lock Release Entry System: Components, Programming And Start Up: Enorman
patient Lift Systems And Components: Guldmann
FEDERAL AVIATION ADMINISTRATION USA Tender
Others
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: Amendment 0004 Posted On 31 January 2025 see Formal Sf30 Amendment Titled "6973gh-25-r-00053 Amendment 0004" Inthe Attachments/links Section. This Amendment Makes Changes To The Solicitation Asdetailed On Page 1 Of The Amendment Which States: the Purpose Of Amendment 0004 Is As Follows: 1) The Close Date Of The Proposal Is Changed From 01/31/2025 At 1700 Ct To 02/28/2025 At 1700 Ct. 2) All Other Terms And Conditions Remain Unchanged And In Full Force And Effect. all Offerors Are Required To Acknowledge Amendment 0004 On Page 2 Of The Sir Or Provide A Signed Copy Of The Amendment (sf30) With Their Bid Submission. If This Amendment Is Not Acknowledged Or Signed, The Bid Will Be Considered Non-responsive. note: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). ______________________________________________________________________________________________________ amendment 0003posted On 15 January 2025 see Formal Sf30 Amendment Titled "6973gh-25-r-00053 Amendment 0003" Inthe Attachments/links Section. This Amendment Makes Changes To The Solicitation Asdetailed On Page 1 Of The Amendment Which States: the Purpose Of Amendment 0003 Is As Follows: 1) The Close Date Of The Proposal Is Changed From 01/17/2025 To 01/31/2025. 2) All Other Terms And Conditions Remain Unchanged And In Full Force And Effect. all Offerors Are Required To Acknowledge Amendment 0003 On Page 2 Of The Sir Or Provide A Signed Copy Of The Amendment (sf30) With Their Bid Submission. If This Amendment Is Not Acknowledged Or Signed, The Bid Will Be Considered Non-responsive. note: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). ______________________________________________________________________________________________________ amendment 0002posted On 26 December 2024 see Formal Sf30 Amendment Titled "6973gh-25-r-00053 Amendment 0002" Inthe Attachments/links Section. This Amendment Makes Changes To The Solicitation Asdetailed On Page 1 Of The Amendment Which States: the Purpose Of Amendment 0002 Is As Follows: 1) The Close Date Of The Proposal Is Changed From 12/27/2024 To 01/17/2025. 2) All Other Terms And Conditions Remain Unchanged And In Full Force And Effect. all Offerors Are Required To Acknowledge Amendment 0002on Page 2 Of The Sir Or Provide A Signed Copy Of The Amendment (sf30) With Their Bid Submission. If This Amendment Is Not Acknowledged Or Signed, The Bid Will Be Considered Non-responsive. note: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). ________________________________________________________________________________________________________ amendment 0001 Posted On 12/16/2024: the Purpose Of Amendment 0001 Is To Do The Following:
1. Change The Delivery Date On The Front Page Of The Rfq To Match Section L.
2. The Close Date Of The Proposal Is 12/27/2024.
3. All Other Terms And Conditions Remain Unchanged And In Full Force And Effect. ________________________________________________________________________________________________________ original Posting the Federal Aviation Administration (faa) Has A Requirement For The Slide Gate To Be Replaced At The Raleigh-durham Tower Air Traffic Control Tower (rdu Atct) In Raleigh, Nc. it Is Anticipated That A Stand-alone Contract With Firm Fixed-price Pricing Arrangement Will Be Awarded As A Result Of This Solicitation. The Naics Code Applicable To This Requirement Is 238990. The Business Size Standard For This Naics Is $19m. contractors Must Be Registered With The System For Award Management (sam,) Www.sam.gov On The Date Established For Receipt Of Offers. Reference Ams Clause 3.3.1-33, Paragraph (d), "if The Offeror Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer, The Contracting Officer May Proceed To Award To The Next Otherwise Successful Registered Offeror." The Faa Reserves The Right To Review And Verify Each Offerors Program Eligibility. Potential Offerors Should Note That The Faa Reserves The Right To Communicate With One Or More Offerors At Any Time During The Sirprocess. This Sir/rfo Is Not To Be Construed As A Contract Or A Commitment Of Any Kind. The Government Shall Not Be Liable For Payment Of Any Costs Attributed To The Preparation And Submission Of Proposals. this Project Is Intended To Be Funded By The Bipartisan Infrastructure Law (bil). As Such This Project Will Be Subject To Associated Faa Reporting Requirements. If A Contract Is Awarded, The Contractor Will Be Responsible For Associated Reporting Requirements On A Quarterly Basis And Prior To Final Payment Per The Associated Contract Clause Ams 3.18-1 Bipartisan Infrastructure Law – Reporting Requirements (october 2022) That Will Be Included In Any Resulting Solicitation And Contract. A Copy Of This Clause And Report Form Titled “uniform Bipartisan Infrastructure Law (bil) Data Report” Are Available In The Attachments Of This Announcement. all Questions Regarding The Project/specifications/plans Must Be Received In Writing (samantha.a.pearce@faa.gov) No Later Than 3:00 P.m. Ct, 1 Week Prior To The Closing Date To Allow For Responses To Be Provided Prior To Due Date For Receipt Of Proposals. per 3.2.2.3-63 Site Visit (construction)(jul 2004), A Site Visit Is Scheduled For 10 December 2024 At 0900 Est At Rdu Atct (1000 Sawyer Circle Morrisville, Nc 27560). Provide The Name Of Attendees To The Contracting Officer Four (4) Days Prior To Site Visit. Attendees Are Required To Perform A Self-wellness Check Prior To Arriving And Social Distance While On-site When Possible. any Responses Received After The Time Specified May Not Be Considered In Accordance With Ams Provision 3.2.2.3-14, Late Submissions, Modifications, And Withdrawals Of Submittals, Incorporated By Reference In The Solicitation. If All Requested Information Is Not Furnished, The Vendor's Response May Be Determined Ineligible.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Soon13 Feb 2025
Tender AmountRefer Documents
Details: Page 1 Of 5 page 1 Of 13 page 1 Of 5 pre-solicitation Notice For A Service Disabled Veteran Owned Small Business (sdvosb) Contractor To Provide A Firm Fixed Price Indefinite Delivery/indefinite Quantity (idiq) Contract With A Five-year Ordering Period For Pre-arranged Non-emergent Wheelchair Transportation Services For The Va Maine Healthcare System. Below Is The Proposed Performance Work Statement. the Full Solicitation Will Be Posted On The System For Award Management (sam) Located At Https://www.sam.gov On Or About March 6th, 2025, As A Sdvosb Set-aside. The Applicable Naics Code Is 485991 With A Size Standard Of 19 Million. The Psc Is V212. All Interested Parties Should Register Via The Sam Portal At Https://sam.gov To Be Eligible For Participation In The Solicitation. It Is The Responsibility Of The Offeror To Monitor And Download Amendments From Sam Which May Be Issued To This Solicitation. Prospective Firms Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award. **funding Has Not Yet Been Secured** performance Work Statement i. General Overview:
the Va Maine Healthcare System Requires A Contractor To Furnish Wheelchair (wheelchair) Van Transportation Services To Its Beneficiaries. The Contractor Must Provide All Equipment, Personnel, Supervision, And Support To Provide These Transportation Services. This Contract Shall Have A Five Year Ordering Period. The Government Seeks One Primary Contractor (or Transportation Broker) That Will Handle These Services And The Logistics Of Establishing Subcontracting Networks (if Necessary) To Perform The Work Outlined Herein. The Primary Intent Of This Contract Is For Prearranged Non-emergency Transportation. All Services Will Be Provided In Accordance With The Terms And Conditions Of This Contract And Industry Accepted Quality Standards Highlighted In This Sow. The Intent Is To Establish An All Inclusive Price To The Greatest Extent Possible By Establishing A Fixed Price Per Trip For Routine Transports. the Maine Healthcare System Includes The Togus Va Medical Center Located At 1 Va Center In Augusta, Me And The Following Community Based Outpatient Clinics (cboc S): Bangor, Lewiston, Portland, Rumford, Lincoln, Presque Isle And Calais Addresses Listed. Services Include Transportation To And From Togus Va, Cboc S Or Va Authorized Appointments In The Community. Bangor Va Clinic Lincoln Va Clinic
35 State Hospital Drive, Bangor, Me 99 River Road, Lincoln, Me Portland Va Clinic Rumford Va Clinic
141 West Commercial St. Portland, Me 10 Railroad St. Rumford, Me lewiston Va Clinic Calais Va Clinic
15 Challenger Drive, Lewiston, Me 50 Union St, Calais, Me Presque Isle Va Clinic
732 Main St, Presque Isle, Me ii. Tasking/specifications: general: Contractor Will Furnish Monday-friday (7:00am 6:00pm) Wheelchair Van Transportation Service For The Beneficiaries Of The Va Maine Healthcare System. Service To Include Transport To And From Togus Va Medical Center (vamc), Va Maine Hcs Community Based Outpatient Clinics, And Any Healthcare Appointment Locations Located In The Community. number Of Patients: It Is Understood And Agreed That 1 Or 2 Patients Can Be Transported Together (combined Trip) By The Request Of Va Maine As Long As Vendor S Vehicle Can Appropriately & Safely Accommodate Patients Including Their Wheelchairs. An Authorized Official Of Va Maine May, In The Interest Of The Patient, Allow A Relative Or Aide To Accompany Him/her At No Extra Charge To The Government. The Contractor Must Ensure That The Pick-ups And Drop-offs Are Scheduled So That The Total Distance Traveled Will Result In The Most Economical Charge To The Government. waiting Time: For Time Waiting At Either End Or Both Ends Of A Trip Due To Causes Beyond The Contractor S Control (e.g. Patient Not Ready For Pick Up) The Contractor Will Be Reimbursed At The Wait Time Rate Quoted In Their Bid For Each Full Quarter Hour In Excess Of One-quarter Hour From The Time Contractor Reports To The Pickup Point. Contractor Shall Arrive To Pickup Point Within 15 Minutes Of Scheduled Pickup Time. For Round Trips, A Scheduled Pick Up Time Will Be Given For The Contracted Driver To Return To Pick Up Patient. There Is No Waiting Time Reimbursement While Patient Is Attending Appointments. If The Pickup Is Other Than At The Va Maine, The Contractor Will Call The Mobility Manager (mm) Or Administrator On Duty (aod) After Hours As Soon As They Anticipate That A Delay May Develop For Which They Expect To Claim Reimbursement. This Call Is Only For The Purpose Of Verifying Arrival Time At The Pickup Point And Is Not Necessary If The Contractor Anticipates No Delay For Which They Will Claim Reimbursement. completed Trip: When Wheelchair Van Service Under The Terms Of This Contract Involves Pick-up Of A Patient Who Is To Be Brought To Togus Vamc, A Cboc Or To A Va Community Care Appointment, The Trip Will Be Considered Complete When The Patient Is Delivered By Driver To The Requested Destination. non-pickup Of Patient: When Wheelchair Van Service Involves A Trip To Or From Togus Vamc Or Transfer From Community Hospital Or Patient S Residence And Patient Refuses Transport Or Due To Unforeseen Circumstances Or The Patient Unstable For Pick-up, The Contractor Will Collect For The Trip At The Base Rate Applicable Under The Schedule Portion Of This Contract. rates: Rates Will Apply Monday-friday Normal Business Hours (7:00am 6:00pm). Payment For Mileage Traveled Beyond A Base Trip (25 Miles) Will Be Limited To One Way Only For The Distance Over Which The Patient Is Transported. The Contractor Shall Receive The Base Rate Quoted In The Schedule For All One-way Trips Ordered. The Base Rate Shall Constitute Full Compensation For One-way Trips Which Do Not Exceed The Mileage Threshold As Defined Herein. The Contractor Will Only Receive Additional Mileage Payment For Mileage Exceeding 25 Miles For A One-way Base Trip. toll Charges: It Is Agreed And Understood That The Prices Quoted In The Schedule Do Not Include Any Ferry, Bridge, Tunnel Or Road Toll Charges. Any Such Legitimate Toll Charges Incurred Shall Be Limited To One-way Only And Shall Be Listed Separately On Contractor's Invoice. problems In Transport: Any Adverse Events Incurred During The Transport Of Our Patients Will Be Recorded And Reported To The Mobility Manager At The Togus Va And Recorded In The Incident Reporting System Within 2 Hours Of Incident. patient Welfare And Abuse: The Contractor Shall Be Held Responsible For Patient Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Government Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches Or Personal Belongings Will Be Replaced By The Contractor At No Additional Cost To The Government Or Beneficiary. The Government Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. Any Abuse Of Patients Will Be Grounds For Default Action Or Termination Of The Contract. In The Event A Patient's Develops A Medical Condition During Transport, The Contractor Shall Transport The Patient To The Closest Facility Appropriate For The Required Care. no Idle Policy: At No Time Will The Contractor Leave Vehicles On Va Premises Unless A Pick-up Or Delivery Is In Process. Once A Patient Has Been Removed From Vehicle And The Running Vehicle Will Be Removed From The Drop Off Point. If Driver Is Waiting For Patient, He Is To Remain With Vehicle (not Idling) Until Patient Arrives For Return Ride. iii. Ordering Procedures: requests For Services Will Be Recorded On The Daily Travel Manifest And Furnished To The Contractor Via Telephone. These Requests Will Be Communicated By The Travel Dept., No Later Than 4:00 P.m. Prior To The Day The Transportation Is Required. Poc Mobility Manager Or Transportation Coordinator (623-8411, Ext 5693, 2262 Or 4910). The Following Information Shall Be Provided By The Va To The Contractor: beneficiary Name (first And Last Name)
social Security Number/date Of Birth
pick Up Point (include Address, Telephone #, City, State, Bldg. And/or Room Number If Applicable)
destination
time Of Pick Up
support Required Or Items To Accompany, (escort, Other Items)
additional Information As Needed (whether There Are Papers, Medications Or Other Items To Be Transported With The Beneficiary And Location Of Those Items)
including Any Specific Physician Instructions a Listing Of Va Personnel Authorized To Communicate The Arrangement Of Wheel Chair Van Services Will Be Forwarded To The Contractor After Award Of Contract. Updated Listings Shall Be Provided To The Contractor When Required During The Term Of The Contract. in The Event That A Beneficiary Misses His/her Scheduled Appointment Due To Pick Up Delay, The Va Shall Reschedule The Trip. If Additional Charges Are Incurred By The Va For The Rescheduled Trip Said Additional Charges Shall Be The Responsibility Of The Contractor. The Va Shall Notify The Contractor When These Cases Are Identified. when Veterans Call For Service, The Contractor Is Not To Transport Patients Who Call Them For Transport Unless Authorized For Payment By The Mobility Manager Or Transportation Coordinator.
patient Pick-up And Delivery From/to Va Maine: The Mobility Manager Or Transportation Coordinator Will Specify Location To Pick Up Patient. Primarily It Will Be From The Lobby Of Bldg. 200 For All Trips Made To The Togus Vamc.
in Case Of Inclement Weather, The Decision As To Whether Or Not A Va Beneficiary Shall Be Transported Shall Be Made Mutually By The Mm Or Tc And The Contractor. when More Than 1 (one) Beneficiary Is Transported, In A Single Vehicle, The Longest Distance Transported May Be Claimed In Addition To The Base Rate For One Beneficiary Plus The Established Rider Rates For The Remaining Beneficiaries. Trip Mileage Shall Be Determined In Accordance With The Current Bing Map Internet Version. The Contractor Shall Ensure That Pickups And Drop-offs Are Made So That The Total Distance Traveled Shall Result In The Most Economical Charge To The Government. When More Than One Beneficiary Is Transported Within The 25-mile Radius In A Single Vehicle To Close Destinations, A Base Rate May Be Charged For One Beneficiary And Rate For Additional Beneficiary For The Remaining Beneficiaries. ordering Officers Will Be Authorized To Place Orders Against This Contract. The Contracting Officer Will Furnish The Contractor With The Names Of Individuals Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. When Ordering Officers Are Added After Award, The Contracting Officer Will Furnish The Contractor With The Names Of Individuals Authorized As Ordering Officers, By Memorandum Upon Ordering Officer Appointment. Ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. iv. Contractor S Quality Control Program (qcp) the Contractor Shall Establish And Maintain Quality Control Program To Ensure All Contract Requirements Are Met. The Contractor S Qcp Shall Include The Following Or Have Incorporated Into During Performance Of The Contract, At A Minimum:
an Inspection Plan Covering All Services Required By This Contract. The Inspection Plan Shall Specify The Areas To Be Inspected On Either A Scheduled Or Unscheduled Basis And How Often Inspections Shall Be Accomplished And Documented, And The Title Of The Individual(s) Who Shall Perform The Inspections. on-site Records Of All Inspections Conducted By The Contractor Noting Necessary Corrective Action Taken. The Government Reserves The Right To Request Copies Of Any And/or Each Inspection. The Methods For Identifying And Preventing Deficiencies In The Quality Of Service Performed, Before The Level Of Performance Becomes Unacceptable And Organizational Functions Noting Intermediate Supervisory Responsibilities And Overall Management Responsibilities For Ensuring Total Acceptable Performance. The Contractor Shall Maintain On-site Records Of All Vehicle Maintenance And Repairs Performed On Vehicles Used In The Performance Of This Contract. The Contractor Shall Institute Methods To Identify And Prevent Vehicle Breakdowns, With Detailed Procedure For Alternative Transportation Of Beneficiaries In The Event Of Mechanical Breakdown Of Vehicle. the Contractor Shall Maintain On-site Records Identifying The Character, Physical Capabilities, Certifications And Ongoing Training Of Each Employee Performing Services Under This Contract. The Contractor Shall Have Methods Of Identifying And Preventing Radio Communication Breakdowns And Provide A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown. the Contractor Shall Maintain On-site Records Of Any Complaints Or Problems With Procedures Taken To Allow For Corrections And/or Elimination Before Effects Caused Interruption Of Contract Performance. The Contractor Shall Participate In Quarterly Scheduled And/or Unscheduled Conference Calls With The Va Representatives To Provide A Report Of On-going Operational Issues. the Contractor Shall Have A System That Verifies The Licenses And Driving Records Of Individuals Operating The Vehicles. The Contractor Shall Make This Information Available For Review By The Va Upon Request. v. Performance Standard: 1.general: Contractor Shall Maintain A 98% Satisfaction Rate Per 100 Trips To Be Considered As Providing Acceptable Performance. Acceptable Performance Is Considered As Having No More Than Two (2) Valid Complaints Per 100 Trips. Validity Of Complaint Is To Be Determined By The Cor. the Contractor Shall Maintain At A Minimum, A 95% Compliance Rate On Response To Pick-up Or Deliver During The Contract Year. If The Contractor Fails To Provide Service Within The Time Frames Specified Herein, The Government Reserves The Option Of Either Obtaining Service From An Alternate Source And Charging The Contractor With Any Excess Costs Accrued Or Assessing A Fee For Each Late Pick -up. 2.vehicle And Regulatory Standards: Successful Offeror Shall Meet All Requirements Of Federal, State, Or City Codes Regarding Operations Of This Type Of Service. Further, All Vehicles Must Be Equipped With All Items Specified By Federal 49 Cfr Parts 27, 37, And 38, Transportation For Individuals With Disabilities (most Current Volume), State And Local Laws, Ordinances, Codes, Rules, And Regulations. A Minimum Acceptable List Is Detailed In The Evaluation Criteria Under The Proposal Preparation Instructions, Volume Ii (technical). 3.mileage: To Determine What Is Considered Reasonable Mileage, Va Will Utilize Bing Maps Internet Version (internet Address: Http://www.bingmaps.com ) Quickest Route Computations. Unless Specifically Approved By Travel For Extenuating Circumstances, Requests For Payment Of Mileage Determined Not Reasonable By The Va Will Not Be Paid. Contractor Must Ensure That Pickups And Drop-offs Are Scheduled So That The Total Distance Traveled Will Result In The Most Economical Charges To The Government. 4.inspection Of Contractor Facilities/vehicles: The Government Reserves The Right To Thoroughly Inspect And Investigate The Facilities, Vehicles, And Business References, Of Any Offeror And To Reject Any Proposal, Irrespective Of Price, That Shall Be Administratively Determined To Be Lacking In Any Of The Essentials Necessary To Ensure Acceptable Standards Of Performance. 5. Passenger Transportation:
contractor Shall Provide Wheelchair Van Transportation Services Five (5) Days Per Week, During Normal Business Hours, 7:00am To 6:00pm. If A Beneficiary Being Transported Declines To Be Properly Belted; He/she Will Not
be Transported. The Cor Or Designee Will Be Notified Promptly. If The Beneficiary Removes The Securing Devices During The Trip, The Driver Will Notify The Cor Or Designee Of This Upon Arrival At Destination. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. Contractor Drivers Shall Ensure Proper Loading/unloading Techniques Are Followed At All Times. Beneficiaries In Wheelchairs Shall Be Loaded Onto Lifts, Ensuring All Safety Systems Are Working Properly, E.g. Roll Back Stops, And The Driver Must Ride The Lift With The Beneficiary During Loading/unloading. Beneficiaries In Motorized Scooters Must Transport To A Vehicle Seat. No Beneficiary Shall Be Allowed To Ride A Motorized Cart (scooter) On The Vehicle Lift At Any Time. The Contractor Shall Ensure That Drivers Receive Appropriate Safety Training On Loading/unloading Techniques And Such Training Shall Be Documented And Made Available To The Cor Or Designee Annually And/or Prior To Contract Submission Or Renewal. Contractor Shall Provide Through The Door Assisted Service For All Beneficiaries To And From Their Designated Appointments If The Beneficiaries Can Beneficiaries Shall Be Picked Up On The Ward, In Their Homes, In The Clinics, Or At Other Areas Designated By The Va And Taken To The Authorized Destination Or Appointment. All Beneficiaries Shall Be Attended By An Authorized Responsible Party At All Times. Assistance In Maneuvering Stairs And Other Barriers Shall Be Provided By The Driver And/or Authorized Attendant When Necessary. These Services May Need To Be Provided Within Or Outside The Home (i.e., From The Door To The Vehicle. When The Beneficiary Is Delivered To A Destination (i.e., A Clinic Or Other Appointment), An Authorized Care Giver Or Medical Staff At The Destination Must Be Informed Of The Beneficiary S Arrival By The Contractor S Driver Or Authorized Attendant. the Contractor S Driver (or Authorized Attendant) Shall Observe The Beneficiary During Transport. Any Indication Of A Significant Change In The Beneficiary S Condition (i.e., Sudden Onset Of Rapid Or Labored Respiration, Complaints Or Chest Pains, Etc.) Shall Be Communicated Immediately To The Togus Travel Office 623-8411, Mobility Manager (mm) Ext. 4910 Or Transportation Coordinator (tc) Ext. 5693 Or 2261. After Hours, Aod Ex. 5523. If Necessary Driver May Need To Divert To The Nearest Healthcare Facility. contractor S Driver Shall Notify The Mm Or Designee, Of Any Unusual Events, Including But Not Limited To Accidents, Safety Problems, Beneficiaries Unfastening Themselves And Other Such Incidents That Occur, Which Involve Any Va Beneficiary Being Transported Under This Contract. The Cor Or Designee Shall Be Notified Within One (1) Hour Of The Occurrence Of The Incident(s) By Telephone And, If Requested By The Cor And/or Contracting Officer, A Written Report Of The Incident(s) Will Be Delivered To The Cor Or His/her Designee By Close Of Business The Next Working Day. Restrictions: The Contractor May Not Transport Non-va Contract Beneficiaries Or Private-pay Beneficiaries With Va Beneficiaries Under This Contract. No Beneficiary En-route In Any Transport Shall Be Transferred From The Original Vehicle To Another Vehicle At A Location Other Than The Destination Address Supplied By The Travel Office, Unless Extraordinary, Urgent Need Situations Arise. All Such Events Shall Be Reported To The Travel Office. Drivers Shall Not Make Non-emergent Stops For Any Reason, During Any Beneficiary Transport Under This Contract. While Transporting Va Beneficiaries Under This Contract, Only Authorized Drivers Or Attendants, Or Beneficiary S Family Member Or Representative, Shall Be Allowed In The Vehicle. The Number Of Riders In Any Vehicle Shall Not Exceed The Number Of Approved Safety Restraints Available In The Vehicle. The Contractor Shall Have A Contingency/backup Plan In The Event The Contractor Is Unable To Perform Services Or Have Services Performed As Required. The Contractor Shall Immediately Notify The Va Travel Section And Provide Justification For Non-performance And Initiate The Contingency/backup Plan. Non-emergency Attendant/drivers Must Be Capable To Administer Oxygen And Have Successfully Completed The Standard Or Advanced First Aid Courses Of The American Red Cross Or U.s. Bureau Of Mines Or Equivalent. Proof In The Form Of A Current Certificate That Such First Aid Training Has Been Successfully Completed Must Be Submitted With Offeror S Proposal And Available Upon Request. All Contractor Personnel Performing Contract Services Shall Meet The Qualifications And Be Licensed As Specified In The Contract, As Well As Any Qualifications Required By Federal, State, County And Local Government Entities From The Place In Which They Operate. The Qualifications Of Such Personnel Shall Also Be Subject To Review By The Va Chief Of Staff And Approval By The Va Facility Director. the Contractor Shall Be Responsible For Protecting The Personnel Furnishing Services Under This Contract. To Carry Out This Responsibility, The Contractor Shall Provide The Following For These Personnel:
- Workers Compensation - Professional Liability Insurance - Health Examinations - Income Tax Withholding - Social Security Payments the Parties Agree That Such Personnel Shall Be Considered Employees Of The Contractor And Shall Not Be Considered Va Employees For Any Purpose. drivers And Authorized Attendants All Contractor S Drivers Shall Be Required To Wear, In A Readily Observable Area On The Employee, A Contractor Supplied Photo Identification Badge Containing The Name Of The Driver Or Attendant, And The Contractor S Business Name, Or Company Uniform, That Is Acceptable To The Contracting Officer, Which Identifies The Drivers While Performing Any Aspect Of Service Prescribed In This Contract. Contractor Shall Be Responsible For Appropriate Driver Screening And Selection Criteria When Employing Drivers. Such Screening Shall Include But Not Limited To Testing Drivers For Prohibited Drug Use And Alcohol Misuse, And A Criminal Background Check To The Maximum Extent Permitted By Law. all Contractor S Drivers Shall Have Passed The American Red Cross First Aid Course And Have On File A Current Certificate (renewable Every Three Years) To Be Made Available To The Contracting Officer Upon Request all Contractor S Drivers Shall Have Passed The American Red Cross Adult Cpr Course And Have On File A Current Certificate (renewed Annually) To Be Made Available To The Contracting Officer Upon Request. All Contractor S Drivers Shall Perform Such Duties That Require The Use Of The Above Training And Certification; I.e. Transferring Beneficiaries, Helping Transfer Beneficiaries, As Needed. All Contractor S Drivers Shall Have The Physical Capabilities To Provide Special Assistance To The Beneficiaries When Transporting Beneficiaries To The Medical Center, Private Residence, Nursing Homes, Etc. The Contracting Officer/cor Reserves The Right To Prohibit Specific Drivers From Participating In The Loading, Transporting, And Unloading Of Beneficiaries Should It Be Determined The Driver Has Engaged In Unsafe Practices. The Contractor Shall Promptly Replace Any Personnel Removed From The Performance Of Services. This Determination Will Be At The Sole Discretion Of The Contracting Officer/cor And Will Be Based Upon Documented Evidence. All Contractor S Drivers Shall Maintain A Valid Operator Or Chauffeur S License, Required To Operate The Type Of Vehicle Necessary To Perform The Service, As Required By The State Of Maine. Contractor Shall Provide, Upon Request Of The Contracting Officer, A Copy Of The Valid License Of All Drivers Performing Under This Contract. Drivers At A Minimum Are Required To Have A Background Check Prior To Transporting Veterans Which Shall Include But Not Limited To A Finger Check Run Through An Fbi Data Base With Favorable Determination, And Each Of The Drivers Shall Prior Have A Desk Review Of Their Driving Records And Active Licenses. the Cor, Or Designee, May Require An Attendant Other Than The Driver To Accompany A Beneficiary For Wheelchair Van Transports. Rate Charges For Attendant Needed To Transport Beneficiary With Prior Authorization By The Va Applies. while The Vehicle Engine Is In Operation, Operator Telephone, Radio, Or Wireless Communications Shall Occur Only Via Hands Free Headset, Microphone, Or Other Hands Free Apparatus. contractor Conduct: The Va Places The Highest Priority On The Treatment Of Its Beneficiaries. The Contractor, Contractor S Employees, And Contractor S Representatives Shall Treat Each Beneficiary With Respect, Concern And A Professional Approach To Beneficiary S Dignity As An Individual And As A Beneficiary. All Communication Both Verbal And Non-verbal By The Contractor S Personnel, With And In The Presence Of The Beneficiary, Shall Be Conducted In A Professional Manner. The Contractor S Personnel Shall Conduct Themselves In A Professional Manner While Performing Any Aspect Of Service Related To This Contract At Or On The Grounds Of The Va Medical Center. All Va Medical Center Rules And Regulations Shall Be Adhered To By The Contractor Or Contractor S Personnel While Said Persons Are At Or On The Grounds Of The Medical Center. Beneficiary Privacy And Confidentiality: Contractor Shall Maintain The Confidentiality Of All Beneficiary Information And Records Associated With The Performance Of This Contract. Awarded Contractor Shall Be Required To Sign Business Associate Agreement (baa) As Mandated By The Health Insurance Portability And Accountability Act Of 1996 (hipaa). vi. Training Requirements: 1. To Be Eligible To Perform Under This Contract, Each Contract Employee Must Meet The Minimum Training Required Outline Below And Minimum Contractor Furnished Training Outlined In Paragraph (2) (c), (1) Through (8). 2. Contractor Furnished Training. a) The Contractor Shall Submit To The Contracting Officer Written Certification That Each Contract Employee Has Been Trained In The Subject Areas Outlined In Paragraph C Prior To Assignment Under This Contract. For Replacement Or New Employees Documentation Of Prior Training Must Be Submitted Or The Individual Contract Employee Must Complete The Required Training Before Being Employed In Support Of This Contract. b) All Formal Training Required Shall Be Administered (i.e., Taught, Presented) By Persons Who Are Certified As Being Qualified To Instruct Or Teach, The Specific Subjects Or Topics Required. Certification To Instruct The Specific Subject Shall Be In The Form Of A Certificate Issued By An Accredited Institution Of Learning (school, College, University), A Governmental (federal, State, County, Etc.) Educational Certification Body (agency, Board, Commission), Or By Documentation That The Person Instructing Has Sufficient Experience In/with The Subject To Be Able To Instruct The Subject In An Authoritative, Practical And Current Manner. c) In Addition To The Formal Training, The Contractor Shall Provide 16 Hours Of Orientation Training For Each Employee Fourteen (14) Days After His Or Her Initial Assignment To Duty. This Orientation May Be Accomplished While The Employees Are On Duty. The Contractor Shall Certify To The Cor As To The Completion Of The Orientation For Each Employee Within 45 Days Following Assignment To Duty. The Follow-up Orientation Should Include The Following Subjects And Instructional Time Periods As Well As Other Subjects As May Be Required: (1) Accident And Incident Reporting (2 Hours) (2) Safe Operation Of Emergency Vehicles (2 Hours) (3) Quality Assurance (2 Hours) (4) Fire And Emergency Preparedness Planning (2 Hours) (5) Handling Patient Complaints (1 Hour) (6) Infection Control (2 Hours) (7) Universal Precautions (policy And Procedure) (2 Hours) (8) Safety And Occupational Health Procedures (3 Hours) 3. Contractor Furnished Training - The Contractor Shall Submit To The Contracting Officer Written Certification Of The Follow-up Orientation. the Wheelchair Van Driver Must Be Enrolled In 'refresher" Continuing Education, Or Advanced Training Programs As Required By The Local Or State Government Entity In Which The Service Is Rendered To Veterans Or, A Yearly Basis. Such "refresher" Training Must Be Equivalent To That Developed By The Department Of Transportation Or National Highway Safety Administration. Evidence Of Successful Completion For "refresher" Training Must Be Provided To The Contracting Officer For Inspection. number Of Beneficiaries: It Is Understood And Agreed That No Vehicle Shall Transport More Individuals Than The Number Of Approved Safety Restraint Devices Installed In That Vehicle. When More Than One Beneficiary Is Transported On A Trip, Whether It Is To The Same Destination Or To Separate Destinations, Payment Shall Be Made In Accordance With The Terms Listed In Section E. Orders. vii. Contract Definitions And Acronyms: administrative Officer Of The Day (aod) Va Official That Works In The Admissions Area During Evenings, And Monitors Hospital Activities During Other Than Normal Business Hours. This Person Acts As Hospital Administrator During Off-hours.
base Rate The Base Rate Shall Constitute Full Compensation For One-way Trips Which Do Not Exceed The Mileage Threshold As Shown In Price/schedule Section Of Order.
beneficiary Veterans And Other Members Determined To Be Eligible For Benefits By The Va.
contracting Officer (co) Va Official With The Authority To Enter Into, Administer And/or Terminate Contracts And Make Related Determinations And Findings.
contracting Officer S Representative (cor) Va Official Responsible For Providing Contract Oversight And Technical Guidance To The Contracting Officer. Responsibilities Include Certification Of Invoices, Placing Orders For Service, Providing Technical Guidance, Overseeing Technical Aspects Of The Contract. All Administrative Functions Remain With The Contracting Officer.
contractor The Term Contractor As Used Herein Refers To Both The Prime Contractor And His/her Employees, And Any Subcontractors And Their Employees. The Contractor Shall Be Responsible For Assuring.
gender - For The Purpose Of Equal Rights, Wherever The Masculine Or Feminine Gender Is Used In This Solicitation, And The Resulting Contract, It Shall Be Considered To Include Both Masculine And Feminine Genders.
joint Commission A National Organization Dedicated To Improving The Care, Safety And Treatment Of Patients In A Health Care Facility And Environment.
loaded Mile Mileage Incurred With The Patient Actually On Board The Vehicle From The Point Of Pickup To Destination.
mileage Rate Mileage Rate For Transportation Services Is The Rate Paid For Each Mile Traveled Beyond The Specified Mileage Threshold. This Rate Applies To Loaded, One-way Transportation As Well As No Load Trips Outside The 25-mile Radius Of Any Of The Identified Drop-off Locations. In No Event Shall The Contractor Receive This Rate For Miles Traveled Within The Specified Mileage Threshold.
mobility Manager (mm): Poc At Va Maine Travel Dept., Also Is The Cor To Contractor. non Pick Up Of Patient (dry Run): When Wheelchair Van Service Involves A Trip To Or From This Medical Center Or Transfer From Community Hospital Or Patient S Residence And Patient Refuses Transport Or Due To Unforeseen Circumstances The Patient Unstable For Pick-up, The Contractor Will Collect For The Trip At The Rates Applicable Under The Schedule Portion Of This Contract. prorated Trips Any Trip In Which More Than One Veteran Is Transported By A Single Driver, Allowing Only The Mileage To Be Claimed To The Farthest Destination Of The Run.
quality Assurance Those Actions Taken By The Government To Assure Services Meet The Requirements Of This Contract.
quality Assurance Evaluator(s) Government Personnel Responsible For Surveillance Of Contractor Performance.
quality Assurance Surveillance Plan An Organized Written Document Used For Quality Assurance Surveillance. The Document Contains Specific Methods For Performing Surveillance Of The Contractor S Continuous Performance.
quality Control Those Actions Taken By The Contractor To Control The Production Of Goods Or Services, So They Will Meet The Requirements Of A Contract.
transportation Coordinator Tc Schedules Beneficiary S Trips, Covers For Mm In The Event Of A Problem Or Event Of Patient While On Route.
vamc Acronym For Department Of Veterans Affairs Medical Center.
vehicle(s) The Term Vehicle(s) As Used In This Contract Refers To Wheelchair Accessible Vans. waiting/waiting Grace Period Waiting As Used In This Contract Is Defined As The Time Required And Verified By Authorized Medical Facility Personnel, For The Contractor To Wait At Designated Pickup And/or Delivery Points In Performing Contract Services. Waiting Will Be Charged In Fifteen (15) Minute Increments.
FEDERAL AVIATION ADMINISTRATION USA Tender
Others
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Details: Amendment 0003 Posted On 31 January 2025 see Formal Sf30 Amendment Titled "6973gh-25-r-00070 Amendment 0003" Inthe Attachments/links Section. This Amendment Makes Changes To The Solicitation Asdetailed On Page 1 Of The Amendment Which States: the Purpose Of Amendment 0003 Is To Do The Following: 1) Incorporatesow Zua Ctrb_paint As Of 1.30.2025. 2) The Close Date For The Solicitation Is Not Extended. 3) All Other Terms And Conditions Remain Unchanged And In Full Force And Effect. all Offerors Are Required To Acknowledge Amendment 0003 On Page 2 Of The Sir Or Provide A Signed Copy Of The Amendment (sf30) With Their Bid Submission. If This Amendment Is Not Acknowledged Or Signed, The Bid Will Be Considered Non-responsive. note: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). ________________________________________________________________________________________________________ amendment 0002posted On 29 January 2025 see Formal Sf30 Amendment Titled "6973gh-25-r-00070 Amendment 0002" Inthe Attachments/links Section. This Amendment Makes Changes To The Solicitation Asdetailed On Page 1 Of The Amendment Which States: the Purpose Of Amendment 0002 Is To Do The Following: 1) The Close Date For The Solicitation Is Extended From 31 January 2025 At 1700 Ct To 07 February 2025 At 1700 Ct. 2) All Other Terms And Conditions Remain Unchanged And In Full Force And Effect. all Offerors Are Required To Acknowledge Amendment 0002on Page 2 Of The Sir Or Provide A Signed Copy Of The Amendment (sf30) With Their Bid Submission. If This Amendment Is Not Acknowledged Or Signed, The Bid Will Be Considered Non-responsive. note: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). ________________________________________________________________________________________________________ 01/28/2025 Site Walk Info notes And Additional Information From The Site Walk ________________________________________________________________________________________________________ amendment 0001posted On 08 January 2025 see Formal Sf30 Amendment Titled "6973gh-25-r-00070 Amendment 0001" Inthe Attachments/links Section. This Amendment Makes Changes To The Solicitation Asdetailed On Page 1 Of The Amendment Which States: the Purpose Of Amendment 0001 Is To Do The Following: 1) Change The Date And Time For The Site Visit From 14 January 2025 At 1300 Pm (guam Time)to 15 January 2025 At 1100 Am (guam Time) 2) The Close Date Is Not Extended. 3) All Other Terms And Conditions Remain Unchanged And In Full Force And Effect. all Offerors Are Required To Acknowledge Amendment 0001on Page 2 Of The Sir Or Provide A Signed Copy Of The Amendment (sf30) With Their Bid Submission. If This Amendment Is Not Acknowledged Or Signed, The Bid Will Be Considered Non-responsive. note: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). ________________________________________________________________________________________________________ original Posting the Federal Aviation Administration (faa) Has A Requirement For Painting Walls In The Administrative Wing At The Federal Aviation Administration (faa) Enroute Facility, Guam Combined Center Radar Approach (zua). it Is Anticipated That A Stand-alone Contract With Firm Fixed-price Pricing Arrangement Will Be Awarded As A Result Of This Solicitation. The Naics Code Applicable To This Requirement Is 236220. The Business Size Standard For This Naics Is $45m. contractors Must Be Registered With The System For Award Management (sam,) Www.sam.gov On The Date Established For Receipt Of Offers. Reference Ams Clause 3.3.1-33, Paragraph (d), "if The Offeror Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer, The Contracting Officer May Proceed To Award To The Next Otherwise Successful Registered Offeror." The Faa Reserves The Right To Review And Verify Each Offerors Program Eligibility. Potential Offerors Should Note That The Faa Reserves The Right To Communicate With One Or More Offerors At Any Time During The Sirprocess. This Sir/rfo Is Not To Be Construed As A Contract Or A Commitment Of Any Kind. The Government Shall Not Be Liable For Payment Of Any Costs Attributed To The Preparation And Submission Of Proposals. this Project Is Intended To Be Funded By The Bipartisan Infrastructure Law (bil). As Such This Project Will Be Subject To Associated Faa Reporting Requirements. If A Contract Is Awarded, The Contractor Will Be Responsible For Associated Reporting Requirements On A Quarterly Basis And Prior To Final Payment Per The Associated Contract Clause Ams 3.18-1 Bipartisan Infrastructure Law – Reporting Requirements (october 2022) That Will Be Included In Any Resulting Solicitation And Contract. A Copy Of This Clause And Report Form Titled “uniform Bipartisan Infrastructure Law (bil) Data Report” Are Available In The Attachments Of This Announcement. all Questions Regarding The Project/specifications/plans Must Be Received In Writing To Samantha.a.pearce@faa.gov No Later Than 3:00 P.m. Cdt, 5 Calendar Days Prior To The Date Set For Receipt Of Offers To Allow For Responses To Be Provided Prior To Due Date For Receipt Of Proposals. per 3.2.2.3-63 Site Visit (construction)(jul 2004), A Site Visit Is Scheduled For 14 January 2025 At 1300 (guam Time) At 1775 Admiral Sherman Blvd., Barrigada, Guam 96913. Poc: Michael Carrandang At 6716837273 Or Michael.carandang@faa.gov And David Washino At 2025547774 Or David.w-ctr.washino@faa.gov. provide The Name Of Attendees To The Contracting Officer Four (4) Days Prior To Site Visit. Attendees Are Required To Perform A Self-wellness Check Prior To Arriving And Social Distance While On-site When Possible. any Responses Received After The Time Specified May Not Be Considered In Accordance With Ams Provision 3.2.2.3-14, Late Submissions, Modifications, And Withdrawals Of Submittals, Incorporated By Reference In The Solicitation. If All Requested Information Is Not Furnished, The Vendor's Response May Be Determined Ineligible. note: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). You Can Learn More About The Faa’s Acquisition Process At The Following Link: https://fast.faa.gov/ppg_procurement.cfm.
FEDERAL AVIATION ADMINISTRATION USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Details: Amendment 0003posted On 31 January 2025 see Formal Sf30 Amendment Titled "6973gh-25-r-00069 Amendment 0003" Inthe Attachments/links Section. This Amendment Makes Changes To The Solicitation Asdetailed On Page 1 Of The Amendment Which States: the Purpose Of Amendment 0003 Is To Do The Following: 1) The Close Date For The Solicitation Is Extended From 07 February 2025 At 1700 Ct To 14 February 2025 At 1700 Ct. 2) Incorporate Sow Zua Ctrb Carpet Tile As Of 1.31.2025 3) All Other Terms And Conditions Remain Unchanged And In Full Force And Effect. all Offerors Are Required To Acknowledge Amendment 0003on Page 2 Of The Sir Or Provide A Signed Copy Of The Amendment (sf30) With Their Bid Submission. If This Amendment Is Not Acknowledged Or Signed, The Bid Will Be Considered Non-responsive. note: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). ________________________________________________________________________________________________________ amendment 0002 Posted On 30 January 2025 see Formal Sf30 Amendment Titled "6973gh-25-r-00069 Amendment 0002" Inthe Attachments/links Section. This Amendment Makes Changes To The Solicitation Asdetailed On Page 1 Of The Amendment Which States: the Purpose Of Amendment 0002 Is To Do The Following: 1)the Close Date For The Solicitation Is Extended From 31 January 2025 At 1700 Ct To 07 February 2025 At 1700 Ct. 2) All Other Terms And Conditions Remain Unchanged And In Full Force And Effect. all Offerors Are Required To Acknowledge Amendment 0002 On Page 2 Of The Sir Or Provide A Signed Copy Of The Amendment (sf30) With Their Bid Submission. If This Amendment Is Not Acknowledged Or Signed, The Bid Will Be Considered Non-responsive. note: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). ________________________________________________________________________________________________________ 01/28/2025 Site Walk Info notes And Additional Information From The Site Walk ________________________________________________________________________________________________________ amendment 0001posted On 08 January 2025 see Formal Sf30 Amendment Titled "6973gh-25-r-00069 Amendment 0001" Inthe Attachments/links Section. This Amendment Makes Changes To The Solicitation Asdetailed On Page 1 Of The Amendment Which States: the Purpose Of Amendment 0001 Is To Do The Following: 1) Change The Date For The Site Visit From 14 January 2025 To 15 January 2025 2) The Close Date Is Not Extended. 3) All Other Terms And Conditions Remain Unchanged And In Full Force And Effect. all Offerors Are Required To Acknowledge Amendment 0001on Page 2 Of The Sir Or Provide A Signed Copy Of The Amendment (sf30) With Their Bid Submission. If This Amendment Is Not Acknowledged Or Signed, The Bid Will Be Considered Non-responsive. note: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). ________________________________________________________________________________________________________ original Posting the Federal Aviation Administration (faa) Has A Requirement For The Removal Of The Carpet Floor And Wall Cover Bases And Replacing Carpet In The Administrative Wing And In The Telco And Electronic Equipment Room At The Federal Aviation Administration (faa) Enroute Facility, Guam Combined Center Radar Approach (zua). it Is Anticipated That A Stand-alone Contract With Firm Fixed-price Pricing Arrangement Will Be Awarded As A Result Of This Solicitation. The Naics Code Applicable To This Requirement Is 236220. The Business Size Standard For This Naics Is $45m. contractors Must Be Registered With The System For Award Management (sam,) Www.sam.gov On The Date Established For Receipt Of Offers. Reference Ams Clause 3.3.1-33, Paragraph (d), "if The Offeror Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer, The Contracting Officer May Proceed To Award To The Next Otherwise Successful Registered Offeror." The Faa Reserves The Right To Review And Verify Each Offerors Program Eligibility. Potential Offerors Should Note That The Faa Reserves The Right To Communicate With One Or More Offerors At Any Time During The Sirprocess. This Sir/rfo Is Not To Be Construed As A Contract Or A Commitment Of Any Kind. The Government Shall Not Be Liable For Payment Of Any Costs Attributed To The Preparation And Submission Of Proposals. this Project Is Intended To Be Funded By The Bipartisan Infrastructure Law (bil). As Such This Project Will Be Subject To Associated Faa Reporting Requirements. If A Contract Is Awarded, The Contractor Will Be Responsible For Associated Reporting Requirements On A Quarterly Basis And Prior To Final Payment Per The Associated Contract Clause Ams 3.18-1 Bipartisan Infrastructure Law – Reporting Requirements (october 2022) That Will Be Included In Any Resulting Solicitation And Contract. A Copy Of This Clause And Report Form Titled “uniform Bipartisan Infrastructure Law (bil) Data Report” Are Available In The Attachments Of This Announcement. all Questions Regarding The Project/specifications/plans Must Be Received In Writing To Samantha.a.pearce@faa.gov No Later Than 3:00 P.m. Cdt, 5 Calendar Days Prior To The Date Set For Receipt Of Offers To Allow For Responses To Be Provided Prior To Due Date For Receipt Of Proposals. per 3.2.2.3-63 Site Visit (construction)(jul 2004), A Site Visit Is Scheduled For 14 January 2025 At 1300 (guam Time) At 1775 Admiral Sherman Blvd., Barrigada, Guam 96913. Poc: Michael Carrandang At 6716837273 Or Michael.carandang@faa.gov And David Washino At 2025547774 Or David.w-ctr.washino@faa.gov. provide The Name Of Attendees To The Contracting Officer Four (4) Days Prior To Site Visit. Attendees Are Required To Perform A Self-wellness Check Prior To Arriving And Social Distance While On-site When Possible. any Responses Received After The Time Specified May Not Be Considered In Accordance With Ams Provision 3.2.2.3-14, Late Submissions, Modifications, And Withdrawals Of Submittals, Incorporated By Reference In The Solicitation. If All Requested Information Is Not Furnished, The Vendor's Response May Be Determined Ineligible. note: The Far References Cited In Sam.gov Are Not Applicable To The Federal Aviation Administration (faa) As The Faa Has Its Own Policies And Guidance Referenced In The Acquisition Management System (ams). You Can Learn More About The Faa’s Acquisition Process At The Following Link: https://fast.faa.gov/ppg_procurement.cfm.
Provincie Noord Holland Tender
Others
Netherlands
Closing Date31 Dec 2030
Tender AmountEUR 25 Million (USD 25.9 Million)
Details: Title: Das Inhuur Mra-elektrisch
description: Welkom Op Das Inhuur Mra-elektrisch. Wij Komen Heel Graag In Contact Met Professionals Die Op Tijdelijke Basis Een Bijdrage Willen Leveren Aan Mra-elektrisch. Via Het Dynamisch Aankoopsysteem (das) Zullen Wij Onze Behoefte Aan De Tijdelijk Inzet Van Externe Medewerkers Bekendmaken. Leveranciers Die Zich Hebben Aangemeld Voor De Das Kunnen Hier Vervolgens Een Aanbieding Op Doen. Als Je Interesse Hebt Als Zzp-er Of Als Personele Bemiddelaar Om Mogelijk Invulling Te Geven Aan Onze Behoefte Aan Tijdelijk Personeel, Registreer Je Dan Voor De Das. Na Deze Registratie Doorloop Je De Volgende Stappen: - Je Vult Het "uniform Europees Aanbestedingsdocument" In - Je Voegt Je Kvk-uittreksel Toe - Je Gaat Akkoord Met De Voorwaarden Die Mra-e Stelt. Hierna Ontvang Je Per E-mail Een Bevestiging Van Je Registratie. Vanaf Dat Moment Ontvang Je Per E-mail Meldingen Bij Nieuwe Uitvraag Voor De Inzet Van Tijdelijke Medewerkers. Loop Je Ergens Tegenaan Bij Het Registreren, Inloggen Of Aanmelden? Neem Dan Contact Op Met De Servicedesk Van Mercell. Zij Helpen Je Graag.
771-780 of 987 active Tenders