№ lp_2_3_06115
File format: docx
Character count: 54497
File size: 61 KB
A performance work statement outlining the responsibilities of contractors to support the Department of Veterans Affairs in managing its capital assets through the Strategic Capital Investment Planning (SCIP) process, including task orders, project management, and budgetary activities.
Year:
2020
Region / City:
United States
Theme:
Capital Asset Management, Veterans Affairs
Document Type:
Performance Work Statement
Organization:
Department of Veterans Affairs (VA)
Author:
Not specified
Target Audience:
Contractors, Government Officials
Effective Period:
Five years
Approval Date:
January 14, 2020
Modification Date:
Not specified
Note:
Contextual Description
Price: 8 / 10 USD
The file will be delivered to the email address provided at checkout within 12 hours.
The file will be delivered to the email address provided at checkout within 12 hours.
Don’t have cryptocurrency yet?
You can still complete your purchase in a few minutes:- Buy Crypto in a trusted app (Coinbase, Kraken, Cash App or any similar service).
- In the app, tap Send.
- Select network, paste our wallet address.
- Send the exact amount shown above.
The final amount may vary slightly depending on the payment method.
The file will be sent to the email address provided at checkout within 24 hours.
The product description is provided for reference. Actual content and formatting may differ slightly.
Year:
2024
Region / City:
Frederick, MD
Subject:
VHA Integrated Healthcare Transformation (IHT) 2.0
Document Type:
Amendment
Organization / Institution:
Department of Veterans Affairs, Strategic Acquisition Center
Author:
Department of Veterans Affairs
Target Audience:
Contractors, Vendors
Period of Validity:
Until the completion of the solicitation
Approval Date:
04-04-2024
Date of Changes:
03-25-2024
Contracting Office Address:
Strategic Acquisition Center - Frederick, Department of Veterans Affairs, 5202 Presidents Court, Suite 103, Frederick MD 21703
Contact Information:
[email protected]
Performance Location:
USA
Additional Information:
Various attachments related to the solicitation
Year:
N/A
Region / City:
Joint Base Andrews, MD
Topic:
Quality Assurance, Contract Management
Document Type:
Surveillance Plan
Organization:
Air Force
Author:
N/A
Target Audience:
Program Managers, Contracting Officers, Government Personnel
Period of Validity:
N/A
Approval Date:
N/A
Amendment Date:
N/A
Year:
2024
Issuing agency:
North Dakota Department of Transportation
Division:
Environmental and Transportation Services Division
Director:
Ronald J. Henke, PE
Document type:
Request for Proposal
Project type:
Cultural resource services for transportation projects
Contract type:
Indefinite Delivery Indefinite Quantity (IDIQ)
Contract period:
March 1, 2024 – March 1, 2026
Extension option:
One-year extension by supplemental agreement
Maximum contract value:
$100,000 per contract, not to exceed $120,000 with supplement
Number of consultants:
Up to four
Regulatory framework:
National Historic Preservation Act, Section 106
Geographic scope:
North Dakota
Required qualifications:
Cultural Resource Investigation Permit under North Dakota Century Code Chapter 55-03-01
Submission deadline:
February 9, 2024, 12:00 PM Central Time
Interview schedule:
Approximately 10 days after proposal due date
Source type:
Government procurement solicitation
Year:
2023
Region / City:
North Dakota
Theme:
Environmental Services
Document Type:
Request for Proposal (RFP)
Organization / Institution:
North Dakota Department of Transportation
Author:
Ronald J. Henke, PE, Director
Target Audience:
Qualified consultants
Period of Validity:
March 1, 2023 – February 28, 2025 (with one-year extension option)
Approval Date:
February 13, 2023
Date of Amendments:
N/A
FedBizOpps Sources Sought Notice for Infusion Pumps and Infrastructure for VISN 1-Wide IDIQ Contract
Year:
2010
Region / City:
White River Junction, VT
Topic:
Medical Equipment Procurement
Document Type:
Request for Proposal (RFP)
Agency:
Department of Veterans Affairs
Author:
Mary K. (Kathy) Bosch, Contracting Officer
Target Audience:
Potential contractors for VISN 1-wide contract
Period of Action:
5 years
Approval Date:
March 2010
Amendment Date:
Not specified
Place of Performance:
White River Junction VAMC, VA medical centers across VISN 1
Description:
This document is a solicitation for the purchase of Infusion Pumps and related infrastructure for a multi-year contract with the Department of Veterans Affairs, with requirements outlined for the equipment and services to be provided.
Year:
2020
Region / city:
Worldwide
Topic:
Protective security equipment
Document type:
Attachment
Organization / institution:
U.S. Department of State
Author:
U.S. Government
Target audience:
Contractors involved in protective security services
Effective period:
Ongoing
Approval date:
June 17, 2020
Amendment date:
N/A
Year:
2015
Revision Date:
March 2010
Agency:
Department of Veterans Affairs
Administration:
Veterans Health Administration
Program:
VA Cooperative Studies Program
Office:
SAOW/NCO 18
Solicitation Number:
VA258-15-R-0471
NAICS Code:
541611
Set-Aside:
100% Small Business
Contract Type:
Indefinite Delivery Indefinite Quantity (IDIQ)
Place of Performance:
Albuquerque, NM, USA
Contracting Office Address:
4135 S. Power Rd., Ste 103, Mesa, AZ 85212
Point of Contact:
Enrique Rivera
Email:
[email protected]
Phone:
480-466-7921
Period of Performance:
Base period through 09/30/2015 with four one-year options
Regulatory Framework:
Federal Acquisition Regulation (FAR), 45 CFR 46, 38 CFR 16, ICH E6 Good Clinical Practice
Subject:
Good Clinical Practice Clinical Research Quality Assurance Services
Document Type:
Presolicitation Notice and Statement of Work
Year:
2010
Region / City:
Western Region, USA
Subject:
Architect-Engineer Indefinite Delivery Indefinite Quantity (IDIQ) Services
Document Type:
Notice
Organization:
Department of Veterans Affairs, Office of Construction and Facilities Management
Author:
Not specified
Target Audience:
Architect/Engineer Firms
Period of Effect:
Base period of one year with four optional years
Approval Date:
March 2010
Amendment Date:
N/A
Year:
2018
Region / City:
Hines, IL, United States
Topic:
Construction and Renovation Services
Document Type:
Government Solicitation / Contract Notice
Issuing Agency:
Department of Veterans Affairs, Great Lakes Acquisition Center (GLAC)
Contact Person:
Mack Taylor, Contracting Officer
Target Audience:
CVE-Verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs)
Contract Type:
Firm-Fixed Price, Indefinite-Delivery Indefinite Quantity (IDIQ)
Performance Period:
3 years ordering period
Task Order Range:
$2,000 to $500,000 per task order
Total Contract Value:
Minimum $5,000, Maximum $5,000,000
NAICS Code:
236220
Pre-Bid Conference:
July 31, 2018, 2:00pm CST
Bid Submission Deadline:
August 21, 2018, 2:00pm CT
Place of Performance:
Edward Hines, Jr. VA Hospital, Hines, IL
Scope:
Carpentry, paving, roofing, excavation, interior renovation, electrical, plumbing, painting, demolition, masonry, fire protection, telecommunications, HVAC
Exclusions:
Medical facilities engineering support, Architect/Engineering Services
Compliance Requirements:
Subcontracting limitations per VAAR 852.219-10
Year:
2026
Region / City:
Hill Air Force Base, UT, USA
Subject:
Government contract solicitation for integration support services
Document Type:
Request for Proposal (RFP)
Issuing Agency:
United States Air Force / Department of Defense
Point of Contact:
Mr. Christopher Thomas, Procuring Contracting Officer
Contract Duration:
18 years
Contract Structure:
Single-award IDIQ with five initial Awardable Task Orders
Submission Requirements:
Paper or hand-delivered proposals; encrypted email for source selection information only
Proposal Evaluation:
Based on compliance with solicitation, technical and price factors
Amendments:
Acknowledgement required for all RFP amendments
Debriefings:
Pre- and post-award IAW FAR 15.505 and 15.506
Year:
2023
Region / City:
United States
Subject:
Energy Savings Performance Contract
Document Type:
Template
Organization / Institution:
U.S. Department of Energy
Author:
U.S. Department of Energy
Target Audience:
Energy Services Companies (ESCOs), Contracting Officers
Period of Validity:
Indefinite
Approval Date:
August 2023
Revision Date:
January 24, 2024
Year:
N/A
Region / City:
Joint Base Andrews, MD
Topic:
Quality Assurance, Contract Management
Document Type:
Surveillance Plan
Organization:
Air Force
Author:
N/A
Target Audience:
Program Managers, Contracting Officers, Government Personnel
Period of Validity:
N/A
Approval Date:
N/A
Amendment Date:
N/A
Type of document:
Federal procurement solicitation
Contract type:
Indefinite Delivery Indefinite Quantity (IDIQ)
Services:
Architectural and Engineering Services; GIS/GPS land surveying
Subject matter:
Geographic data collection and mapping of national cemetery interments
Agency:
Department of Veterans Affairs
Program area:
National Cemetery Administration
Geographic scope:
Continental United States, Alaska, Hawaii, Puerto Rico
Eligible firms:
Service-Disabled Veteran-Owned Small Business (SDVOSB)
Professional requirements:
Registered Architect/Engineering Firm; Licensed surveyor with GIS/GPS experience
Data standards:
ESRI ArcGIS; AutoCAD; GPS RTK surveying
Deliverables:
GIS geodatabases, map documents, photographs, survey reports, certification letters
Accuracy requirements:
Third order accuracy; sub-inch GPS accuracy
Number of sites:
86 national cemeteries
Submission form:
Standard Form 330 (SF 330)
Selection criteria:
Specialized experience; firm capacity; professional qualifications; past performance; geographic location
Year:
2025
Region / State:
North Dakota
Issuing agency:
North Dakota Department of Transportation
Division:
Environmental and Transportation Services Division
Document type:
Request for Proposal
Procurement method:
Qualifications-based selection
Contract type:
Indefinite Delivery Indefinite Quantity (IDIQ)
Services covered:
Environmental services, aquatic resource delineation, wetland mitigation monitoring, hydric soil classification, tree and shrub surveys
Contract period:
March 1, 2026 – February 28, 2028
Possible extension:
One additional year
Maximum project value:
USD 80,000 per project, up to USD 100,000 with supplements
Monitoring contract duration:
1–5 years
Number of consultants to be selected:
Up to five
Submission deadline:
November 21, 2025
Issue date:
October 31, 2025
Interview period:
Early December 2025
Applicable standards:
NDDOT Design Manual and related manuals
Governing law reference:
North Dakota Century Code Chapter 43-36
Year:
2018
Region / City:
Fayetteville, Arkansas
Subject:
Community Nursing Home Services
Type of Document:
Sources Sought Notice
Organization / Institution:
Department of Veterans Affairs
Author:
Phyllis Shealey
Target Audience:
Vendors, contractors, and suppliers in the healthcare sector
Period of Action:
From the Award Date for one base year with four option years
Date of Approval:
February 12, 2018
Date of Changes:
Not specified
Year:
2023
Region / City:
North Dakota
Theme:
Environmental Services
Document Type:
Request for Proposal (RFP)
Organization / Institution:
North Dakota Department of Transportation
Author:
Ronald J. Henke, PE, Director
Target Audience:
Qualified consultants
Period of Validity:
March 1, 2023 – February 28, 2025 (with one-year extension option)
Approval Date:
February 13, 2023
Date of Amendments:
N/A
Type:
Advocacy appeal
Topic:
Indefinite detention, human rights violations, torture, enforced disappearance
Location:
Guantánamo Bay, Cuba
Institution addressed:
United States Department of State
Addressee:
Secretary Antony Blinken
Organization issuing action:
Amnesty International
Related administration:
Presidential administration of Joseph Biden
Key individual:
Toffiq al-Bihani
Number of detainees remaining:
36
Number cleared for release:
19
Timeframe referenced:
Post-September 11, 2001 to present
Deadline:
Indefinite
Preferred language:
English
Historical background:
Transfers in 2021–2022 under Biden administration
Source type:
Public human rights campaign statement and model letter
Year:
[Add Year]
Organization:
University of California, Riverside
Department:
[Department Name]
Document Type:
Notice of Indefinite Layoff
Policy Reference:
Personnel Policies for Staff Members (PPSM) 60
Recipient:
Employee covered under PPSM
Severance:
Calculated per years of service, up to 16 weeks of base pay
Effective Date:
[Date of Layoff]
Last Pay Date:
[Date]
Benefits:
Medical, dental, vision coverage, retirement plans, COBRA eligibility, unemployment insurance
Contact Offices:
Human Resources, Talent Acquisition and Diversity Outreach, Benefits Office, Retirement Administration Service Center
Enclosures:
Proof of Service Form, Resources for Employees Who Have Received Notice of Layoff, Unemployment Insurance Resources, CareerArc – Career Transition Services
Year:
2026
Region / City:
Not specified
Document Type:
Standards of Care
Institution:
Not specified
Author:
Not specified
Target Audience:
Healthcare professionals involved in cancer management
Period of Validity:
Not specified
Approval Date:
Not specified
Date of Changes:
Not specified