Website Tenders
Website Tenders
Municipality Of Monkayo, Compostela Valley Tender
Software and IT Solutions...+1Telecommunication Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Monkayo Invitation To Bid For Procurement Of Ict Equipment For Mvmo, Mhrmo, Mbo And Mpdo (rebidding) 1. The Municipality Of Monkayo, Through The General Fund 2025 Intends To Apply The Sum Of One Hundred Twenty-six Thousand Pesos Only (php 126,000.00) Being The Abc To Payments Under The Contract For Procurement Of Ict Equipment For Mvmo, Mhrmo, Mbo And Mpdo (rebidding) / Pb-2025-005. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (15) Days. Bidders Should Have Completed, Within (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference January 14, 2025 Advertising/ Posting Of Invitation To Bid January 30, 2025 Pre - Bid Conference N/a Issuance And Availability Of Bid Documents January 31, 2025 (8:00 Am To 5:00 Pm) To February 11, 2025 (8:00 Am To 1:00 Pm) Deadline For Submission February 11, 2025 (1:00 Pm) Opening Of Bids February 11, 2025 (2:00 Pm) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The ‘’ Government Procurement Reform Act’’ 5. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Interested Bidders May Obtain Further Information From Municipality Of Monkayo And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 (8:00 Am-5:00 Pm) To February 11, 2025 (8:00 Am - 1:00 Pm) From The Given Address And Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00). It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later The Submission Of Their Bids. 7. Bids Must Be Delivered To The Address Below On Or Before February 11, 2025, 1:00 Pm Of, Cash Or Cashier’s/ Manager’s Check Equivalent To 2% Of Abc, Or Bid Securing Declaration. Bid Opening Shall Be On February 11, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Municipality Of Monkayo Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring And Liability To Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Municipal Hall Building, J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com January 30, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Municipal Hall Building, J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573 Email Add: Lgumonkayo_bac@yahoo.com
Closing Soon11 Feb 2025
Tender AmountPHP 126 K (USD 2.1 K)
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-02-12 (01) Supply And Delivery Of Various Sutures Under Single-year Framework Agreement Approved Budget For The Contract: Php 18,993,947.40 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Eighteen Million Nine Hundred Ninety Three Nine Hundred Forty Seven Pesos And 40/100 Only As To Payment Under The Contract For Supply And Delivery Of Various Sutures Under Single-year Framework Agreement (early Procurement Activity). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Partial Bid Or Line Item Bid. Sequence No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Suture Silk 3.0 Braided, No Needle, Length 35cm, Ties, Braided, Non-absorbable, Radiation,long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 2 Suture Polypropylene 2-0 Round;1/20, Length70cm, Monofilament,ultra Sharp Non-absorbable,gas Eo(s), Needle Lenght 45mm,ss420,rc,long-term Wound Support ;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 41 Doz 5,500.00 225,500.00 3 Suture Polypropylene 4-0 With Cutting Needle,lenght 70cm, Monofilament, Ultra Sharp With Smooth Strand,non-absorbable,gas Eo(s) 17mm, Ss4310, Tc, Long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Doz 2,800.00 25,200.00 4 Suture Chromic 3.0 Round Needle For Circumcision, Length75cm,seromucosa,absorbable,radiation,needle Length30mm,ultra Sharp With Smooth Strand,ss420,rb,long-term Wound Support; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Doz 6,000.00 360,000.00 5 Suture Polyglactin 0 Round, Length70cm, Braided, Absorbable, Eto-t.s.cycle,needle Length 40mm, Ss40,rb,ultra Sharp With Smooth Strand,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 40 Doz 3,000.00 120,000.00 6 Suture Polyglactin 2.0 Cutting ,coated ; Ultra Sharp With Smooth Strand, 36mm 1/2c Tapercut Polyglactin 910 Rapide;undyed Braided Absorbable Suture;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 4,500.00 45,000.00 7 Suture Silk 0 Without Needle,length 35cm,ultra Sharp With Smooth Strand,ties,braided,non-absorbable,radiation,long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 8 Polypropylene Knitted Non-absorbable Mesh Undyed, Size 7.6cm X15xm, Ultra Sharp With Smooth Strand,category Hernia Mesh & Fixation, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Pcs 3,550.00 17,750.00 9 Suture Polyglactin 1 W/ Cutting Needle,length 90cm,dyed,braided,absorbable,eto-t.s,needle Length40mm, Ultrasharp,ss420, Rc,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 4,368.00 43,680.00 10 Suture Polyprolene 0 Nylon W/round Needle/dozen, Ultra Sharp With Smooth Strand, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Doz 3,853.20 34,678.80 11 Suture Polypropylene 3-0 Reverse Cutting Suture 75cm Lenght,ultra Sharp With Smooth Strand, 30mm Needle Lenght; 3/8 Circle Reverse Cut; Blue Thread Color ,long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 90 Doz 5,555.55 499,999.50 12 Suture Polypropylene 3 With Cutting Needle,26 Mm 3/8c,reverse Cutting, 18"(45cm),monofilament,ultra Sharp With Smooth Strand,non-absorbable ,blue,long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 57 Box 5,120.00 291,840.00 13 Suture Nylon 10-0 Round, Monofilament, Ultra Sharp With Smooth Strand,non-absorbable,3/8 Circlemicropoint Spatula,needle Size 6.5mm Suture Length, Ultra Sharp,30cm,double-ended/suture Nylon10-0 Round,spatulated Micropoint, Double Armed Needle; Nylon Black Monofilament 10-0, 12inch/30cm, 1x12" Tg140-6 Double Armed, 12/box; Polyamide 6; Cutting Edge Spatula Reverse; Non-absorbable, Silver Color, Needle Length 6.5mm; 1 Strand Per Pack ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Pcs 620 37,200.00 14 Suture Nylon 10-0 Cutting,spatulatedmicropoint,double Armed Needle; Ultra Sharp With Smooth Strand,nylon Black Monofilament10-0,12inch/30cm, 1x12"tg140-6doublearmed,12/box;polyamide 6;cutting Edge Spatula Reverse;non-absorbable, Silver Color, Needle Length 6.5mm; 1 Strand Per Pack ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Pcs 620 37,200.00 15 Suture Polyglactin 2.0 Round,braided,absorbable,round 1/2 Circle Taper Point,needle Size 26mm,suture Length75cm,ultra Sharp,smooth Strand,antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 250 Doz 4,500.00 1,125,000.00 16 Suture Polyglactin 2.0 Cutting ,coated ; Ultra Sharp With Smooth Strand, 36mm 1/2c Tapercut Polyglactin 910 Rapide;undyed Braided Absorbable Suture;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 550 Doz 4,500.00 2,475,000.00 17 Suture Polyglactin 3.0 Cutting,braided,absorbable,cutting 1/2 Circle Taper Point,needle Size 26mm,suture Length 75mm, Ultra Sharp,smooth Strand Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 20 Doz 4,500.00 90,000.00 18 Suture Polyglactin 3.0 Round,braided, Absorbable, Round 1/2 Circle Taper Point,needle Size 26mm,suture Length75mm,ultra Sharp, Smooth Strand,antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 16 Doz 4,500.00 72,000.00 19 Suture Polyglactin 4.0 Cutting, Braided, Absorbable, Cutting 3/8 Circle Reverse Cutting, Needle Size 19mm, Suture Length 45cm; Ultra Sharp,smooth Strand,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 20 Doz 4,170.00 83,400.00 20 Suture Polyglactin 5.0 Cutting, 1/2 Circle Taper Point,needle Size 13mm, Suture Length 45mm; Ultra Sharp; Smooth Strand Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 3 Doz 4,500.00 13,500.00 21 Suture Polyglactin 5.0 Round,1/2 Circle Taper Point,needle Size 13mm,suture Length 45mm; Ultra Sharp; Smooth Strand,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 3 Doz 4,500.00 13,500.00 22 Suture Polypropylene 4-0 Round;ps-2 19mm (45cm 45cm); Blue; 8682h W8015t;suture Monofilament, Ultra Sharp, Smooth Strand,non-absorbable;long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 18 Box 6,500.00 117,000.00 23 Suture Monofilament Polypropylene 6-0 With Round Body Needle, Double-armed;needle Curvature 1/2 Circle, Ultra Sharp,smooth Strand,sterilized By Ethylene Oxide Gas;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 28 Doz 13,000.00 364,000.00 24 Suture Chromic 2.0 Cutting Needle;suture,surgical Gut-chromic,reverse Cutting,cp-2 26mm 1/2c,27inch (70cm),size2-0.mfid:887h;blue Or Undyed,natural And Collagen, Ultra Sharp, Smooth Strand,suture Monofilament,absorbable; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 30 Doz 3,800.00 114,000.00 25 Suture Polypropylene 0 Roundlength90cm,mitral Valve Annulas,monofilament,non-absorbable,gas Eo(s), Needlelength30mm,ss420,tc,long-term Wound Support,ultra Sharp,smoothstrand,outstanding Product Quality Assurance Evaluation By End User 50 Doz 5,500.00 275,000.00 26 Suture Polyglecaprone 1 Synthetic Monofilament Absorbable Suture, 90cm Suture Length 40mm Ct Needle, Ultra Sharp, Smooth Strand ;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 5,940.00 59,400.00 27 Suture Polyglecaprone 3.0 Synthetic Monofilament Absorbable Suture, 70cm Suture Length 26mm Sh Needle , Dyed, Ultra Sharp, Smooth Strand;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 5,746.80 57,468.00 28 Suture Polyprolene 5-0 Nylon W/ Cutting Needle/dozen, Length 70cm,dyed,monofilament, Non-absorbable,gas Eo(s),needle Length20mm, Ultra Sharp, Smooth Strand,ethalloy, Rb, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Doz 7,140.00 64,260.00 29 Suture Polypropylene 2-0 Cutting Suture 45cm Lenght;26mm Needle Lenght; 3/8 Circle Reverse Cut,ultra Sharp,smooth Strand,long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 31 Doz 5,500.00 170,500.00 30 Suture Silk 1.0 Without Needle,length 75cm, Ultra Sharp, Smooth Strand,rectraction, Braided, Non-absorbable,radiation,long-term Wound Support,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 31 Suture Polypropylene 1 Round,length 100cm,mas Closure(muscle/sheath), Monofilament,non-absorbable,gas Eo (s), Needle Length 45mm, Ultra Sharp, Smooth Strand,ss420, Rc,long-term Wound Support;outstanding Product Quality Assuranceevaluation 30 Doz 5,500.00 165,000.00 32 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 31mm Suture Size 2-0 Suture Length 75mm; Excellent Product Quality And Must Be Sharp, Smooth Strand 60 Box 500 30,000.00 33 Suture Polypropylene1cutting;length100cm,mas Closure(muscle / Sheath), Monofilament,non-absorbable,gaseo(s),needle Length 45mm,ss420,rc,long-term Wound Support; Ultra Sharp,smooth Strand Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 180 Doz 5,500.00 990,000.00 34 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 13mm Suture Size 5-0 Suture Length 75mm Double-ended; Must Be Sharp,smooth Strand And Excellent Product Quality 60 Box 1,500.00 90,000.00 35 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 22mm Suture Size 3-0 Suture Length 75mm; Excellent Product Quality; Must Be Sharp; Smooth Strand 180 Box 4,500.00 810,000.00 36 Suture Polypropylene 5-0 With Cutting Needle, Length 70cm, Monofilament, Ultra Sharp With Smooth Strand, Non-absorbable, Gas Eo(s), Ethiprime, Needle Lenght 12mm, Ethalloy, Rc, Long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 3 Doz 8,450.00 25,350.00 37 Poliglecaprone Monofilament Absorbable Needle Type Round 1/2 Circle Taper Point, Must Be Ultra Sharp With Smooth Strand, Needle Size 26mm Suture Size 2-0 Suture Length 90cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 5,000.00 25,000.00 38 Suture Polyglactin 1 W/ Round Needle , Ultra Sharp With Smooth Strand, 1/2 Circle Tapered Point, 70 Cm, Dyed, Braided, Absorbable, Eto-t.s. Cycle, Needle Length 40mm, Ss420, Rb, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 4,368.00 43,680.00 39 Catgut Absorbable Needle Type Round 1/2 Ultra Sharp With Smooth Strand, Circle Taper Point Needle Size 37mm Suture Size 2-0 Suture Length 30cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 6,000.00 60,000.00 40 Poliglecaprone Monofilament Absorbable Ultra Sharp With Smooth Strand, Needle Type Cutting 3/8 Circle Reverse Cutting Needle Size 19mm Suture Size 4-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 5,000.00 25,000.00 41 Catgut Absorbable Needle Type Round 1/2 Ultra Sharp With Smooth Strand, Circle Taper Point Needle Size 37mm Suture Size 2-0 Suture Length 30cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 6,000.00 60,000.00 42 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Needle Size 26mm Must Be Ultra Sharp With Smooth Strand Suture Size 2-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 43 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Needle Size 19mm Must Be Ultra Sharp With Smooth Strand Suture Size 3-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 44 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 16mm Suture Size 4-0 Suture Length 45cm ;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 45 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting, Ultra Sharp With Smooth Strand, Needle Size 13mm Suture Size 5-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 46 Nylon, Monofilament, Non-absorbable Needle Type 3/8 Circle Micropoint Spatula Ultra Sharp With Smooth Strand Needle Size 6.5mm Suture Size 10-0 Suture Length 30cm Double-ended, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 47 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 36mm Suture Size1-0 Suture Length 90cm Brand Name Vicryl 1-0 Ct;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 48 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 36mm Suture Size 0 Suture Length 75-90cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 49 Polyglactin, Braided, Absorbable Needle Type Round 5/8 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 75cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 50 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 17mm Suture Size 4-0 Suture Length 75cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 51 Polyglactin, Braided, Absorbable Needle Type Round 5/8 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 75cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 52 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 22mm Suture Size 4-0 Suture Length 45cm Antibacterial-coated Ultra Sharp With Smooth Strand;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 53 Polyglactin, Braided, Absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 19mm Suture Size 4-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 54 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 13mm Suture Size 5-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 55 Polyglactin, Braided, Absorbable Needle Type 3/8 Circle Spatulated Ultra Sharp With Smooth Strand Needle Size 11mm Suture Size 6-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 56 Polyglactin, Braided, Absorbable Needle Type 3/8 Circle Micro-point Spatula Ultra Sharp With Smooth Strand Needle Size 6.5mm Suture Size 10-0 Suture Length 10cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 57 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 20mm Suture Size 4-0 Suture Length 90cm Double-ended 180 Box 2,000.00 360,000.00 58 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 31mm Suture Size 0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 30 Box 9,000.00 270,000.00 59 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 18,000.00 1,080,000.00 60 Silk, Braided, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 2,400.00 144,000.00 61 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 3-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 18,000.00 1,080,000.00 62 Silk, Braided, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 19mm Suture Size 3-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 2,400.00 144,000.00 63 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 20mm Suture Size 4-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 30 Box 2,400.00 72,000.00 64 Silk, Braided, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 16mm Suture Size 6-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 240 Box 2,400.00 576,000.00 65 Polyglactin, Braided, Absorbable Needle Type Round 5/8 Circle Taper Point Needle Size 40mm Suture Size 0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 66 Suture Silk 4-0 Without Needle, Length 75cm, Ultra Sharp With Smooth Strand,ties, Braided, Non-absorbbable, Radiation, Long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 67 Suture Polypropylene 3-0 With Round Needle,ultra Sharp With Smooth Strand, Length 70cm,monofilament, Non -absorbable, Gas Eo (s), Needle Lenght 22 Mm, Ss 420, Ct, Long-term Wound Support; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 23 Doz 8,480.00 195,040.00 68 Nylon 6,0 Suture Usp, Length 45cm, Undyed, Braided, Absorbable, Eto-t.s. Cycle, Ethiprime, Needle Length 13mm, Ethalloy, Ct, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality ; Made In Usa/china 10 Pcs 3,400.16 34,001.60 Terms Of Reference Terms Of Delivery: 15-20 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement -single Year Framework Agreement Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Partial Bid Or Line Item Bid. Bid Evaluation/post-qualification During The Evaluation And Post – Qualification Stage, The Twg And Bac Shall Consider The Previous Findings From The Product Quality Assurance Evaluation Report. This Includes Incorporating Assessments Of Product Quality, Performance And Suitability. During The Actual Product Sampling Evaluation, The Bidder’s Representative Shall Be Present. The Product Presented Should Demonstrate “excellent” Performance, As Defined By The Twg And The End-user Based On The Pqae. This “excellent” Mark Signifies That The Product Meets The Needs And Expectations Of Both Medical Experts And The End-user, As Determined Through The Actual Product Samples And Previous Performance Evaluation. In Addition To The Evaluation Process, A Product Demo Or Sample Is Strongly Recommended Particularly For Products That Are New, Unfamiliar To The Twg And End-user. The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 12, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 28, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/85094859247?pwd=dbihhx3ubayttyantc7eaez081wofi.1 Meeting Id: 850 9485 9247 Passcode: 513324 Deadline Of Submission Of Bids February 12, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids February 12, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/88103458254?pwd=omscssurlykg9nnlrphc5371vpndn8.1 Meeting Id: 881 0345 8254 Passcode: 061156 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Bidding Documents Php 25,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before February 12, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 12, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Soon12 Feb 2025
Tender AmountPHP 18.9 Million (USD 324.8 K)
Municipality Of Lake Wood, Zamboanga Del Sur Tender
Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Sur Municipality Of Lake Wood Bids And Awards Committee Invitation To Bid For Procurement Of Construction Materials And Supplies Use For Improvement Of Access Road Leading To Public Cemetery At Poblacion In This Municipality 1. The Local Government Unit Of Lake Wood, Zamboanga Del Sur, Through The 20% Ldf (2025) Intends To Apply The Sum Of Three Hundred Twenty-eight Thousand One Hundred Seventy-five Pesos Only (php 328,175.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Construction Materials And Supplies Use For Improvement Of Access Road Leading To Public Cemetery At Poblacion In This Municipality. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lake Wood, Zamboanga Del Sur Now Invites Bids For Procurement Of Construction Materials And Supplies Use For Improvement Of Access Road Leading To Public Cemetery At Poblacion In This Municipality. Completion Of The Works Is Required Thirty (30) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bac Office Lake Wood, Zamboanga Del Sur And Inspect The Bidding Documents At The Address Given Below From February 06, 2025 To February 13, 2025 During Office Hours Except Saturday, Sunday And Holidays. February 06, 2025 To February 13, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00) And One Thousand Pesos (php 1,000.00) For Letter Of Intent. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Local Government Unit Of Lake Wood, Zamboanga Del Sur Will Hold A Pre-bid Conference On _____________________________, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:30 P.m. Of February 14, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of February 17, 2025 At Bac Office, Lake Wood, Zamboanga Del Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Procuring Entity Is The Local Government Unit Of Lake Wood, Zamboanga Del Sur With Office Address At Municipal Hall, Lake Wood, Zamboanga Del Sur. 8. The Local Government Unit Of Lake Wood, Zamboanga Del Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Evelyn A. Manlupig Head, Bac Secretariat Lgu-lake Wood, Zds Sgd.jarinel L. Gumandal Bac Chairperson
Closing Soon13 Feb 2025
Tender AmountPHP 328.1 K (USD 5.6 K)
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: Nsn 7h-4820-011875068, Tdp Ver 006, Qty 13 Ea, Delivery Fob Origin. This Notice Of Intent Is Not A Request For Competitive Quotes And The Proposed/contract Action Is For Supplies Or Services For Which The Government Intends To Negotiate With Only One Sourece. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Quotes. Quotes Received Prior To The Award Date Will Be Considered By The Government.a Determination By The Government Not To Compete 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. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase / Contract Repair Of This Part From Additional Sources. It Has Been Determined To Be Uneconomical To Buy The Data Or Rights To The Data. It Is Uneconomical To Reverse Engineer The Part. All Firms Should Include Their Cage Code On Solicitation Requests. Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single 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 Assist Help Desk At 215-697-2667 Or 215-697-2179(dsn: 442-2667), Or Mail Their Requestdla Document 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, Quotations Or Capability Statements. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) After Date 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 To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In The Solicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Date18 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Housekeeping Services
United States
Details: Please Refer To Attached Amendment - Vendor Q&a36c24425q0230 0001
section A: Description This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, In Conjunction With Far Part 13 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. This Solicitation Is Issued As An Rfq, Number 36c24425q0230. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02 Effective 01/03/2025. The Complete Text Of Any Of The Clauses And Provisions May Be Accessed In Full Text At Far | Acquisition.gov. This Solicitation Is Being Competed On A Full And Open Competitive Basis. The Government Reserves The Right To Make Split Awards As A Result Of This Solicitation. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 812332 Industrial Launders, With A Small Business Size Standard Of $47 Million. The Fsc/psc Is S209 - Housekeeping Laundry/drycleaning. Complete Instructions For Submitting A Response To This Solicitation And Applicable Provisions And Clauses Are Found In 36c24425q0230. All Offerors Are Advised To Pay Careful Attention To The Quote Submission Instructions As There Are Very Specific Instructions As What Is Required To Be Provided. The Contract Period Of Performance (pop) Is Anticipated To Be 03/24/2025 Through 03/23/2030. Should Issuance Of The Award Occur On A Different Date, The Performance Period Will Be Adjusted Accordingly. Any Award Resulting From This Solicitation Will Be Issued On A Standard Form 1449. Note: To Receive An Award Resulting From This Solicitation, Offerors Must Be Registered In The System For Award Management (sam) Database. Registration May Be Done Online At: Www.acquisition.gov Or Www.sam.gov. Section B: Statement Of Work The Pittsburgh, Pa Contracting Office Is Seeking Uniform Rental, Alteration And Laundering Services To Support The Wilkes Barre Va Medical Center, Located At 1111 East End Blvd., Wilkes Barre, Pa 18711. See Attached Statement Of Work (sow) For Complete Details. Section C: Price Schedule All Interested Companies Shall Provide Quotations For The Following: Supplies/services Quantities Listed Are Estimates. While Week Is The Unit Of Measure In This Combined Synopsis, Vendors May Price The Work In Other Industry-wide Acceptable Units, Such As Lbs. Line Item Description Quantity Unit Of Measure Unit Price Total Price 0001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 1 52 Wk 1001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 2 52 Wk 2001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 3 52 Wk 3001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 4 52 Wk 4001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 5 52 Wk Place Of Performance: Wilkes Barre Va Medical Center 1111 East End Blvd. Wilkes Barre, Pa 18711 Section D: Evaluation Of Quotations The Government Will Select The Quote That Represents The Best Benefit To The Government At A Price That Can Be Determined Reasonable. Specific Information To Be Included In Quotes Is Detailed Below In Instructions To Offerors Commercial Items . Following Receipt Of Quotes, The Government Will Perform A Comparative Evaluation Of The Services Quoted In Accordance With Far 13.106-2(b)(3). The Government Will Compare Quotes To One Another To Select The Quote That Best Benefits The Government By Fulfilling The Requirement. Additional Information Pertaining To Comparative Evaluation Is Below: What Comparative Evaluation Is: It Is The Direct Comparison Of One Quotation/offer With Another In A Uniform And Fair Manner To Determine Which Quote/offer Provides The Government What It Needs, Where And When, As Identified In The Rfq It Is An Assessment Of Which Response Is The Best As A Whole Once One Quotation/offer Is Found Acceptable, It Is Compared Side By Side To The Remaining Ones, And The Best One Is Chosen What Comparative Evaluation Is Not: It Does Not Individually Evaluate Quote/offers Against Specified Evaluation Factors It Does Not Assign A Rating Using A Color, Numerical, Or Other Rating Methodology Although The Process Is Not Prohibited, It Does Not Require Additional Evaluation To Determine If Minimal Advantage Is Worth A Minimal Or Normal Price Difference It Is Not A Low Price Technically Acceptable (lpta) Or Trade-off Process Contractors May Submit More Than One Quote; However, Contractors Are Strongly Encouraged To Submit Their Best Technical Solutions And Prices In Response To This Request For Quote. All Quotes Must Be Submitted By The Deadline To Be Considered For Evaluation. The Government Reserves The Right To Not Select Any Quotes For Award. Additionally, The Government Reserves The Right To Cancel This Solicitation At Any Time Without Making Award. The Contractor Is Responsible For All Quote Preparation Costs, Which, Under No Circumstances, Will Be Paid Or Otherwise Provided For By The Government. Once The Government Determines There Is/are A Contractor(s) That Can Provide A Service That Meet(s) The Requirements Of This Request For Quote, The Government Reserves The Right To Communicate With Only Those Contractors Quoting The Best-suited Service To Address Any Remaining Issues. The Contracting Officer Will Evaluate Technical Capability, Price, And Past Performance. Section E: Clauses And Provisions The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services Offeror Must Ensure That Proposal Is Submitted Timely To Ensure Delivery And Receipt By The Due Date And Time Identified Herein. Offer Shall Be Submitted Electronically Via Email, To Stephanie.mcfadden@va.gov. In Addition To The Requirements Of Far 52.212-1, Offeror Shall: (a) Complete Provision 52.212-3. Note: An Offeror Needs Only To Complete Paragraph If The Offeror Has Completed The Annual Representations And Certifications Electronically In The System For Award Management Database. Otherwise, Complete Paragraphs (c) Through (o) As Applicable. (b) Offeror Shall Submit A Capability Statement Demonstrating Their Technical Capability And Ability To Meet The Full Scope (all Elements) Of The Statement Of Work. (c) Offeror Shall Submit At Least One Similarly Scoped/relevant Past Performance Reference, Including Both The Reference Information And Details Of The Work Performance; Past Performance Information Shall Be Recent And Relevant Work. Offerors May Submit More Than One Past Performance Reference; Doing So Further Demonstrates The Offeror S Ability To Perform The Work. The Contracting Officer May Also Utilize All Available Records (e.g. Ppiprs And Fapiis) As Well. A Determination Of Contractor Responsibility Will Be Conducted. Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Provision) Far Number Title Date 52.204-7 System For Award Management Nov 2024 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.229-11 Tax On Certain Foreign Procurements Notice And Representation Jun 2020 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) The Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Paragraph (c)(1) In The Provision At 52.204 26, Covered Telecommunications Equipment Or Services Representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212 3, Offeror Representations And Certifications Commercial Products And Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Paragraph (c)(2) Of The Provision At 52.204 26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212 3. Definitions. As Used In This Provision Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services. (d) Representations. The Offeror Represents That (1) It [ ] Will, [ ] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds Will In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds Does In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded Will In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded Does In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.204-26 Covered Telecommunications Equipment Or Services Representation (oct 2020) (a) Definitions. As Used In This Provision, Covered Telecommunications Equipment Or Services And Reasonable Inquiry Have The Meaning Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services . (c) Representations. (1) The Offeror Represents That It [ ] Does, [ ] Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument. (2) After Conducting A Reasonable Inquiry For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. (end Of Provision) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) (a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (c) Procedures. (1) The Offeror Shall Search For The Phrase Fascsa Order In The System For Award Management (sam)(https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)). (3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation. (d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e). (e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer: (1) Name Of The Product Or Service Provided To The Government; (2) Name Of The Covered Article Or Source Subject To A Fascsa Order; (3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror; (4) Brand; (5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); (6) Item Description; (7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used; (f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver. (end Of Provision) 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Indefinite Quantity Contract Resulting From This Solicitation. (end Of Provision) (end Of Addendum To 52.212-1) 52.212-2 Evaluation Commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible 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: 1) Technical Capability 2) Past Performance 3) Price (b) Evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: 1) Technical Capability: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. Please Provide An Explanation Of Your Firm S Ability To Meet And/or Exceed The Technical Aspects Of This Solicitation. 2) Past Performance: Offerors Shall Provide At Least One Relevant Past Performance Reference. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. 3) Price: The Government Will Evaluate The Price By Adding The Total Of All Line-item Prices. The Total Evaluated Price Will Be That Sum. (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) Addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause) Far Number Title Date 52.204-13 System For Award Management Maintenance Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.223-2 Reporting Of Biobased Products Under Service And Construction Contracts May 2024 52.237-3 Continuity Of Services Jan 1991 52.216-18 Ordering (aug 2020) (a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 03/24/2025 Through 03/23/2030. (b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control. (c) A Delivery Order Or Task Order Is Considered "issued" When (1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail; (2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or (3) If Sent Electronically, The Government Either (i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or (ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address. (d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract. (end Of Clause) 52.216-19 Order Limitations (oct 1995) (a) Minimum Order. When The Government Requires Supplies Or Services Covered By This Contract In An Amount Of Less Than $2,500.00, The Government Is Not Obligated To Purchase, Nor Is The Contractor Obligated To Furnish, Those Supplies Or Services Under The Contract. (b) Maximum Order. The Contractor Is Not Obligated To Honor (1) Any Order For A Single Item In Excess Of To Be Determined At Award; (2) Any Order For A Combination Of Items In Excess Of To Be Determined At Award; Or (3) A Series Of Orders From The Same Ordering Office Within 10 Days That Together Call For Quantities Exceeding The Limitation In Paragraph (b)(1) Or (2) Of This Section. (c) If This Is A Requirements Contract (i.e., Includes The Requirements Clause At Subsection 52.216-21 Of The Federal Acquisition Regulation (far)), The Government Is Not Required To Order A Part Of Any One Requirement From The Contractor If That Requirement Exceeds The Maximum-order Limitations In Paragraph (b) Of This Section. (d) Notwithstanding Paragraphs (b) And (c) Of This Section, The Contractor Shall Honor Any Order Exceeding The Maximum Order Limitations In Paragraph (b), Unless That Order (or Orders) Is Returned To The Ordering Office Within 5 Days After Issuance, With Written Notice Stating The Contractor's Intent Not To Ship The Item (or Items) Called For And The Reasons. Upon Receiving This Notice, The Government May Acquire The Supplies Or Services From Another Source. (end Of Clause) 52.216-21 Requirements (oct 1995) (a) This Is A Requirements Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies Or Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract. Except As This Contract May Otherwise Provide, If The Government's Requirements Do Not Result In Orders In The Quantities Described As "estimated" Or "maximum" In The Schedule, That Fact Shall Not Constitute The Basis For An Equitable Price Adjustment. (b) Delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. Subject To Any Limitations In The Order Limitations Clause Or Elsewhere In This Contract, The Contractor Shall Furnish To The Government All Supplies Or Services Specified In The Schedule And Called For By Orders Issued In Accordance With The Ordering Clause. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations. (c) Except As This Contract Otherwise Provides, The Government Shall Order From The Contractor All The Supplies Or Services Specified In The Schedule That Are Required To Be Purchased By The Government Activity Or Activities Specified In The Schedule. (d) The Government Is Not Required To Purchase From The Contractor Requirements In Excess Of Any Limit On Total Orders Under This Contract. (e) If The Government Urgently Requires Delivery Of Any Quantity Of An Item Before The Earliest Date That Delivery May Be Specified Under This Contract, And If The Contractor Will Not Accept An Order Providing For The Accelerated Delivery, The Government May Acquire The Urgently Required Goods Or Services From Another Source. (f) Any Order Issued During The Effective Period Of This Contract And Not Completed Within That Period Shall Be Completed By The Contractor Within The Time Specified In The Order. The Contract Shall Govern The Contractor's And Government's Rights And Obligations With Respect To That Order To The Same Extent As If The Order Were Completed During The Contract's Effective Period; Provided, That The Contractor Shall Not Be Required To Make Any Deliveries Under This Contract After 03/23/2030. (end Of Clause) 52.216-22 Indefinite Quantity (oct 1995) (a) This Is An Indefinite-quantity Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies And Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract. (b) Delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. The Contractor Shall Furnish To The Government, When And If Ordered, The Supplies Or Services Specified In The Schedule Up To And Including The Quantity Designated In The Schedule As The "maximum." The Government Shall Order At Least The Quantity Of Supplies Or Services Designated In The Schedule As The "minimum." (c) Except For Any Limitations On Quantities In The Order Limitations Clause Or In The Schedule, There Is No Limit On The Number Of Orders That May Be Issued. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations. (d) Any Order Issued During The Effective Period Of This Contract And Not Completed Within That Period Shall Be Completed By The Contractor Within The Time Specified In The Order. The Contract Shall Govern The Contractor's And Government's Rights And Obligations With Respect To That Order To The Same Extent As If The Order Were Completed During The Contract's Effective Period; Provided, That The Contractor Shall Not Be Required To Make Any Deliveries Under This Contract After 03/23/2030. (end Of Clause) 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. (end Of Clause) 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. (end Of Clause) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor. (end Of Clause) (end Of Addendum To 52.212-4) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2024) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). [] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). [] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) [x] (4) 52.203 17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community See Far 3.900(a). [x] (5) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (6) [reserved] [] (7) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (8) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [x] (9) 52.204 27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117 328). [] (10) 52.204 28, Federal Acquisition Supply Chain Security Act Orders Federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115 390, Title Ii). [x] (11)(i) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023) (pub. L. 115 390, Title Ii). [] (ii) Alternate I (dec 2023) Of 52.204 30. [x] (12) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note). [] (13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). [] (14) [reserved] [] (15) 52.219 3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a). [x] (16) 52.219 4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). [] (17) [reserved] [] (18)(i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-6. [] (19)(i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-7. [] (20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). [] (21)(i) 52.219 9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). [] (ii) Alternate I (nov 2016) Of 52.219-9. [] (iii) Alternate Ii (nov 2016) Of 52.219-9. [] (iv) Alternate Iii (jun 2020) Of 52.219 9. [] (v) Alternate Iv (sep 2023) Of 52.219 9. [] (22)(i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). [] (ii) Alternate I (mar 2020) Of 52.219-13. [] (23) 52.219 14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s). [] (24) 52.219-16, Liquidated Damages Subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). [] (25) 52.219 27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15 U.s.c. 657f). [x] (26) (i) 52.219 28, Post-award Small Business Program Representation (feb 2024) (15 U.s.c. 632(a)(2)). [] (ii) Alternate I (mar 2020) Of 52.219 28. [] (27) 52.219 29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). [] (28) 52.219 30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). [] (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). [] (30) 52.219 33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s). [x] (31) 52.222-3, Convict Labor (jun 2003) (e.o. 11755). [] (32) 52.222 19, Child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). [x] (33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [x] (34)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (feb 1999) Of 52.222-26. [x] (35)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). [] (ii) Alternate I (jul 2014) Of 52.222-35. [x] (36)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). [] (ii) Alternate I (jul 2014) Of 52.222-36. [x] (37) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). [] (38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). [x] (39)(i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [x] (40) 52.222-54, Employment Eligibility Verification (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) [] (41)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671, Et Seq.). [] (43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671, Et Seq.). [] (44) 52.223-20, Aerosols. (may 2024) (42 U.s.c. 7671, Et Seq.). [] (45) 52.223-21, Foams (may 2024). (42 U.s.c. 7671, Et Seq.). [x] (46) 52.223-23, Sustainable Products And Services (may 2024) (e.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671i). [] (47)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). [] (ii) Alternate I (jan 2017) Of 52.224-3. [] (48)(i) 52.225-1, Buy American Supplies (oct 2022) (41 U.s.c. Chapter 83). [] (ii) Alternate I (oct 2022) Of 52.225-1. [x] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (nov 2023) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. [] (ii) Alternate I [reserved]. [] (iii) Alternate Ii (dec 2022) Of 52.225-3. [] (iv) Alternate Iii (feb 2024) Of 52.225-3. [] (v) Alternate Iv (oct 2022) Of 52.225-3. [] (50) 52.225 5, Trade Agreements (nov 2023) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). [] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). [] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). [x] (55) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513) [x] (56) 52.229 12, Tax On Certain Foreign Procurements (feb 2021). [] (57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [] (58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [x] (59) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (60) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332). [] (61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). [] (62) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). [x] (63) 52.240 1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act Covered Foreign Entities (nov 2024) (sections 1821 1826, Pub. L. 118 31, 41 U.s.c. 3901 Note Prec.). [] (64) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)). [] (65)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). [] (ii) Alternate I (apr 2003) Of 52.247-64. [] (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [x] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [x] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). Employee Class Monetary Wage-fringe Benefits [x] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). [] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). [] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). [x] (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). [x] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). [] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause (i) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203 17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712). (iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (v) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (vi) 52.204 27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117 328). (vii) (a) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023) (pub. L. 115 390, Title Ii). (b) Alternate I (dec 2023) Of 52.204 30. (viii) 52.219 8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). (xi) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (xii) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xvi)(a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (may 2022) (e. O. 12989). (xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xxi) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xxii)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232 40. (xxvi) 52.240 1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act Covered Foreign Entities (nov 2024) (sections 1821 1826, Pub. L. 118 31, 41 U.s.c.3901 Note Prec.). (xxvii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) Section F: Additional Information Award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. The Following Are The Decision Factors: - Price - Technical Capability - Past Performance The Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. Questions Questions In Response To This Notice Shall Be Submitted Via Email Only To Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00pm, Et, Monday, January 27, 2025. Questions May Or May Not Result In An Extension Of The Solicitation. Sources Sought 36c24425q0230 Must Be Included In The Subject Line Of The Email. Due Date Submission Of Your Response Shall Be Submitted Via Email Only To Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00pm, Thursday, February 13, 2025. Sources Sought 36c24425q0230 Must Be Included In The Subject Line Of The Email. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). The Response Shall Demonstrate The Ability To Meet The Requirements In The Solicitation. Specifically, Through Past Performances Of Providing Uniform Rental, Repair And Laundering Services To The Va Or Other Government Agencies. Quotes Shall Clearly And Completely Address The Technical Elements Listed In The Sow. Responses To These Elements Will Form The Basis Of Determining The Technical Acceptability Of The Quote. A Quote May Be Considered Not Technically Acceptable If Inadequate Or Insufficient Information Is Submitted, Which May Exclude The Quote From Further Consideration. Government May Make Award Based On The Initial Quotes Received; Therefore, An Offeror Should Submit Its Best Pricing With Its Quote. Pricing Submitted In Offeror Quote Shall Be Listed As Five Separate Line Items: One For Each Ordering Period As Outlined In Sow. Offerors Are Hereby Advised That Any Offeror-imposed Terms And Conditions That Deviate From The Government S Material Terms And Conditions Established By The Solicitation May Render The Quote Unacceptable And, Therefore, Ineligible For Award. The Government Intends To Issue A Single Award Resulting From This Solicitation. Attachments
Closing Soon13 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: U.s. Army Corps Of Engineers, Southwestern Division (swd), Tulsa District (swt) Intends To Issue A Commercial Solicitation, W912bv25q0015 For Janitorial Services For Wister Lake, Oklahoma. The Work Required Under This Specification Provides For Labor, Supervision, Transportation, Equipment, And Supplies To Perform Janitorial Services At Designated Areas At Wister Lake. The Solicitation Will Be Issued As A 100% Small Business Set-aside. The North American Industrial Classification System (naics) Code Is 562720. Solicitation Issue Date Is Anticipated To Be On Or About 01/15/2025. Contractors Must Have An Active Registration In The System For Award Management (sam) At Time Of Quote In Order To Receive A Government Contract Award. Sam Registration Must Also Be Active At Time Of Award In Order To Receive A Government Contract Award. Sam Registrations Shall Remain Active Throughout Contract Performance In Order To Comply With The Annual Representations And Certifications Requirements. To Register, The Sam.gov Internet Address Is: Https://sam.gov/ The Solicitation Will Be Issued Via Internet Only On The Piee Website At Https://piee.eb.mil/. It Is The Contractor?s Responsibility To Monitor The Above-listed Internet Address For Any Posted Changes. All Amendments Posted Shall Be Signed And Submitted With The Quote.
Closing Soon10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: Nsn 7r-4220-016880647-sx, Ref Nr 64510-105, Qty 106 Ea, Delivery Fob Origin. 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. 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.
Closing Date3 Mar 2025
Tender AmountRefer Documents
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Cantenio, Quinapondan, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Two Hundred Thousand Pesos Only (php3,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-051 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Cantenio, Quinapondan, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 801(1) – Removal And Obstruction Of Structure (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (76.35 Cu.m.), Item No. 804(1)a – Embankment From Structure Excavation (54.15 Cu.m.), Item No. 804(4) – Gravel Fill (38.29 Cu.m.), Item No. 900(1)c2 – Structural Concrete (footings And Slab On Fill), Class A, 28 Days (54.51 Cu.m.), Item No. 900(1)c3 – Structural Concrete (footing Tie Beams), Class A, 28 Days (7.05 Cu.m.), Item No. 900(1)c4 – Structural Concrete (column), Class A, 28 Days) (16.08 Cu.m.), Item No. Structural Concrete (beams/girders), Class A, 28 Days (9.87 Cu.m), Item No. 902(1)a – Reinforcing Steel (deformed) Grade 40 (8,579.68 Kg), .), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 1047(6) – Metal Structures Accessories , Steel Plates 565.20 Kg),item No. 1047(3)a – Metal Structure Accessories, Bolts (84.00 Each), Item No. 505(2)a – Grouted Riprap, Class A (36.17 Cu.m.), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 07, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Soon7 Feb 2025
Tender AmountPHP 3.2 Million (USD 54.7 K)
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1 Taft Central Elementary School, Taft, E. Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Two Hundred Thousand Pesos Only (php3,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-057 Construction Of Multi-purpose Building (covered Court) Phase-1 Taft Central Elementary School, Taft, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No.803(1)a – Structure Excavation (common Soil) (80.23 Cu.m.), Item No. 804(1)b – Embankment From Common Borrow (47.19 Cu.m.), Item No. 804(4) – Gravel Bedding (48.85 Cu.m, Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1) – Reinforcing Steel (deformed) (10,881.63 Kg), Item No. 900(1)c2 – Structural Concrete For Footing And Slab On Fill (67.80 Cu.m.), Item No. 900(1) – Structural Concrete For Footing Tie Beam, Column, Beam (45.54 Cu.m.)1047(5) – Metal Structures Accessories (steel Plate) (584.20 Kg), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (84.00 Pc), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 23, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 07, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Soon7 Feb 2025
Tender AmountPHP 3.2 Million (USD 54.7 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n712.28|aan|717-605-3550|sarah.r.haley2.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
option For Increased Quantity (mar 1989)|1|365 Days|
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
annual Representations And Certifications (may 2024)|13|334515|750 Emp.||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
The Purpose Of This Amendment Is To://extend The Offer Due Date
The Offer Due Date Is Extended To 21 Feb 2025.
All Other Terms And Conditions Remain The Same.
Poc: Sarah Haley Email: Sarah.r.haley2.civ@us.navy.mil
The Purpose Of This Amendment Is To://extend The Offer Due Date
The Offer Due Date Is Extended To 24 Jan 2025.
All Other Terms And Conditions Remain The Same.
Poc: Sarah Haley Email: Sarah.r.haley2.civ@us.navy.mil
the Purpose Of This Amendment Is To://extend The Offer Due Date
The Offer Due Date Is Extended To 27 Dec 2024.
All Other Terms And Conditions Remain The Same.
Poc: Sarah Haleyemail: Sarah.r.haley2.civ@us.navy.mil
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. Do Not Include The Cost For Shipping
material.
freight Is Fob Origin.
government Source Inspection And Acceptance Is Required.
please Provide The Following Information:
unit Price:__________ Firm
total Price:__________ Firm
procurement Turnaround Time (ptat) :__________
awardee Cage: __________
inspection & Acceptance Cage, If Not At Source:__________
delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________
required Shipping Procedure Is Military Packaging And Bar Coding.
Important Traceability Notice
1. If You Are Not The Manufacturer Of The Material You Are Offering, You Must State Who The Manufacturer Is (name & Cage Code) And Provide Traceability Information, If Requested, Prior To Receiving An Award. The Evidence Must Be Submitted Within 2 Days, Or As
otherwise Specified, Or The Offer May Not Be Considered.
2. By Submitting A Quotation Or Offer, The Contractor Agrees That, When The Contractor Is Not The Manufacturer Of The Item, It Is Confirming That It Currently Has Or Will Obtain Before Award And Shall Retain Documented Evidence (supply Chain Traceability
documentation) That The Item Is From The Approved Manufacturer And Conforms To The Technical Requirements. The Retention Period Is Five Years After Final Payment Under This Contract.
3. At A Minimum, The Supply Chain Traceability Documentation For The Item Shall Include: Basic Item Description, Part Number And/or National Stock Number, Manufacturing Source, Manufacturing Source's Commercial And Government Entity (cage) Code, And Clear
identification Of The Name And Location Of All Supply Chain Intermediaries Between The Manufacturer To The Contractor To Item(s) Acceptance By The Government. The Documentation Should Also Include, Where Available, The Manufacturer's Batch Identification For The
time(s), Such As Date Codes Lot Codes, Or Serial Numbers As Date Codes Lot Codes, Or Serial Numbers.
4. Examples Of Traceability Information/documentation: The Invoice Received By The Offeror From The Approved Source Ie. Oem Or From An Authorized Dealer/distributor For The Approved Source. Or A Letter/official Email From The Oem Confirming Offeror Is Authorized
to Resell Their Items. Or The Packing Slip That Accompanied The Shipment To The Offeror/ Contractor From The Approved Source, Or From An Authorized Dealer/distributor For The Approved Source.
any Questions Should Be Directed To The Poc For This Solicitation.
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Ofsupplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. 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.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Base Server W/p600 .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Base Server W/p600 Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;53711 8729557-1
0mjf9 535-200036-12629-2
0mjf9 535-200036-12629-cf2;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
Closing Date21 Feb 2025
Tender AmountRefer Documents
9441-9450 of 10000 active Tenders