Website Tenders
Website Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Soon28 Feb 2025
Tender AmountRefer Documents
Details: 36c24525q0327 (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c24525q0327 Is Issued As A Request For Quotation (rfq) In Conjunction With Far -- Part 13 Procedures And Constitutes The Only Solicitation. The Government Intends To Award A Single Firm-fixed Price (ffp) Award Contract.
(iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular 2024-05, April 10, 2024.
(iv) This Solicitation Intends To Award A Contract Through A Full And Open Competition. The Naics North American Industrial Classification System Code 339112 With A Size Standard Of 1000 Employees.
(v) See Attachment A Schedule For A List Of Line Item Numbers, Items, Quantities And Units Of Measure. (vi) The Department Of Veterans Affairs (va), Visn 5 Network Contracting Office, Is Seeking A Source That Can Provide Delivery Of Point Of Care (poc) Blood Testing Units For The Va Maryland Healthcare System (vamhcs) - 10 N Greene Street, Baltimore, Md 21201.
see Attachment A For A Listing Of Brand Name Salient Characteristics And Other Requirements.
offeror Quotations Must Demonstrate Meeting The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per Far 52.211-6.
the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Or Equal To Supplies Being Requested.
(vii) Delivery Requirements:
place Of Delivery: Veterans Healthcare Administration (vha), Network Contracting Office Visn 5, In Support Of The Vamhcs - 10 N Greene Street, Baltimore, Md 21201.
period Of Performance/delivery Timeframe: 09/30/2025
additional Delivery Requirements
all Shipping Shall Be Inclusive Of Prices Within The Schedule And Fob Destination.
(viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation.
addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than Friday, February 28, 2025 12:00pm Est. Ensure To Reference Solicitation Number 36c24525q0327 Within Subject Line Of The Email. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Non-responsive And Will Not Be Considered For Award. Any Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than 48 Hours From The Release Of The Solicitation.
offers Shall Be Sent By Email To Ryan.singletary@va.gov. (ix) 52.212-2 Evaluation -- Commercial Items (oct 2014)
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
lowest Priced Quotation That Meets All Requirements In The Solicitation And Attachment A.
acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling And Convincing Evidence That Equal-to Items Meet All The Salient Characteristics (see Attachment A). Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
(x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Items, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition.
(xiii) The Following Clauses Also Apply:
52.211-6 - Brand Name Or Equal (aug 1999)
(a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation.
(b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By (i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
(c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Clause)
52.217-6 -â option For Increased Quantity (mar 1989)
the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 10 Days Not To Exceed A 50% Of Any And All Line Items Within Attachment A Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
(end Of Clause)
52.217-9 -â option To Extend The Term Of The Contract. (mar 2000)
â â â â â â (a)â the Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension.
â â â â â â (b)if The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause.
â â â â â â (c)â the Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 12 Months.
(end Of Clause)
grey Market Items
(a) Gray Market Items Are Original Equipment Manufacturer S (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable.
(b) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions.
(c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right To Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items.
(end Of Clause) 52.225-3 Buy American Free Trade Agreements Israeli Trade Act (nov 2023) (a) Definitions. As Used In This Clause Bahraini, Moroccan, Omani, Panamanian, Or Peruvian End Product Means An Article That (1) Is Wholly The Growth, Product, Or Manufacture Of Bahrain, Morocco, Oman, Panama, Or Peru; Or (2) In The Case Of An Article That Consists In Whole Or In Part Of Materials From Another Country, Has Been Substantially Transformed In Bahrain, Morocco, Oman, Panama, Or Peru Into A New And Different Article Of Commerce With A Name, Character, Or Use Distinct From That Of The Article Or Articles From Which It Was Transformed. The Term Refers To A Product Offered For Purchase Under A Supply Contract, But For Purposes Of Calculating The Value Of The End Product Includes Services (except Transportation Services) Incidental To The Article, Provided That The Value Of Those Incidental Services Does Not Exceed That Of The Article Itself. Commercially Available Off-the-shelf (cots) Item (1) Means Any Item Of Supply (including Construction Material) That Is (i) A Commercial Product (as Defined In Paragraph (1) Of The Definition Of Commercial Product At Federal Acquisition Regulation (far) 2.101; (ii) Sold In Substantial Quantities In The Commercial Marketplace; And (iii) Offered To The Government, Under A Contract Or Subcontract At Any Tier, Without Modification, In The Same Form In Which It Is Sold In The Commercial Marketplace; And (2) Does Not Include Bulk Cargo, As Defined In 46 U.s.c. 40102(4), Such As Agricultural Products And Petroleum Products. Component Means An Article, Material, Or Supply Incorporated Directly Into An End Product. Cost Of Components Means (1) For Components Purchased By The Contractor, The Acquisition Cost, Including Transportation Costs To The Place Of Incorporation Into The End Product (whether Or Not Such Costs Are Paid To A Domestic Firm), And Any Applicable Duty (whether Or Not A Duty-free Entry Certificate Is Issued); Or (2) For Components Manufactured By The Contractor, All Costs Associated With The Manufacture Of The Component, Including Transportation Costs As Described In Paragraph (1) Of This Definition, Plus Allocable Overhead Costs, But Excluding Profit. Cost Of Components Does Not Include Any Costs Associated With The Manufacture Of The End Product. Critical Component Means A Component That Is Mined, Produced, Or Manufactured In The United States And Deemed Critical To The U.s. Supply Chain. The List Of Critical Components Is At Far 25.105. Domestic End Product Means (1) For An End Product That Does Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both (i) An Unmanufactured End Product Mined Or Produced In The United States; (ii) An End Product Manufactured In The United States, If (a) The Cost Of Its Components Mined, Produced, Or Manufactured In The United States Exceeds 60 Percent Of The Cost Of All Its Components, Except That The Percentage Will Be 65 Percent For Items Delivered In Calendar Years 2024 Through 2028 And 75 Percent For Items Delivered Starting In Calendar Year 2029. Components Of Foreign Origin Of The Same Class Or Kind As Those That The Agency Determines Are Not Mined, Produced, Or Manufactured In Sufficient And Reasonably Available Commercial Quantities Of A Satisfactory Quality Are Treated As Domestic. Components Of Unknown Origin Are Treated As Foreign. Scrap Generated, Collected, And Prepared For Processing In The United States Is Considered Domestic; Or (b) The End Product Is A Cots Item; Or (2) For An End Product That Consists Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, An End Product Manufactured In The United States, If The Cost Of Foreign Iron And Steel Constitutes Less Than 5 Percent Of The Cost Of All The Components Used In The End Product. The Cost Of Foreign Iron And Steel Includes But Is Not Limited To The Cost Of Foreign Iron Or Steel Mill Products (such As Bar, Billet, Slab, Wire, Plate, Or Sheet), Castings, Or Forgings Utilized In The Manufacture Of The End Product And A Good Faith Estimate Of The Cost Of All Foreign Iron Or Steel Components Excluding Cots Fasteners. Iron Or Steel Components Of Unknown Origin Are Treated As Foreign. If The End Product Contains Multiple Components, The Cost Of All The Materials Used In Such End Product Is Calculated In Accordance With The Definition Of Cost Of Components . End Product Means Those Articles, Materials, And Supplies To Be Acquired Under The Contract For Public Use. Fastener Means A Hardware Device That Mechanically Joins Or Affixes Two Or More Objects Together. Examples Of Fasteners Are Nuts, Bolts, Pins, Rivets, Nails, Clips, And Screws. Foreign End Product Means An End Product Other Than A Domestic End Product. Foreign Iron And Steel Means Iron Or Steel Products Not Produced In The United States. Produced In The United States Means That All Manufacturing Processes Of The Iron Or Steel Must Take Place In The United States, From The Initial Melting Stage Through The Application Of Coatings, Except Metallurgical Processes Involving Refinement Of Steel Additives. The Origin Of The Elements Of The Iron Or Steel Is Not Relevant To The Determination Of Whether It Is Domestic Or Foreign. Free Trade Agreement Country Means Australia, Bahrain, Chile, Colombia, Costa Rica, Dominican Republic, El Salvador, Guatemala, Honduras, Korea (republic Of), Mexico, Morocco, Nicaragua, Oman, Panama, Peru, Or Singapore. Free Trade Agreement Country End Product Means An Article That (1) Is Wholly The Growth, Product, Or Manufacture Of A Free Trade Agreement Country; Or (2) In The Case Of An Article That Consists In Whole Or In Part Of Materials From Another Country, Has Been Substantially Transformed In A Free Trade Agreement Country Into A New And Different Article Of Commerce With A Name, Character, Or Use Distinct From That Of The Article Or Articles From Which It Was Transformed. The Term Refers To A Product Offered For Purchase Under A Supply Contract, But For Purposes Of Calculating The Value Of The End Product Includes Services (except Transportation Services) Incidental To The Article, Provided That The Value Of Those Incidental Services Does Not Exceed That Of The Article Itself. Israeli End Product Means An Article That (1) Is Wholly The Growth, Product, Or Manufacture Of Israel; Or (2) In The Case Of An Article That Consists In Whole Or In Part Of Materials From Another Country, Has Been Substantially Transformed In Israel Into A New And Different Article Of Commerce With A Name, Character, Or Use Distinct From That Of The Article Or Articles From Which It Was Transformed. Predominantly Of Iron Or Steel Or A Combination Of Both Means That The Cost Of The Iron And Steel Content Exceeds 50 Percent Of The Total Cost Of All Its Components. The Cost Of Iron And Steel Is The Cost Of The Iron Or Steel Mill Products (such As Bar, Billet, Slab, Wire, Plate, Or Sheet), Castings, Or Forgings Utilized In The Manufacture Of The Product And A Good Faith Estimate Of The Cost Of Iron Or Steel Components Excluding Cots Fasteners. Steel Means An Alloy That Includes At Least 50 Percent Iron, Between 0.02 And 2 Percent Carbon, And May Include Other Elements. United States Means The 50 States, The District Of Columbia, And Outlying Areas. (b) Components Of Foreign Origin. Offerors May Obtain From The Contracting Officer A List Of Foreign Articles That The Contracting Officer Will Treat As Domestic For This Contract. (c) Delivery Of End Products. 41 U.s.c. Chapter 83 Buy American Statute, Provides A Preference For Domestic End Products For Supplies Acquired For Use In The United States. In Accordance With 41 U.s.c. 1907, The Domestic Content Test Of The Buy American Statute Is Waived For An End Product That Is A Cots Item (see 12.505(a)(1)), Except That For An End Product That Consists Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, The Domestic Content Test Is Applied Only To The Iron And Steel Content Of The End Product, Excluding Cots Fasteners. Unless Otherwise Specified, These Trade Agreements Apply To All Items In The Schedule. The Contractor Shall Deliver Under This Contract Only Domestic End Products Except To The Extent That, In Its Offer, It Specified Delivery Of Foreign End Products In The Provision Entitled "buy American-free Trade Agreements-israeli Trade Act Certificate." If The Contractor Specified In Its Offer That The Contractor Would Supply A Free Trade Agreement Country End Product (other Than A Bahraini, Moroccan, Omani, Panamanian, Or Peruvian End Product) Or An Israeli End Product, Then The Contractor Shall Supply A Free Trade Agreement Country End Product (other Than A Bahraini, Moroccan, Omani, Panamanian, Or Peruvian End Product), An Israeli End Product Or, At The Contractor S Option, A Domestic End Product. 52.225-4 Buy American Free Trade Agreements Israeli Trade Act Certificate (nov 2023) (a)(1) The Offeror Certifies That Each End Product, Except Those Listed In Paragraph (b) Or (c)(1) Of This Provision, Is A Domestic End Product And That Each Domestic End Product Listed In Paragraph (c)(2) Of This Provision Contains A Critical Component. (2) The Terms Bahraini, Moroccan, Omani, Panamanian, Or Peruvian End Product, Commercially Available Off-the-shelf (cots) Item, Critical Component, Domestic End Product, End Product, Foreign End Product, Free Trade Agreement Country, Free Trade Agreement Country End Product, Israeli End Product, And United States Are Defined In The Clause Of This Solicitation Entitled Buy American Free Trade Agreements Israeli Trade Act. (b) The Offeror Certifies That The Following Supplies Are Free Trade Agreement Country End Products (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvian End Products) Or Israeli End Products As Defined In The Clause Of This Solicitation Entitled "buy American Free Trade Agreements Israeli Trade Act": Free Trade Agreement Country End Products (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvian End Products) Or Israeli End Products:
line Item No.
country Of Origin [list As Necessary] (c)(1) The Offeror Shall List Those Supplies That Are Foreign End Products (other Than Those Listed In Paragraph (b) Of This Provision) As Defined In The Clause Of This Solicitation Entitled Buy American Free Trade Agreements Israeli Trade Act. The Offeror Shall List As Other Foreign End Products Those End Products Manufactured In The United States That Do Not Qualify As Domestic End Products. For Those Foreign End Products That Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, The Offeror Shall Also Indicate Whether These Foreign End Products Exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No . Other Foreign End Products:
line Item No.
country Of Origin
exceeds 55% Domestic Content (yes/no) [list As Necessary] (2) The Offeror Shall List The Line Item Numbers Of Domestic End Products That Contain A Critical Component (see Far 25.105) Line Item No. ________ [list As Necessary] (d) The Government Will Evaluate Offers In Accordance With The Policies And Procedures Of Part 25 Of The Federal Acquisition Regulation. vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) (a) Definitions. As Used In This Clause (1) Contract Financing Payment Has The Meaning Given In Far 32.001; (2) Designated Agency Office Means The Office Designated By The Purchase Order, Agreement, Or Contract To First Receive And Review Invoices. This Office Can Be Contractually Designated As The Receiving Entity. This Office May Be Different From The Office Issuing The Payment; (3) Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests; (4) Invoice Payment Has The Meaning Given In Far 32.001; And (5) Payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract. (b) Electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required. (c) Data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following: (1) Va S Electronic Invoice Presentment And Payment System At The Current Website Address Provided In The Contract. (2) Any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi). (d) Invoice Requirements. Invoices Shall Comply With Far 32.905. (e) Exceptions. If, Based On One Of The Circumstances In This Paragraph (e), The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For (1) Awards Made To Foreign Vendors For Work Performed Outside The United States; (2) Classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information; (3) Contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies; (4) Solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or (5) Solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above. vaar 852.203-70 Commercial Advertising (may 2018) The Contractor Shall Not Make Reference In Its Commercial Advertising To Department Of Veterans Affairs Contracts In A Manner That States Or Implies The Department Of Veterans Affairs Approves Or Endorses The Contractor S Products Or Services Or Considers The Contractor S Products Or Services Superior To Other Products Or Services. vaar 852.233-70 Protest Content/alternative Dispute Resolution (oct 2018) (a) Any Protest Filed By An Interested Party Shall (1) Include The Name, Address, Fax Number, Email And Telephone Number Of The Protester; (2) Identify The Solicitation And/or Contract Number; (3) Include An Original Signed By The Protester Or The Protester S Representative And At Least One Copy; (4) Set Forth A Detailed Statement Of The Legal And Factual Grounds Of The Protest, Including A Description Of Resulting Prejudice To The Protester, And Provide Copies Of Relevant Documents; (5) Specifically Request A Ruling Of The Individual Upon Whom The Protest Is Served; (6) State The Form Of Relief Requested; And (7) Provide All Information Establishing The Timeliness Of The Protest. (b) Failure To Comply With The Above May Result In Dismissal Of The Protest Without Further Consideration. (c) Bidders/offerors And Contracting Officers Are Encouraged To Use Alternative Dispute Resolution (adr) Procedures To Resolve Protests At Any Stage In The Protest Process. If Adr Is Used, The Department Of Veterans Affairs Will Not Furnish Any Documentation In An Adr Proceeding Beyond What Is Allowed By The Federal Acquisition Regulation. in Addition, The Following Clauses Shall Also Apply: 52.209-6 protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment jan 2025
52.232-18
availability Of Funds
apr 1984
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
52.233-1 disputes may 2014 52.233-3 protest After Award aug 1996 52.252-2 clauses Incorporated By Reference feb 1998 the Full Text Of A Clause May Be Accessed Electronically At The Following:
http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp the Following Provisions Shall Also Apply:
52.204-7
system For Award Management
nov 2024
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.209-7
information Regarding Responsibility Matters
oct 2018
52.217-5
evaluation Of Options
jul 1990
52.233-2
service Of Protest
sep 2006
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
jan 2008
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date7 May 2025
Tender AmountRefer Documents
Details: Nsn 7r-1560-016881000-qf, Ref Nr 74a350002-1043, Qty 16 Ea, Delivery Fob Origin. The Rights To Use The Data Needed To Purchase/repair This Part From Additional Source(s) Are Not Owned By The Government And Cannot Be Purchased, Developed, Or Otherwise Obtained. It Is Uneconomical To Reverse Engineer This Part. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
INDIAN HEALTH SERVICE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: This Is A Presolicitation Notice For The Upcoming Solicitation 75h70125-r-00038 Santa Fe Indian Health Center (sfihc) Roof Replacement And Fall Protection (santa Fe, Nm) A Construction Project Prepared In Accordance With Far Part 36. These Construction Services Are In Support Of The Indian Health Service (ihs). The Government Anticipates Releasing The Solicitation On Or About March 07, 2025 And Will Remain Open For Approximately 30 Calendar Days. The Solicitation And All Amendments For This Request For Proposals Will Be Posted On Https://sam.gov/ Under Contract Opportunities. A Full Scope Of Work, Plans And Specifications And Construction Wage Determination Will Be Included In The Solicitation Documents. Additional Details Can Be Found In The Solicitation When It Is Posted To Https://sam.gov. this Project Will Be Advertised As A 100% Indian Small Business Economic Enterprise (isbee) Set-aside Under North American Industry Classification System (naics) Code 238160, Roofing Contractors. The Associated Size Standard For This Procurement Is $19 Million. this Notice Is For Informational Purposes Only And Is Not A Request For Submission Of Offers. No Other Information Is Available Until Issuance Of The Solicitation Itself. No Bidder List Is Maintained. Interested Bidders Should Follow This Solicitation Notice On Https://sam.gov To Receive Email Notifications Of Any Updates To The Initial Notice Including Any Subsequent Amendments. No Additional Information Is Available Other Than What Is Noted Herein. Firms Are Instructed Not To Call Requesting More Information. scope Of Work: The Purpose Of This Project Is To Replace The Roof And Fall Protection For The For Santa Fe Indian Health Center (sfihc). location Of Project: All Work Shall Be Performed At The Santa Fe Indian Health Center (sfihc), 1700 Cerrillos Road, Santa Fe, New Mexico, 87505. period Of Performance: The Contract Period Of Performance Is 180 Calendar Days From Date Of Notice To Proceed. construction Magnitude: In Accordance With Far 36.204, Disclosure Of The Magnitude Of Construction Projects, The Anticipated Project Magnitude Is Between $1,000,000 And $5,000,000. site Visit: Details Regarding The Site Visit Will Be Included In The Solicitation. contract Type: The Indian Health Service Intends To Award A Single Firm Fixed Price (ffp) Contract In Support Of This Requirement. This Solicitation Will Be Procured As A Request For Proposal (rfp) In Accordance With Far Part 36 Procedures With Lowest Price Technically Acceptable (lpta) Evaluation Criteria. note: All Dates Are Subject To Change. See Solicitation For Official Dates, Times, And Locations Of Site Visits And Deadlines. for The Purposes Of This Procurement, A Concern Is Considered A Small Business If Its Average Annual Revenue For The Last Five (5) Years Is Less Than $19 Million. For Information Concerning Naics And Sba Size Standards, Go To Http://www.sba.gov. registration In The System For Award Management (sam) Database Is Mandatory To Be Considered For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements Via The Internet At: Https://www.sam.gov. Contractors Are Encouraged To Complete Sam Registration As Soon As Possible; The Government May Not Delay Award For The Purpose Of Allowing A Contractor Additional Time To Register In Sam. it Is The Responsibility Of The Contractor To Check Https://www.sam.gov Frequently For Any Amendments Or Changes To The Solicitation. Hard Copy Documents Will Not Be Available – All Documents For Proposal Purposes Will Be Posted At The Website For Download By Interested Parties.
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Drainage Work
United States
Closing Date6 Mar 2025
Tender AmountRefer Documents
Details: This Is Apre-solicitation Noticeand Not A Request For Proposal And As Such, Any Additional Information As To The Size And/or Scope Of The Project Will Not Be Available Until The Issuance Of The Solicitation. No Award Will Be Made From This Pre-solicitation Notice, Nor Will Any Proposals Be Accepted From This Notice. Any Submittals Will Only Be Accepted After The Posting Of The Solicitation Notice. this Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. general Information the Solicitation Is Anticipated To Be Issued Aroundearly March 2025. a Site Visit Is Anticipated Aroundmid - March 2025. the Contract Is Anticipated To Be Awarded Mid - April 2025. All Dates Are Tentative And For Planning Purposes Only. the Resulting Contract Shall Be A Firm-fixed Priced Construction Contract. the Solicitation Shall Be Competitive Service-disabled Veteran-owned Small Business (sdvosb) Set-aside. the Solicitation Will Be A Request For Proposal (rfp). the Magnitude Of Construction Is Between $250,000 And $500,000. to Be Eligible For Contract Award, A Firm Must Be Registered With The System For Award Management (sam) Database. Register Via The Sam Internet Site At Https://www.sam.gov/sam/. requirement Information title: Storm Water Manhole And Concrete Repair location: Nas Kingsville, Texas naics: 236220 Psc:z2qa this Will Be An Electronic Solicitation, Which Can Be Accessed At Sam.gov Contract Opportunities At Https://sam.gov And Will Be Available For Access No Earlier Than 15 Calendar Days After This Pre-solicitation Is Posted. Interested Offerors Will Be Responsible For Monitoring The Sam.gov Website For The Solicitation And Any Subsequent Amendments Issued.
DEPT OF THE ARMY USA Tender
Environmental Service
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Description: Description: The U.s. Army Corps Of Engineers (usace) Louisville District Intends To Award A Firm Fixed Price (ffp) Single Award Task Order Contract (satoc) For The U.s. Army Corps Of Engineers (usace) With The Capability To Execute A Full Range Of Environmental Services For The Air Force Civil Engineer Center (afcec) Optimized Remediation Contract (orc) At Scott Air Force Base (afb). The Ordering Period Of This Satoc Is 10 Years. The Primary Objective Of This Contract Is The Remediation Of Soil And Groundwater Contaminated With A Variety Of Contaminants Including But Not Limited To Per-and Polyfluoroalkyl Substances (pfas), Chlorinated Solvents, Petroleum Products, And Explosives Constituents. The Contractor Shall Provide The Capability To Execute This Range Of Services For Hazardous, Toxic And Radioactive Waste (htrw) Sites Located At Scott Afb. type Of Contract And Naics: This Contract Will Be For One (1) Firm-fixed-price (ffp) Satoc Contract Awarded Through The Best Value Trade-off Process. A Seed Task Order Will Also Be Issued Following The Award Of The Satoc. The North American Industrial Classification System Code (naics) For This Effort Is 562910 – Remediation Services. Size Standard: 1000 Employees type Of Set-aside: This Acquisition Will Be Advertised As 100% Set Aside For Small Business. selection Process: This Procurement Will Be Operating Under Far Part 15. The Proposals Will Be Evaluated Based On The Best Value To The Government. anticipated Solicitation Release Date: The Government Anticipates Releasing The Solicitation On Or About 7 March 2025. Additional Details Can Be Found In The Solicitation When It Is Posted To Http://sam.gov. solicitation Website: The Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found At The Contracting Opportunities Website, Http://sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Telephone And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. To Download The Solicitation For This Project, Contractors Are Required To Register At The Contracting Opportunities Website At Http://sam.gov. Amendments, If/when Issued, Will Be Posted To The Above Referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offerors Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. registrations: offerors Shall Have And Shall Maintain An Active Registration In The Following Database: system For Award Management (sam): Offerors Shall Have And Shall Maintain An Active Registration In The Sam Database At Http://sam.gov To Be Eligible For A Government Contract Award. If The Offeror Is A Joint Venture (jv), The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If At The Time Of Award An Offeror Is Not Actively And Successfully Registered In The Sam Database, The Government Reserves The Right To Award To The Next Prospective Offeror. point-of-contact: The Point-of-contact For This Procurement Is Kari Rogers, Contract Specialist, At Kari.a.rogers@usace.army.mil, 502-315-7028. this Announcement Serves As The Advance Notice For This Project. Responses To This Synopsis Are Not Required.
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Closing Soon26 Feb 2025
Tender AmountRefer Documents
Details: This Announcement Constitutes A Sources Sought Synopsis And Request For Information (rfi) To Afford Industry An Opportunity To Provide Information Regarding Their Capabilities To Provide Commercial Items And Services. This Is Not A Request For Quotation (rfq) Or An Invitation For Bid (ifb), Nor Is It To Be Construed As A Commitment By The U.s. Government To Form A Binding Contract. Parties That Respond Will Not Be Paid For The Information Submitted. The Air Force Is Hereby Requesting Capability Statements And Other Information From Interested Sources. The Usaf Tps At The Air Force Test Center At Edwards Afb, Ca Tps Is Requesting Flights With A Jetpack/jetsuit (man-sized) System That Allows For Limited Airborne Flight In Support Of The Staff And Student Qualitative Evaluation Flights. Tps/qe Is Requesting 125 Flights (goes) Per Year. Each Person Flying Will Receive Classroom Instruction And Several Flights (2-3) In The Jet Suit. The Number Of Sorties Each Student Receives Will Be Based On Individual’s Proficiency With The Jetsuit. The System/instruction Should: consist Of Small Jet Engine(s) That Will Allow The Flyer To Hover And Maneuver Mid-air. Altitude Of Flights/goes Should Be Limited To Only Several Meters Off The Ground. include A Robust Safety System And Have Available, To Include But Not Limited To: Harnesses, Helmets, Face Masks, Padding And Safety Wires. proper Classroom Instructions And System Familiarization Shall Be Provided To Each Flyer Prior To Flight. all Training And Flight Activities Shall Occur At A Facility Within 100 Miles Of Edwards Afb, Ca. The Aftc Anticipates Awarding A Contract Under The Associated North American Industry Classification System (naics) Code 611512 With A Standard Size Of $34,000,000 Dollars And A Product Service Code (psc) Of U099. A Bpa Contract Lasting One (1) Year Plus An Additional Four (4) Option Years Will Be Contemplated. System For Award Management (sam.gov) Registration Is Mandatory For This Contract (see Sam.gov Website At (https://sam.gov/content/home). Responses Will Contribute To The Market Research Report As Part Of The Acquisition Strategy Development Process. Sources Responding Are Invited To Provide Input And Recommendations Concerning Contract Type, Contract Clauses, And Other Aspects Of The Acquisition And Anything Else That May Help To Develop An Efficient And Effective Acquisition Strategy. If Sufficient Responsible And Capable Sources Are Identified, A Formal Rfq Will Be Posted On Sam.gov. Interested Parties Are Requested To Furnish A Capability Statement Detailing Their Capabilities To Provide These Services, Include Highlights Of Experience On Similar Government Or Commercial Contracts/agreements. In Addition, Please Indicate The Following: business Size (large Or Small) cage Code/duns a List Of Any Contracts Or Other Agreements Similar In Nature Including: program/project Name contract Number Or Other Identifiers administering Office/address point Of Contact With The Current Telephone Number/email Adress. The Aftc Will Not Pay For Information Or Comments Provided And Will Not Recognize Any Cost Associated With Submission Of Comments. Please Provide Your Response In Microsoft Word Or A Microsoft Word Compatible Format. Submissions Should Be To The Point And No More Than 10 Double Space Pages. Responses Shall Not Be Proprietary And Will Be Unclassified. Interested Vendors Should Submit Responses No Later Than 26 February 2025 By 4:30pm Pacific Standard Time (pst). Small Business Sources Responding Should State Their Business Size Status Based On The Naics Referenced Above. Replies To This Rfi Should Be Sent Via Email To: contract Specialist - Cole Staron Aftc/pzzd, Cole.staron@us.af.mil contracting Officer - Brianna Vicsotka Aftc/pzzd, Brianna.vicsotka.1@us.af.mil
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date7 Apr 2025
Tender AmountRefer Documents
Details: Nsn 6k-8145-017248284-qf, Ref Nr 994e001, Qty 20 Ea, Delivery Fob Origin. The Government Physically Does Not Have In Its Possession Sufficient, Accurate, Or Legible Data To Purchase This Part/contract Repair From Other Than The Current Source(s). The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents
Details: The Naval Surface Warfare Center, Philadelphia Division Is Initiating A Request For Proposals (rfp) For The For The Repair And Installation Of Pump Motor Lc Bldg 77h Located In The Philadelphia Naval Business Center (pnbc), Philadelphia, Pa 19112. This Scope Of Work Is Separated Into Two Parts. Part One Is To Remove The Existing Vertical Axial Pump And Motor; Disconnect The Electrical Supply And Variable Frequency Drive (vfd) Supply And Install New Vertical Axial Pump And Motor; Connect The New Pump And Motor To The Existing Electrical Supply And Vfd; And, Perform Required Shop And Field Tests. Part Two Is To Perform A Detailed Inspection Of The Existing Pump And The Motor And To Provide The Government With A Written Inspection Report Including Any Discrepancies, Recommended Repairs For The Discrepancies, And Cost For The Repairs. The Government Intends To Retain Existing Pump And Motor Lc And Use The Report Of Part Two For Future Repair(s), If Feasible. Work Shall Be Performed Between 0700 To 1600 Monday Through Friday Unless Otherwise Specified. No Work Shall Be Performed Outside Of These Hours Or On Government Holidays Unless Authorized By The Nswcpd Tpoc And Contracting Officer In Advance. contract Completion Date (ccd) Is 280 Days After Award. far Clause 52.228-1 Bid Guarantee Will Be Included. Performance And Payment Bonding Is A Requirement For This Procurement And Liquidated Damages Are Applicable. the Acquisition Will Be A Negotiated, Best-value Procurement Using The Contracting By Negotiation Process Prescribed In Far 15.101-2. The Source Selection Process Will Be Based On A Lowest Price, Technically Acceptable (lpta) Evaluation. narratives Must Clearly Demonstrate Acceptability In Enough Detail For The Government To Understand Whether The Proposal Meets Or Exceeds The Minimum Solicitation Requirements. Detailed Evaluation Criteria Will Be Included In The Rfp Package. Initial Price Proposals Must Be Submitted Along With Initial Technical Proposal To The Contracting Officer In Accordance With The Requirements Of The Rfp. Offerers Are Advised That The Government Intends To Award A Contract Based On Initial Proposals Received Without Discussions Or Any Contact Concerning The Proposal Received. Therefore, Each Proposal Should Contain The Offerer's Best Terms. The Government Reserves The Right To Hold Discussions At Its Discretion. the Official Media Of Distribution For This Rfp Is At Sam.gov. Contractors May Download The Solicitation (including Any Attachments) And Any Amendments Via The Sam.gov Website On Or After The Issue Date. It Is The Offerer's Responsibility To Monitor The Sam.gov Website For Any Amendments. a Site Visit Will Be Held And Is Strongly Encouraged. Information For Site Visit Is Available In The Solicitation. all Contractors Are Required To Be Registered In The System For Award Management (sam) Before Award As Required By Far 4.1102. Firms Are Required By Legislation To Submit An Annual Vets-4212 Report On Your Employment Of Targeted Veterans. Information On Submitting Your Report May Be Obtained By Accessing The Following Internet Web Site: Https://www.dol.gov/agencies/vets/programs/vets4212#howtofile
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents
Details: Dockside: Uscgc Kimball Ds Fy25 Fq3 this Requirement Is For The Contractor To Provide All Necessary Labor, Services, Supplies, Materials, Equipment Power, Accessories, Personnel, And Other Things As Necessary, Except Otherwise Specified To Perform Dockside Repairs To The Uscgc Kimball (wmsl-756), A 418-foot National Security Cutter In Accordance With The Solicitation, Schedule, And Specifications. work Includes, But Is Not Limited To The Following: work Item 1: Fire Prevention, Provide work Item 2: Tanks (ballast), Clean And Inspect work Item 3: Tanks (ballast), Preserve (100%) - Optional work Item 4: Tanks (ballast), Preserve (partial) - Optional work Item 5: Tanks (mp Fuel Service), Clean And Inspect work Item 6: Compressed Air Receivers, Clean, Inspect And Test work Item 7: Helicopter-in-flight Refueling Hose, Test work Item 8: Cargo Handling Elevator, Inspection And Repair work Item 9: Talon Grid (type 18-08), Inspect And Test work Item 10: Tenting (flight Deck), Provide work Item 11: Deck Covering (slip-resistant) Flight Deck, Renew submission Of Information: Interested Parties Having The Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Invited To Provide Information To Contribute To This Sources Sought Notice Including Commercial Market Information And Company Information. Companies May Respond To This Sources Sought Notice Via E-mail, With Subject Line: Ssn Kimball Ds Fy25 Fq3, Richard Rawlings At Richard.n.rawlings@uscg.mil And William Zittle At William.r.zittle@uscg.mil No Later Than The Date Identified Within This Notice With The Following Information/documentation: name Of Company, Address, And Unique Entity Identification Number (ueid) point Of Contact, E-mail Address, And Phone Number business Size And Applicable To The Naics Code 8(a) Small Business Concern hubzone Small Business Concern service-disabled Veteran-owned Small Business (sdvosb) Concern veteran-owned Small Business (vosb) Concern economically Disadvantaged Woman-owned Small Business (edwosb) Concern woman-owned Small Business (wosb) Concern small Business Concern large Business Concern documentation Verifying Small Business Certification statement: Statement On How You Company Will Complete The Work Items And That Your Company Will Submit A Proposal As A Prime Contractor If A Solicitation Is Issued As A Result Of This Sources Sought Notice. past Performance Information: Evidence Of Experience In Work In Similar In Type, Size, Scope, And Complexity To Include Contract Numbers, Project Titles, Dollar Amounts, And Point Of Contacts To Include E-mail Addresses And Telephone Numbers. If Two Companies Are Planning To Conduct Business And Submit An Offer As A Joint Venture Or Similar Type Of Teaming Agreement, They Are Requested To Provide Past Performance Information On Projects Of Similar Scope That They Have Performed Together As A Joint Venture, If Available. Providing Individual Past Performance Documentation From Each Company On Separate Projects Where The Two Did Not Work Together May Be Considered Less Relevant. sam: Interested Parties Should Register In The System For Award Management (sam), Formerly Known As Central Contractor Registration (ccr), As Prescribed In Far Subpart 4.1102(a). Sam Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling The Federal Service Desk (fsd) At 1-866-606-8220. disclaimer And Important Notes: This Sources Sought Notice Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal/quotation; And, It Is Not Considered To Be A Commitment By The Government To Award A Contract Nor Will The Government Pay For Any Information Provided; No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Sources Sought Notice Or Government Use Of Any Information Provided. Failure To Respond Or Submit Information In Sufficient Detail May Result In A Company Not Being Considered A Likely Offeror When Deciding On Whether Or How To Set Aside A Solicitation For Restricted Competition. Regardless Of The Information Obtained From This Sources Sought Notice, The Government Reserves The Right To Consider Any Arrangement As Deemed Appropriated For This Requirement. Respondents Are Advised That The Government Is Under No Obligation Toacknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response To This Sources Sought Notice. The Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation. Currently No Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. After A Review Of The Responses Received, A Pre-solicitation Notice And Solicitation May Be Published On The Sam.gov Website, Formerly Federal Business Opportunities (fedbizopps). It Is The Potential Offeror's Responsibility To Monitor The Sam.gov Website For Release Of Any Future Solicitation That May Result From This Sources Sought Notice. However, Responses To This Sources Sought Notice Will Not Be Considered Adequate Responses To Any Resultant Solicitation. to Receive The Technical Package And Drawings Associated With This Requirement Interested Firms Will Need To Complete And Sign Attach 1_dhs-110006 Non-disclosure Agreement And Provide Their Active Joint Certification Program (jcp) Certification Number. You May Do So Now In Order To Receive The Drawings Package Immediately Upon Release Of The Solicitation.
121-130 of 10000 active Tenders