82 MACHO ACO LIGA DORMER. 37 PINO FEMEA. 9,070 103960 FRESA MAKITA P/TUPIA 1/4'JG 3PC-D16461.
Invitation for Bids1. The Government of the People’s Republic of Bangladesh has received a loan from theAsian Development Bank (ADB) towards the cost of Power System Efficiency ImprovementProject. Part of this loan will be used for payments under the contract named above. Bidding isopen to Bidders from eligible source countries of the ADB.2. The Bangladesh Power Development Board (BPDB, the Employer) invites sealed bidsfrom experienced eligible bidders for the construction and completion of Engineering, Design,Manufacturing, Inspection, Testing, Delivery to the Site, Installation, Testing & CommissioningPerformance test and related Civil and Building works including necessary auxiliaries andancillaries on Turnkey basis of grid connected PV Plant, evacuation overhead line at 11 kV andgrid connection facilities at Kaptai. The Bidder shall also provide 2 (two) years warrantyperiod/defect liability period and 4 (four) years Long Term Service Agreement (LTSA) next tothe completion of 2 (two) years warranty period/ defect liability period.3.
International competitive bidding will be conducted in accordance with ADB's SingleStage Two Envelope Bidding Procedure and is open to all Bidders from eligible countries asdescribed in Section 5 of the Bidding Documents.4. Advance Procurement NoticeBase program for fiscal year 2017/2018CFB Bagotville and related satellite sites(with Security Requirements)Purpose of this Advance Procurement NoticeThis is not a bid solicitation. This is an advance notice of a program with anticipated security requirements to provide interested consultants/contractors an opportunity to apply for security clearances. The EuroAsia Interconnector project links the electrical systems of Israel, Cyprus and continental Greece (via Crete) through 500KV sub-marine DC cables and HVDC onshore stations in each country/location and have a total capacity of 2 000MW. The project creates an energy bridge between the two continents with a total length of the interconnector of 1 520 km, and creates a reliable alternative corridor for transferring electricity to Europe and allow for reverse transmission of electricity.Stage 1 of the EuroAsia Interconnector consist of a 500 kV submarine cable with a total capacity of 1 000 MW and 8 HVDC onshore stations.The project promoter of the EuroAsia Interconnector is EuroAsia Interconnector Limited, a subsidiary of Cyprus-based Quantum Energy Limited and with the participation of Greek Public Power Corporation (PPC) S.A.
The order includes the electrotechnical and mechanical maintenance work including- welding works,- inspection and repair of the structure and parts of the structure above the water line, and- Coating, insulation and scaffolding work at offshore and onshore converter stations. The project aims at the construction of five electrical point heating systems, W1, W4, W4a, W5, W5a, at Darmstadt station, as a replacement for the existing plants W1, W1a, W4, W4a, W5, W5a. The new switch heating station W1 replaces the old station W1 and 1a and heats the switches W 337, W 338, W 318, W 319, W 336, W 341 and W 342. The new point heating station W4 replaces the old station W4 and heats the points W142, W143, W144, W145, W146, W147, W148, W151, W152, W153, W154, W152, W156, W157, W161, W162 and W163. The new switch heating station W4a replaces the old station W4a and heats the switches W34, W35, W36, W37, W38, W39, W44, W51, W52, W61 and W62. The new point heating station W5 replaces the old station W5 and heats the switches W13, W14, W15, W16, W17, W18, W19, W20, W21, W22, W121, W123, W134 and W135.
The new point heating station W5a replaces the old station W5a and heats the points W1, W2, W3, W4, W11 and W12. The 61 points are equipped with new heating systems. The old point heating stations W1, W4 and W5 with the respective outer distributors W1a, W4a and W5a are completely rebuilt. The corresponding extensive civil engineering services (track crossings and cable ducts) are to be implemented.
The point heating stations are connected by means of a data line to the control and monitoring device in the signal box Df (operational location). The control and monitoring device manufactured by Pintsch is operated by Fdl Darmstadt on the Df (Darmstadt FDL) switchboard using a touch screen PC. For the power supply from the overhead line network, appropriate adjustments must be made to the overhead line. Three new masts as well as 5 new switches are being built for this purpose. The execution plans for all trades, EWHA - 50Hz; Civil engineering and supervision are to be carried out, including a plan inspection. The project aims at the construction of five electrical point heating systems, W1, W4, W4a, W5, W5a, at Darmstadt station, as a replacement for the existing plants W1, W1a, W4, W4a, W5, W5a. The new switch heating station W1 replaces the old station W1 and 1a and heats the switches W 337, W 338, W 318, W 319, W 336, W 341 and W 342.
The new point heating station W4 replaces the old station W4 and heats the points W142, W143, W144, W145, W146, W147, W148, W151, W152, W153, W154, W152, W156, W157, W161, W162 and W163. The new switch heating station W4a replaces the old station W4a and heats the switches W34, W35, W36, W37, W38, W39, W44, W51, W52, W61 and W62. The new point heating station W5 replaces the old station W5 and heats the switches W13, W14, W15, W16, W17, W18, W19, W20, W21, W22, W121, W123, W134 and W135.
The new point heating station W5a replaces the old station W5a and heats the points W1, W2, W3, W4, W11 and W12. The 61 points are equipped with new heating systems. The old point heating stations W1, W4 and W5 with the respective outer distributors W1a, W4a and W5a are completely rebuilt. The corresponding extensive civil engineering services (track crossings and cable ducts) are to be implemented. The point heating stations are connected by means of a data line to the control and monitoring device in the signal box Df (operational location).
The control and monitoring device manufactured by Pintsch is operated by Fdl Darmstadt on the Df (Darmstadt FDL) switchboard using a touch screen PC. For the power supply from the overhead line network, appropriate adjustments must be made to the overhead line. Three new masts as well as 5 new switches are being built for this purpose. The execution plans for all trades, EWHA - 50Hz; Civil engineering and supervision are to be carried out, including a plan inspection. The Welsh Government is seeking a fleet of three vessels to be used throughout the Welsh Zone including the St George’s Channel and Celtic Deep as well as inshore and intertidal waters.
The three vessels envisaged will include a vessel not exceeding the 24m loadline length of the MCA Workboat Code designated Southern Fisheries Patrol Vessel SFPV, a vessel of no greater than 19m length overall designated Northern Fisheries Patrol Vessel NFPV, and a Cabin RIB of about 12m overall length designated C-RIB. II.1.6) Information about lots This contract is divided into lots: Yes II.1.7) Total value of the procurement Value excluding VAT: 6 668 935.00 GBP II.2) Description Lot No: 1 II.2.1) Title Southern Fisheries Patrol Vessel (SFPV) II.2.2) Additional CPV code(s) 345000 345100 9832100 II.2.3) Place of performance NUTS code: UKL Main site or place of performance: The build process may take place in the successful contractor's own dockyard, or at a nominated location as agreed by the Client. II.2.4) Description of the procurement The SFPV vessel shall be used in the Welsh Zone but shall be capable of operating, in co-operation with the UK Royal Navy and other EU forces. Predominant area of operations will be the South, South-West and West of Wales with patrols extending out into the Celtic Deep including St George’s Channel. Being a year round activity, there will be unavoidable periods of very severe weather.
The primary task for this vessel is to carry out patrol and boarding duties. The patrol and enforcement work would need to take account of weather conditions by planning, both in respect of the capability of the vessel on station but also with respect to RIB boarding possibilities. II.2.5) Award criteria Quality criterion: Technical response / Weighting: 50 Quality criterion: Project / Quality Management / Weighting: 20 Price / Weighting: 30 II.2.11) Information about options Options: Yes Description of options: The Client reserves the right to purchase additional parts and maintenance services as required to ensure successful delivery, handover and running of the vessel. These must be included in bidders' commercial offerings to be provided at ITT stage. II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No II.2.14) Additional information The SFPV shall enforce fisheries and environmental legislation year round for monitoring and prevention of illegal fishing, recover, inspect, stow static and mobile fishing gears to include pots, drift nets, trawl nets; operate a 6.5m RIB (Rigid Inflatable Boat) with a maximum of four (4) officers in Sea State 3-4,tow vessels up to a similar size. Lot No: 2 II.2.1) Title Northern Fisheries Patrol Vessel (NFPV) II.2.2) Additional CPV code(s) 345000 345100 9832100 II.2.3) Place of performance NUTS code: UKL Main site or place of performance: The build process may take place in the successful contractor's own dockyard, or at a nominated location as agreed by the Client.
II.2.4) Description of the procurement The NFPV will be used in the Welsh Zone but capable of operating, in co-operation with the UK Royal Navy and other EU forces. Predominant area of operations will be the North, North-West and West of Wales. Operation in the South West including the Celtic Deep is to be possible. Primary task of the vessel is to carry out patrol and boarding duties via a RIB.
Other tasks will include intertidal fisheries, scientific, enforcement work around the coast of Wales. For intertidal work the vessel shall be able to proceed into shallow water and take the ground (predominantly soft sand). The vessel will refloat without damage once the tide returns. Power for operations, including ATV launch and recovery is required whilst the vessel is dry. II.2.5) Award criteria Quality criterion: Technical response / Weighting: 50 Quality criterion: Project / Quality Management / Weighting: 20 Price / Weighting: 30 II.2.11) Information about options Options: Yes Description of options: The Client reserves the right to purchase additional parts and maintenance services as required to ensure successful delivery, handover and running of the vessel.
These must be included in bidders' commercial offerings to be provided at ITT stage. II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No II.2.14) Additional information Conduct enforcement tasks year round for monitoring and prevention of illegal fishing: recover, inspect, stow static and mobile fishing gears to include pots, drift nets, trawl nets; operate a 5m RIB (Rigid Inflatable Boat) with maximum of 3 officers in sea state 3. Tow vessels of a similar size. Beach and operate in sheltered intertidal regions for a period of tide.
Deploy up to two ATVs. Lot No: 3 II.2.1) Title Cabin RIB (CRIB) II.2.2) Additional CPV code(s) 345210 345100 3450000 II.2.3) Place of performance NUTS code: UKL Main site or place of performance: The build process may take place in the successful contractor's own dockyard, or at a nominated location as agreed by the Client. II.2.4) Description of the procurement The C-RIB shall be used in the Welsh Zone but shall be capable of operating, in co-operation with the UK Royal Navy and other EU forces.Predominant area of operations will be around Aberystwyth in inshore waters 0-12nm and operating typically no further than 20nm offshore but capable of operating up to 60nm from a safe haven in line with Cat 2 coding, providing sustained autonomous operations up to one complete day, albeit refuelling after a journey of approximately 200nm may be undertaken.
II.2.5) Award criteria Quality criterion: Technical response / Weighting: 50 Quality criterion: Project / Quality Management / Weighting: 20 Price / Weighting: 30 II.2.11) Information about options Options: Yes Description of options: The Client reserves the right to purchase additional parts and maintenance services as required to ensure successful delivery, handover and running of the vessel. These must be included in bidders' commercial offerings to be provided at ITT stage. II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No II.2.14) Additional information C-RIB will undertake enforcement tasks year round for monitoring and prevention of illegal fishing: recover, inspect, stow static and mobile fishing gears to include pots, drift nets, trawl nets (limited basis). In Sea States up to 3, go alongside, board active fishing vessels (4-30m in length), recover 2 officers to carry out inspections.
Tow vessels of a similar size. Design and construction of Package 01 — T2 Transformation Phase 1 works as part of the Manchester Airport Transformation Programme (or MAN-TP). II.1.6) Information about lots This contract is divided into lots: No II.1.7) Total value of the procurement Value excluding VAT: 500 000 000.00 GBP II.2) Description II.2.2) Additional CPV code(s) 452330 713400 713200 710000 722510 712100 651000 64200000 II.2.3) Place of performance NUTS code: UKD33 Main site or place of performance: Manchester Airport, Manchester. II.2.4) Description of the procurement Manchester Airport is currently characterised by a fragmented three-terminal operation, supported by two runways, a transport interchange, various landside road networks and significant supporting infrastructure. Terminal One was opened in 1962 and has undergone significant expansion and redevelopment in the intervening years, most recently in 2007 — 2009. Terminal Two Opened in 1993 (along with the railway station) and has also undergone some redevelopment.
Terminal Three, originally the domestic terminal, was opened in 1989 and benefited from significant investment with a major extension opening in 1998. There is the potential to modernise Manchester Airport in line with growing passenger and airline demand and expectations ‘over the coming years. Manchester Airport Plc (MA), part of the Manchester Airports Group, as part of their ten year capital investment programme plans to transform Manchester Airport (the Manchester Airport Transformation Programme or MAN-TP) and position the airport as the “Northern Gateway” and create a modern transport hub. MAN-TP is in response to key factors such as forecast passenger growth, changing customer and airline expectations and positioning Manchester Airport as a key component of the country's aviation system. MA wishes to commission the design and construction of Package 01 — T2 Transformation Phase 1 works as part of the MAN-TP.
(41) 52.225-5, Trade Agreements (NOV 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).X (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.' S, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C.
5150 (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C.
2307(f)). (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C.
2307(f)).X (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332).
(49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. 1241(b) and 10 U.S.C. 2631).
(ii) Alternate I (Apr 2003) 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 items: (Contracting Officer check as appropriate.)X (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).X (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C.
206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
(4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C.
351, et seq.). (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (7) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub.
110-247). (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record. Getdoc+uscview+t29t32+2+78%2829%29%20%20AND%%29%20ADJ%20USC%29%3ACITE%20%20%20%20%20%20%20%20%20' target='blank'29 U.S.C. 793).(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.(xi) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C.
Chapter 67).(xii)52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. Chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. Chapter 78 and E.O 13627).(xiii) 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).(xiv) 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).(xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016)).(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O.
13706).(xx)(A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).(B) Alternate I (Jan 2017) of 52.224-3.(xxi) 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. 2302 Note).(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. 1241(b) and 10 U.S.C. 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 items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of clause)CONTRACT ATTACHMENTSStatement of Work1.0 IntroductionThe Office of Special Counsel (OSC) will replace existing Primary Rate Interface (PRI) circuits with two Session Initiated Protocol (SIP) trunks for use with Skype for Business (SfB) Enterprise Voice.
The SIP Trunks will be terminated to Audiocodes Mediant 1000E Session Border Controllers installed at our Washington, DC and Dallas, Texas datacenters, and will be used to provide public switched telephone network (PSTN) connectivity to the entire OSC organization including our field offices in Detroit, MI and Oakland, CA.1.1 This Statement of Work (SOW) is issued to invite vendors to submit quotes. Issuance of this SOW in no way constitutes a commitment by the Government to select a vendor and/or award a Purchase Order. The Government reserves the right to accept or reject any or all quotes submitted.
Acceptance of any quote with vendor-proposed contractual terms is dependent upon the Government’s approval, e-rate funding, and appropriation of funds by the Government. The Office of Special Counsel seeks a qualified vendor to provide two Microsoft Cloud-based Session Initiated Protocol (SIP) Trunks and Transport to meet the following minimum requirements (OSC will not accept quotes for on premise solutions):1. Trunks must be configured to support 50 concurrent calls at each location.2. Trunk must be burstable SIP trunk that includes an enhanced “burstable” channel feature that temporarily allows for more call channels than initially provisioned in order to accommodate bursts of high phone call traffic.3. The trunk must allow for local and long distance calls on the same trunk.4. SIP trunks must support Transport Layer Security (TLS) and Secure Real-time Transport Protocol (SRTP) encryption.
For example, trunk must allow secure route communications over OSC’s existing main corporate Internet and data connections without requiring additional last-mile cabling (i.e. The trunk should be Cloud-based, not on-premise).5. Local and long distance usage package options must include, but not be limited to a bundled package and pricing per minute.6. The trunk must include, but not be limited to, the following:a. Local / Long Distance and International Inbound / Outbound callingb. Emergency 911 callingc.
Private Switch/Automatic Location Information (PS/ALI) servicesd. 900/976 blockinge. T.38 protocolf. X11 servicesg. Operator servicesh. G.711 and G.729 voice codecs protocols7. The trunk shall support local number portability.8.
The trunk shall provide web based traffic monitoring and reporting to include, but not be limited to historical usage, traffic analysis, trunking analysis.9. The trunk shall provide for geo-diverse balanced trunking across multiple access facilities to the specified address.10. The trunk should allow for Fail Over to and from each location should a datacenter become unavailable or lose connectivity.11. The solution must be certified to interwork with Audiocodes 1000B SBCs and Skype for Business. Service provider must provide reference document or evidence to show they have a proven record of full compatibility with Audiocodecs and SfB.12. Provider agrees to provide a services level agreement (SLA) which includes an escalation procedure and penalty structure in the event of non-performance.13.
Providers will include a high level description of its network (logical and physical). Such description should include discussion of structure, switch placement, versatility, alternative routing capabilities and disaster recovery protocols that would ensure that the OSC retains SIP services under adverse circumstances.14. Provider agrees to credit for interruptions to SIP Service or unscheduled outages that cause SIP service to be unavailable.15. Propose optional telephone services, such as international long distance, in-ward long distance services (1+800), fax services and other related services and costs.1.2 Security Requirements:Contractor personnel performing work may have access to sensitive information, and as such are required to successfully complete the background investigation process. Successful completion of a National Agency Check (NAC) is required for the Project Manager/Team Lead of this project. This NAC will be completed at OSC’s expense and can be scheduled with the OSC’s Administrative Services Officer (ASO).1.3 Period of Performance: The period of performance is one year from the date of award.1.4 Place of Performance: The SIP trunks will be located (one each) at:Headquarters: 1730 M Street, N.W., Suite 218, Washington, D.C.
Dallas Field Office: 525 Griffin Street, Room 824, Box #103, Dallas, TX 752021.5 Hours of Work:Contractor personnel are expected to conform to normal operating hours for any work performed on-site at OSC. The normal duty hours for on-site work are 8:00 AM to 5:00 PM Eastern Time, (resources can have staggered starts) with the exception of Federal Government holidays.OSC expects all work performed under this purchase order to be completed remotely (i.e. Any work performed off-site can be completed outside of normal duty hours.1.6 Kick-off MeetingAn initial kick-off meeting will be held within 7 calendar days of award or as agreed to by the COR. This will be attended by the COR and may be attended by the Government’s Contracting Officer. Key Contractor personnel as well as a representative from the Contractor’s contracts organization are required to attend.
The intent of the kick-off is for all key personnel to meet to discuss the project’s overall technical and contractual requirements.Environment.1.7 Contractor/Subcontractor PersonnelThe Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel, as well as subcontractor efforts used in performance of this effort. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective support Resumes submitted for employees assigned to perform under this SOW shall contain documented experience directly applicable to the functions to be performed. Further, these prior work experiences shall be specific and of sufficient variety and duration that the employee is able to effectively and efficiently perform the functions assigned.1.8 TravelTravel will not be reimbursed.SOLICITATION PROVISIONS52.212-1- INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2017)Addendum to FAR 52.212-12.0 The subject requirement will be issued for Full and Open Competition under FAR PART 12 & 13 for the purpose of providing Session initiated Protocol (SIP) trunks. AQD is issuing this competitive Request for Quote (RFQ) under NAICS Code 517919 All Other Telecommunications Size Standards size standards in number of employees 1500.If you are interested in this acquisition, you may participate by submitting your response in accordance with the following instructions.2.1 Questions related to this RFQ must be emailed no later than 10:00 A.M. Eastern Time, WednesdayFebruary 8, 2017 to the Contract Specialist at [email protected] and Contracting Officer at [email protected] note, questions and comments will not be protected by the Government as proprietary and the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors.2.2 Quotation Due Date & TimeQuotations submitted in response this RFQ shall be received no later than 10:00 A.M.
Eastern Time, Wednesday, February 22, 2017 in order to be considered for award. Any submissions received after the date and time specified herein will NOT be considered for award.2.3 Offerors shall submit a Technical Proposal and Price quote related to the requirements identified herein. The Technical Proposal must be a separate volume from price and both must be emailed to both the Contracting Specialist and Contracting Officer.The following information shall be submitted in order to be considered for award:1. Technical proposal not to exceed 15 pages, which includes a detailed description of the Offeror’s approach to fulfill the Government’s requirement.2.
Past Performance (3 References, no page limit)3. Price Quote (no page limit)The failure to submit any of the information requested in this RFQ may lead to the rejection of your quotation without further clarification.Anticipated Purchase Order Type: The Government anticipates an award of a Firm-Fixed-Price (FFP) Purchase Order.Contracting Officer’s Authority:An AQD Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this Purchase Order and notwithstanding any provisions contained elsewhere in this Purchase Order, the said authority remains solely in the CO. In the event the Contractor makes any changes at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the Purchase Order terms and conditions, including price.The contact information for the Contracting Officer is as follows:L. Maria FinanContracting OfficerAcquisition Services DirectorateInterior Business CenterU.S. Lot No: 13 II.2.1) Title Education (higher value call-down contracts – from £3m up to £12m per contract) II.2.2) Additional CPV code(s) 752130 981210 391400 481210 804000 801000 802200 803000 II.2.3) Place of performance NUTS code: UKM95 Main site or place of performance: Global. II.2.4) Description of the procurement Overseas development assistance in the thematic area of Education (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference. (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C.
(21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. x (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. (24) 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 (Dec 2015) (15 U.S.C.
x (25) 52.222-3, Convict Labor (June 2003) (E.O. x (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. x (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). x (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C.
x (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. x (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. Chapter 78 and E.O. (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C.
Chapter 78 and E.O. (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order.
The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. (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.
(Not applicable to the acquisition of commercially available off-the-shelf items.) (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. (40)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). (ii) Alternate I (Oct 2015) of 52.223-13. (41)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514).
(ii) Alternate I (Jun 2014) of 52.223-14. (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. (43)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).
(ii) Alternate I (Jun 2014) of 52.223-16. x (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. (45) 52.223-20, Aerosols (JUN 2016) (E.O. (46) 52.223-21, Foams (JUN 2016) (E.O. 13693). (47) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C.
(48)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. Chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. 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 (May 2014) of 52.225-3. (iii) Alternate II (May 2014) of 52.225-3.
(iv) Alternate III (May 2014) of 52.225-3. (49) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. x (50) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'
S, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (51) 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. (52) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. (53) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. (54) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. (55) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C.
4505, 10 U.S.C. x (56) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. (57) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.
(58) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. (59) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. 1241(b) and 10 U.S.C. (ii) Alternate I (Apr 2003) 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 items: (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C.
(3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.
206 and 41 U.S.C. (5) 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. (6) 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. (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017)(E.O.13706). (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record. COMBINED SYNOPSIS/SOLICITATION Non-Personal Services for Centralized Telecommunication System supporting the communication needs for the three Forecast Offices located in Anchorage, Fairbanks and Juneau's PBX Phone Switch Maintenance Agreement.(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.(II) This solicitation is issued as a request for quotation (RFQ).
Submit written quotes on RFQ Number NWWV414SRG.(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93.(IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 517110. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W81K00-18-T-0012 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20161222.This solicitation is for a Spinal Cord Stimulator for the US Army MEDCOM, Brooke Army Medical Center, Fort Sam Houston, Texas.
The Delivery requirement is 24 October 2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a size standard of 1250 employees. This procurement is being conducted as a Small Business Set Aside. All eligible businesses may submit an offer, which will be considered.Offers are due by 20 October, at 11:00 AM, Central Standard Time. The point of contact is Mr. Gerry Coleman at (210) 221-6365 or [email protected].
Offers shall be submitted via e-mail. Questions shall be submitted via e-mail not later than 19 October 2017. No questions will be entertained after this date.This is a 'brand name or equal' solicitation. The salient characteristics are as follows:.
Must be FDA and TAA approved. Must be able to deliver 10 KHZ of high frequency electrical signals. Must be able compatible with MRI usage while implanted in patients. Must be remotely controlled. Can stay turned on while driving or sleeping.
Provides little to no inadvertent shocks from bodily movement.NIPG1500 FFPImplantable Pulse Generator. Nevro NIPG 1500.
Comments are closed.
|
AuthorWrite something about yourself. No need to be fancy, just an overview. ArchivesCategories |