Advertisement Tenders
Advertisement Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And 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, 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. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02, Effective 12/22/2023.
this Solicitation Is Set-aside For 100% Small Business (sba).
this Is A Firm-fixed Price Contract.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34.0 Million.
the Fsc/psc Is J066.
the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work.
price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation
statement Of Work
contract Title
3500xl Genetic Analyzers And 7500 Fast Polymerase Chain Reaction (pcr) Systems Service Contract
the Va Greater Los Angeles Healthcare System (vaglahcs) Requires Annual Maintenance Services On Selected Government Owned 3500xl Genetic Analyzers And 7500 Fast Pcr Systems Equipment At The West La Va Medical Center (wla Vamc). The Services Shall Comply With This Statement Of Work (sow), All Va, Local, State, And Federal Policies, And Regulations.
objective
the Objective Of This Service Contract Is To Have A Contractor To Furnish All Labor, Materials, Supplies, Tools, Equipment, And Qualified Personnel To Complete Maintenance Services As Per Below Scope.
scope
the Contractor Shall Provide All Labor, Materials, Freight Costs, And Equipment To Accomplish The Tasks Outlined In This Sow. Contractor Is Responsible For All Subcontractors Required To Complete Reports.
all Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Program Point Of Contact (ppoc) Or His/her Designee.
all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/ Or Defective Parts, The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition.
maintenance And Inspection (pmi)
the Contractor Shall Perform Maintenance On The 3500xl Genetic Analyzers And 7500 Fast Pcr Systems According To The Manufacturer Recommendations Unless Otherwise Stated By Ppoc.
the Contractor Shall Provide All Preventive Maintenance Replacement Parts At No Cost To The Government.
the Contractor Shall Provide All Travel And Transportation Expenses At No Additional Cost To The Government.
emergency Repair Services
intervening Service Calls Are Calls Placed Outside Regularly Scheduled Preventive Maintenance Service.â
the Contractor Shall Respond On-site As Required Within 2-3 Business Days After Receipt Of A Service Call For Any Instrument Listed.â
response Time Is Applicable For Any Calls Placed Before 2pm Pacific Standard Time.â
failure To Respond Within The Response Time Due To No Fault Of The Government Shall Result In A Prorated Credit Equal To The Proportion Of The Instruments Service Cost For Each Late Day.â
equipment List
covered Equipment
equipment Name
serial Numbers
ee#
equipment Description
3500xl
24342-140
144937
genetic Analyzer
3500xl
29338-051
177257
genetic Analyzer
7500 Fast
275002720
110018
real Time Pcr System
7500 Fast
275011316
111965
real Time Pcr System
7500 Fast
275013648
134711
real Time Pcr System
maintenance Requirements
the Contractor Shall Provide On-site Preventive Maintenance And System Calibrations As Necessary To Maintain Recommended Factory Specifications Of The Covered Systems.
the Preventive Maintenance Visit Shall Be Scheduled At A Time Agreeable To The Government And Will Be Performed Once Per Year During The Contract Period For Each Equipment Covered.
maintenance Shall Be Performed In Accordance With Manufacturer S Instructions.
maintenance Shall Be Scheduled A Minimum Of Three (3) Days In Advance With The Ppoc.
qualification
personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned.
additional Requirements
contractor Shall Ensure All Equipment Is In Optimal Working Condition At The Expiration Date Of The Contract.
contractor Personnel That Perform Changes, Updates, Or Retrofits Made On Any Component, System, Or Equipment Will Log It In The Station Equipment Manual.
contractor Will Maintain All Manufactures Manual Necessary To Perform Maintenance.
submission Of Reports
the Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Ppoc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee# - If Applicable) Of The Equipment Being Worked On, Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition.
security Requirements
the C&a Requirements Do Not Apply, And Security Accreditation Package Is Not Required.
this Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6.
period Of Performance
base Year, Followed By Two, One-year Options.
estimated Start Date: 03/01/2025
Participating Facility:
va Greater Los Angeles Healthcare System
11301 Wilshire Blvd.
los Angeles, Ca 90073
work Hours
normal Hours Of Operation Are Monday Through Friday From 6:00 Am To 6:00 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Ppoc Or His/her Designee.
before Commencement Of Work, The Contractor Shall Confer With The Va Ppoc And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel.
work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Ppoc Or His/her Designee.
all Time Shall Be Approved In Advance By The Ppoc. Allow 5-days For Approval Of Any Alternate Working Hours Needed.
federal Holidays
new Year S Day
january 01
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19
independence Day
july 04
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11
thanksgiving Day
fourth Thursday In November
christmas Day
december 25
if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America.
identification, Check-in, Parking, And Smoking Regulations
identification
the Vendor's Employees Shall Wear Visible Identification At All Times While On Vaglahcs Premises. Contractor Employees Shall Report To Va Police Upon Entry To The Vaglahcs Facility To Get A Visitor Badge. Contractor Employees Are Required To Be Escorted By The Ppoc Or Designee S Office Once On Campus Prior To Commencement Of Work. During Emergencies Contractor Personnel Shall Check In With Vaglahcs Police If The Vaglahcs Ppoc Or Designee Is Not Available.
parking
it Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations.
smoking
contractor Personnel May Smoke Only In Designated Areas. It Is The Responsibility Of The Visn 22 Healthcare Facilities To Provide A Safe And Healthful Environment For Employees And Patients And To Serve As A Leader In Community Health Awareness And Education. It Is In Fulfillment Of This Obligation That The Facilities Are Committed To The Establishment Of A Smoke-free Environment. This Policy Applies To Every Location In The Healthcare Facilities. There Shall Be No Smoking Within 25 Feet Of All Entrances To Buildings. Smoking Is Allowed In All Outside Areas That Are 25 Feet Away From Entrances To Buildings Unless Indicated Otherwise. Enclosed Patios Connected To Facility Buildings Are Considered Part Of The Building And As Such Are Non-smoking Areas.
weapons And Contraband
possession Of Weapons Or Contraband Is Prohibited And Shall Be Subject To Arrest And Termination From Future Performance Under This Contract. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Vaglahcs Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court.
safety
all Personnel Employed By The Contractor In The Performance Of This Contract, Or Any Representative Of The Contractor Entering On Vaglahcs Shall Comply With Applicable Federal, State, And Va Safety And Fire Regulations And Codes, Which Are In Effect During The Performance Period Of The Contract.
contractor Shall Perform Work In Strict Accordance With Existing Relevant, Accredited Standards And Codes To Minimize The Possibility Of Injury To Personnel, Or Damage To Government Equipment. Every Effort Shall Be Made To Safeguard Human Life And Property.
contractor Shall Comply With All Applicable Federal, State, And Local Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr), Parts 1910 And 1926, Nfpa 70e, Article 130.7 29 Cfr 1910.132(d)(1)(iii), 29cfr1910.137.
contractor Shall Provide All Necessary Tools, And Personal Protective Equipment (ppe) To Perform The Work Safely, Effectively, And Timely.
contractor Personnel
contractor S Program Manager
the Contractor Shall Provide A Contract Program Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract.
contractor S Employees
the Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population.
contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc).
contractor Qualifications & Other Responsibilities
contractor Shall Obtain All Necessary Licenses Required To Perform This Work. Contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government.
the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Cor With The Final Decision Being Made By The Contracting Officer.
invoicing And Payment
overtime & Holiday Pay
any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein.
invoices
payment Of Services Rendered Under This Contract Shall Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice And Submitted By The Contractor To The Payment Address Specified By Contracting. Invoices Shall Reference The Contract Number And Purchase Order Number, Manifest Number(s), Provide A Complete And Accurate Description Of Services/ Supplies Delivered/ Rendered, Including Dates Of Performance, Amounts, Unit Prices, Extended Totals And Any Other Data Relevant For Payment Purposes.
the Government Shall Not Authorize Payment Until Such Time That The Vaglahcs Ppoc All Properly Executed And Signed Documentation.
no Advance Payments Shall Be Authorized. Payment Shall Be Made On A Monthly Arrears For Services Provided During The Billing Month In Arrears. Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract.
payment Of Invoices May Be Delayed If The Appropriate Invoices As Specified In The Contract Are Not Completed And Submitted As Required.
***price/cost Schedule***
base Year
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr
0002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr
0003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr
0004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr
0005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr
0006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00
option Year 1
line Item
description
quantity
unit Of Measure
unit Price
total Price
1001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr
1002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr
1003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr
1004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr
1005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr
1006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00
option Year 2
line Item
description
quantity
unit Of Measure
unit Price
total Price
2001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr
2002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr
2003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr
2004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr
2005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr
2006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00
**please Use The Format Above For Pricing**
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services
offerors Must Complete Annual 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 (dec 2022)
addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition.
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (mar 2023)
the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), (18)(i), (26)(i), (29), (31), (33), (34)(i), (36)(i), (39)(i), (40), (46), (51), (55), (59), (c), (5).
vaar 852.203-70 Commercial Advertising (may 2018).
vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certification Of Compliance For Services And Construction. (jan 2023) (deviation)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018).
this Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp This Is Mandatory And The Sole Method For Submitting Invoices.
all Quoters Shall Be Submitted In Accordance With Far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services . (sep 2023)
all Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Jennell Christofaro At Jennell.christofaro@va.gov.
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. Decision Factors To Be Considered Are Technical Capability, Past Performance, Cost Schedule. Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned.
this Contract/purchase Order Will Consist Of An Estimated Base Plus Two Option Year Period Of Performance: 03/01/2025 02/29/2028.
the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work.
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.
no Inquiries Will Be Addressed For This Rfq Solicitation 36c26225q0319.
submission Of Your Rfq Response Offer Shall Be Received Not Later Than January 21, 2025, 1400 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0319 For Consideration.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
point Of Contact
contract Specialist
jennell Christofaro
jennell.christofaro@va.gov
attachment One: Far 52.212-1 Addendum Instructions To Offerors
attachment Two: Far 52.212-2 Evaluation
attachment Three: Var 852.219-75 Sdvosb Certification
Closing Date21 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And 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, 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. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02, Effective 12/22/2023.
this Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business (sdvosb). This Is A Firm-fixed Price Contract.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34.0 Million.
the Fsc/psc Is J066.
the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work.
price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation
statement Of Work
contract Title
3500xl Genetic Analyzers And 7500 Fast Polymerase Chain Reaction (pcr) Systems Service Contract
the Va Greater Los Angeles Healthcare System (vaglahcs) Requires Annual Maintenance Services On Selected Government Owned 3500xl Genetic Analyzers And 7500 Fast Pcr Systems Equipment At The West La Va Medical Center (wla Vamc). The Services Shall Comply With This Statement Of Work (sow), All Va, Local, State, And Federal Policies, And Regulations.
objective
the Objective Of This Service Contract Is To Have A Contractor To Furnish All Labor, Materials, Supplies, Tools, Equipment, And Qualified Personnel To Complete Maintenance Services As Per Below Scope.
scope
the Contractor Shall Provide All Labor, Materials, Freight Costs, And Equipment To Accomplish The Tasks Outlined In This Sow. Contractor Is Responsible For All Subcontractors Required To Complete Reports.
all Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Program Point Of Contact (ppoc) Or His/her Designee.
all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/ Or Defective Parts, The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition.
maintenance And Inspection (pmi)
the Contractor Shall Perform Maintenance On The 3500xl Genetic Analyzers And 7500 Fast Pcr Systems According To The Manufacturer Recommendations Unless Otherwise Stated By Ppoc.
the Contractor Shall Provide All Preventive Maintenance Replacement Parts At No Cost To The Government.
the Contractor Shall Provide All Travel And Transportation Expenses At No Additional Cost To The Government.
emergency Repair Services
intervening Service Calls Are Calls Placed Outside Regularly Scheduled Preventive Maintenance Service.â
the Contractor Shall Respond On-site As Required Within 2-3 Business Days After Receipt Of A Service Call For Any Instrument Listed.â
response Time Is Applicable For Any Calls Placed Before 2pm Pacific Standard Time.â
failure To Respond Within The Response Time Due To No Fault Of The Government Shall Result In A Prorated Credit Equal To The Proportion Of The Instruments Service Cost For Each Late Day.â
equipment List
covered Equipment
equipment Name
serial Numbers
ee#
equipment Description
3500xl
24342-140
144937
genetic Analyzer
3500xl
29338-051
177257
genetic Analyzer
7500 Fast
275002720
110018
real Time Pcr System
7500 Fast
275011316
111965
real Time Pcr System
7500 Fast
275013648
134711
real Time Pcr System
maintenance Requirements
the Contractor Shall Provide On-site Preventive Maintenance And System Calibrations As Necessary To Maintain Recommended Factory Specifications Of The Covered Systems.
the Preventive Maintenance Visit Shall Be Scheduled At A Time Agreeable To The Government And Will Be Performed Once Per Year During The Contract Period For Each Equipment Covered.
maintenance Shall Be Performed In Accordance With Manufacturer S Instructions.
maintenance Shall Be Scheduled A Minimum Of Three (3) Days In Advance With The Ppoc.
qualification
personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned.
additional Requirements
contractor Shall Ensure All Equipment Is In Optimal Working Condition At The Expiration Date Of The Contract.
contractor Personnel That Perform Changes, Updates, Or Retrofits Made On Any Component, System, Or Equipment Will Log It In The Station Equipment Manual.
contractor Will Maintain All Manufactures Manual Necessary To Perform Maintenance.
submission Of Reports
the Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Ppoc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee# - If Applicable) Of The Equipment Being Worked On, Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition.
security Requirements
the C&a Requirements Do Not Apply, And Security Accreditation Package Is Not Required.
this Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6.
period Of Performance
base Year, Followed By Two, One-year Options.
estimated Start Date: 03/01/2025
Participating Facility:
va Greater Los Angeles Healthcare System
11301 Wilshire Blvd.
los Angeles, Ca 90073
work Hours
normal Hours Of Operation Are Monday Through Friday From 6:00 Am To 6:00 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Ppoc Or His/her Designee.
before Commencement Of Work, The Contractor Shall Confer With The Va Ppoc And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel.
work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Ppoc Or His/her Designee.
all Time Shall Be Approved In Advance By The Ppoc. Allow 5-days For Approval Of Any Alternate Working Hours Needed.
federal Holidays
new Year S Day
january 01
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19
independence Day
july 04
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11
thanksgiving Day
fourth Thursday In November
christmas Day
december 25
if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America.
identification, Check-in, Parking, And Smoking Regulations
identification
the Vendor's Employees Shall Wear Visible Identification At All Times While On Vaglahcs Premises. Contractor Employees Shall Report To Va Police Upon Entry To The Vaglahcs Facility To Get A Visitor Badge. Contractor Employees Are Required To Be Escorted By The Ppoc Or Designee S Office Once On Campus Prior To Commencement Of Work. During Emergencies Contractor Personnel Shall Check In With Vaglahcs Police If The Vaglahcs Ppoc Or Designee Is Not Available.
parking
it Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations.
smoking
contractor Personnel May Smoke Only In Designated Areas. It Is The Responsibility Of The Visn 22 Healthcare Facilities To Provide A Safe And Healthful Environment For Employees And Patients And To Serve As A Leader In Community Health Awareness And Education. It Is In Fulfillment Of This Obligation That The Facilities Are Committed To The Establishment Of A Smoke-free Environment. This Policy Applies To Every Location In The Healthcare Facilities. There Shall Be No Smoking Within 25 Feet Of All Entrances To Buildings. Smoking Is Allowed In All Outside Areas That Are 25 Feet Away From Entrances To Buildings Unless Indicated Otherwise. Enclosed Patios Connected To Facility Buildings Are Considered Part Of The Building And As Such Are Non-smoking Areas.
weapons And Contraband
possession Of Weapons Or Contraband Is Prohibited And Shall Be Subject To Arrest And Termination From Future Performance Under This Contract. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Vaglahcs Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court.
safety
all Personnel Employed By The Contractor In The Performance Of This Contract, Or Any Representative Of The Contractor Entering On Vaglahcs Shall Comply With Applicable Federal, State, And Va Safety And Fire Regulations And Codes, Which Are In Effect During The Performance Period Of The Contract.
contractor Shall Perform Work In Strict Accordance With Existing Relevant, Accredited Standards And Codes To Minimize The Possibility Of Injury To Personnel, Or Damage To Government Equipment. Every Effort Shall Be Made To Safeguard Human Life And Property.
contractor Shall Comply With All Applicable Federal, State, And Local Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr), Parts 1910 And 1926, Nfpa 70e, Article 130.7 29 Cfr 1910.132(d)(1)(iii), 29cfr1910.137.
contractor Shall Provide All Necessary Tools, And Personal Protective Equipment (ppe) To Perform The Work Safely, Effectively, And Timely.
contractor Personnel
contractor S Program Manager
the Contractor Shall Provide A Contract Program Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract.
contractor S Employees
the Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population.
contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc).
contractor Qualifications & Other Responsibilities
contractor Shall Obtain All Necessary Licenses Required To Perform This Work. Contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government.
the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Cor With The Final Decision Being Made By The Contracting Officer.
invoicing And Payment
overtime & Holiday Pay
any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein.
invoices
payment Of Services Rendered Under This Contract Shall Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice And Submitted By The Contractor To The Payment Address Specified By Contracting. Invoices Shall Reference The Contract Number And Purchase Order Number, Manifest Number(s), Provide A Complete And Accurate Description Of Services/ Supplies Delivered/ Rendered, Including Dates Of Performance, Amounts, Unit Prices, Extended Totals And Any Other Data Relevant For Payment Purposes.
the Government Shall Not Authorize Payment Until Such Time That The Vaglahcs Ppoc All Properly Executed And Signed Documentation.
no Advance Payments Shall Be Authorized. Payment Shall Be Made On A Monthly Arrears For Services Provided During The Billing Month In Arrears. Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract.
payment Of Invoices May Be Delayed If The Appropriate Invoices As Specified In The Contract Are Not Completed And Submitted As Required.
***price/cost Schedule***
base Year
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr
0002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr
0003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr
0004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr
0005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr
0006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00
option Year 1
line Item
description
quantity
unit Of Measure
unit Price
total Price
1001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr
1002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr
1003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr
1004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr
1005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr
1006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00
option Year 2
line Item
description
quantity
unit Of Measure
unit Price
total Price
2001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr
2002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr
2003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr
2004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr
2005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr
2006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00
**please Use The Format Above For Pricing**
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services
offerors Must Complete Annual 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 (dec 2022)
addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition.
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (mar 2023)
the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), (18)(i), (25), (26)(i), (29), (31), (33), (34)(i), (36), (39)(i), (40), (46), (51), (55), (59), (c), (5).
vaar 852.203-70 Commercial Advertising (may 2018).
vaar 852.219-73 Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023)
vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certification Of Compliance For Services And Construction. (jan 2023) (deviation)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018).
this Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp This Is Mandatory And The Sole Method For Submitting Invoices.
all Quoters Shall Be Submitted In Accordance With Far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services . (sep 2023)
all Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Jennell Christofaro At Jennell.christofaro@va.gov.
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. Decision Factors To Be Considered Are Technical Capability, Past Performance, Cost Schedule. This Contract/purchase Order Will Consist Of An Estimated Base Plus Two Option Year Period Of Performance: 03/01/2025 02/29/2028.
the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work.
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.
all Rfq Questions Shall Be Received Not Later Than December 26, 2024, 1400 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Inquiry To Rfq 36c26225q0252 For Consideration. All Answers To Inquiries Received By Due Date And Time Will Be Addressed Through An Amendment. No Further Inquiries Will Be Addressed After Due Date.
submission Of Your Rfq Response Offer Shall Be Received Not Later Than January 6, 2025, 1400 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0252 For Consideration.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
point Of Contact
contract Specialist
jennell Christofaro
jennell.christofaro@va.gov
attachment One: Far 52.212-1 Addendum Instructions To Offerors
attachment Two: Far 52.212-2 Evaluation
attachment Three: Vaar 852.219-73 Notice Of Total Set-aside For Certified Sdvosb
attachment Four: Var 852.219-75 Sdvosb Certification
(end Of Provision)
Closing Date6 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services Description This Is A Combined Synopsis/solicitation For Commercial Products And 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, 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. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02, Effective 01/03/2025. This Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business (sdvosb). This Is A Firm Fixed Price Contract. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance With A Small Business Size Standard Of $34.0 Million. The Fsc/psc Is J065 Maintenance, Repair, And Rebuilding Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies The Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. Price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation . Statement Of Work 1. Contract Title: Candela Vbeam Perfecta Preventative Maintenance And Corrective Maintenance 2. Backround / Scope: The Contractor Shall Provide All Necessary Labor, Materials, Supplies, Parts, Software (needed For The General Operation Of The Equipment), Tools, Equipment, Travel, Transportation Expenses, And Other Related Costs To Provide Preventive Maintenance Inspection (pmi) And Corrective Maintenance Services On The Selected Government-owned Candela Vbeam Perfecta Unit At The Participating Facility Listed Herein At The Greater Los Angeles Va Healthcare System. Candela Laser Model# Vbeam Perfecta S/n 9914-0300-1115 Ee# 129137 Bldg. 500 Room 1672 Dermatology It Is The Intent Of The Government To Enter Into A Single Award Contract For Pmi Services On The Candela Vbeam Perfecta Equipment In Accordance With The Terms And Conditions Contained Herein. The Contract Period Shall Be For One (1) Base Year With The Government Having The Option To Exercise Four (4) - One-year Options. 3. General Requirement: All Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Replacement Of Defective Parts, Etc. The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. 4. Participating Facility: Va Greater Los Angeles Healthcare System 11301 Wilshire Blvd. Los Angeles, Ca 90073 5. Hours Of Work: This Contract Is A Full-service Contract To Include Dispatch And Technical Support Five (5) Days Per Week, Monday Through Friday, 8:30am-5:00pm Local Time Excluding National Holidays. On-site Service Shall Be Included Five (5) Days Per Week, Monday Through Friday, 8:30am- 5:00pm Local Time, Excluding National Holidays. On-call Emergency Telephone Support Service Should Be Included Weeknights After 5:00pm Et, National Holidays, And Weekends. Any Service Performed During Other Than Normal Work Hours Must Have Prior Approval And Coordinated With The Poc And Co. National Holidays: New Year S Day January 01 Martin Luther King S Birthday Third Monday In January President S Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19 Independence Day July 04 Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11 Thanksgiving Day Fourth Thursday In November Christmas Eve December 24 Christmas Day December 25 If The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. 6. Intervening Service Call: When Repairs Are Needed Between Regular Scheduled Pmi, Such Repairs Are Rendered As Directed Only By The Poc Or The Contracting Officer (co). These Repairs Shall Be Verbally Directed To The Contractor S Employees, Requested In Writing, Be Transmitted Electronically, By Telephone, Or Any Manner Consistent With Accepted Commercial Business Practices. When Intervening Service Is Required, Contractor Shall Respond Within 24 Hours And Be On-site Within 48 Hours. Any Alternate, On-site Response Time Will Require Approval From The Poc Or Site Designee. 7. Overtime & Holiday Pay: Any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein. 8. Qualification: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacture S Pmi/ Repair Procedures. Fully Qualified Is Defined As Factory-trained Or Equivalent* And Experienced To Work On The Equipment Assigned. 9. Contractor Specific Tasks: A. Preventive Maintenance: I. Contractor Shall Conduct Preventive Maintenance Inspections (pmi). On-site Pmi Shall Be Performed Once Per Calendar Year By A Manufacturer-certified Vendor In Accordance With The Equipment Manufacturer During The Life Of The Contract. All Equipment Must Also Be Maintained In Such A Condition That Will Satisfy The Requirements Of The Joint Commission. The Contractor May Request A Copy Of The Joint Commission Standards From The Poc. Ii. Pmi Must Be Scheduled At Least Three (3) Days In Advance With The Poc. Iii. The Contractor Shall Provide All Necessary Labor, Travel Expenses, And Parts At No Expense To The Government. Iv. The Contractor Shall Provide Performance Related Equipment Enhancements And Updates That Can Be Installed In The Field To The Equipment Listed Above. V. The Contractor Shall Provide Service Reports To The Poc To Note All Service, Repair, And Maintenance Activities. The Report Must Be Legible And Signed By The Poc After The Contractor Has Demonstrated To The Poc And The Equipment User That The Equipment Is In Proper Operating Condition And Meets The Manufacturer S Specifications. The Report At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, Detailed Description Of All Services Performed On The Equipment (model Number And Location Included), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment. B. Corrective Maintenance: I. Contractor Shall Conduct Corrective Maintenance Or Repair Services As Required By The Government. All Equipment Must Also Be Maintained In Such A Condition That Will Satisfy The Requirements Of The Joint Commission. The Contractor May Request A Copy Of The Joint Commission Standards From The Poc. Ii. The Contractor Shall Respond Within 24 Hours Of Notification Of Needed Service And Repairs. Iii. If On-site Repair Is Required, The Contractor Shall Be On-site Within 48 Hours Of Response To Customer, Unless Otherwise Specified By The Customer. Iv. Contractor Shall Provide All Necessary Labor, Travel Expenses, And Parts At No Expense To The Government. V. The Contractor Shall Provide Service Reports To The Poc To Note All Service, Repair, And Maintenance Activities. The Report Must Be Legible And Signed By The Poc After The Contractor Has Demonstrated To The Poc And The Equipment User That The Equipment Is In Proper Operating Condition And Meets The Manufacturer S Specifications. The Report At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, Detailed Description Of All Services Performed On The Equipment (model Number And Location Included), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment. 10. Parts: Only Standard New Or Like-new Parts Shall Be Furnished By The Contractor. All Parts Shall Be Of Current Manufacture And Shall Have Versatility With Presently Installed Equipment. All Major Components And Parts Furnished Shall Carry The Manufacturers Standard Commercial Warranty. All Newly Installed Parts Will Become Property Of The Government. Replaced Parts Are To Be Disposed By The Contractor After Approval Of Poc. All Worn Or Defective Parts Are To Be Replaced At No Cost To The Government. Operating And Consumable Supplies Are Not Included In This Contract. Contractor Will Provide Replacement Parts Within 1 Business Day Of Notification From Poc Or Co. The Veterans Affairs Healthcare Facility Shall Not Furnish Parts, Service Manuals And/or Test Equipment For The Performance Of This Contract. It Is The Responsibility Of The Contractor To Bring The Appropriate Equipment And /or Supplies Necessary To Complete The Work As Required. 11. Reporting: The Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Poc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee#), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. 12. General Information: Contractor S Program Manager: The Contractor Shall Provide A Program Manager Who Shall Be Responsible For Managing The Performance Of Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Matters Relating To Daily Operations Of This Contract. Contractor Employees: The Contractor Shall Not Employ Any Person For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, And General Well-being Of The Public. Both The Check-in And Check-out Procedures For All Va Stations Are Mandatory And Shall Be Strictly Enforced. Parking: It Is The Responsibility Of Contractor Personnel To Park Only In Designated Parking Areas. Not Every Visn 22 Facility To Be Serviced Under This Contract Will Have On-site Parking Available For Contractor Personnel. The Contractor Shall Make Alternate Arrangements For Its Personnel To Park Off- Site If Motor Vehicles Are Required To Access Those Facilities. Parking Information Is Available From The Va Police & Security Service Office. The Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor's Personnel Under Any Circumstances. The Contractor Assumes Full Responsibility For Any Parking Violations. Smoking: Smoking Is Prohibited On Va Property, Items To Include: Cigarettes, Cigars. Pipes, Any Other Combustion Of Tobacco, Or Non-federal Drug Administration (fda) Approved Electronic Nicotine Delivery Systems (ends), Electronic/e-cigarettes, Vape Pens, Or E-cigars. 13. Security: The C&a Requirement Do Not Apply, And The Security Accreditation Package Is Not Required. This Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. 14. Invoicing & Payment: Invoicing & Payment: 14.1 The Contractor Shall Submit A Monthly Invoice That Will Be Paid In Arears. 14.2 The Contractor Shall Submit In Arrears A Properly Completed Itemized Invoice In Commercial Items Via Tungsten Network: Http://www.tungsten-network.com/customer-campaigns/veterans-affairs/ No Advance Payments Shall Be Authorized. Payment Shall Be Made Monthly For Services Provided During The Billing Month In Arrears In Accordance With Far 52.212-4, Para. (i). Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract. 15. Delivery Schedule: Base Plus Four (4) Option Years To Follow. 16. Insurance Coverage: The Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers Compensation And Employee S Public Liability Insurance In Accordance With Federal And State Of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May Be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. The Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In The Performance Of This Contract. Before Commencing Work Under This Contract, The Contracting Officer Shall Require The Contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage Specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May Not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. Contractor Is Required To Provide Copies Of Proof Of Workers Compensation And Employee Public Liability Insurance Within Fifteen (15) Calendar Days After Notification Of Contract Award. All Interested Companies Shall Provide Quotations For The Following: **price/cost Schedule Base Year Line Item Description Quantity Unit Of Measure Unit Price Total Price 0001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year One (1) Line Item Description Quantity Unit Of Measure Unit Price Total Price 1001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Two (2) Line Item Description Quantity Unit Of Measure Unit Price Total Price 2001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Three (3) Line Item Description Quantity Unit Of Measure Unit Price Total Price 3001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Four (4) Line Item Description Quantity Unit Of Measure Unit Price Total Price 4001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # **please Use The Format Above For Pricing** The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.htm. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Far 52.212-3, Offerors Representations And Certifications- Commercial Products And Commercial Services Addendum To 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) Far 52.204-1, System For Award Management (nov 2024) Far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) Far 52.204-20, Predecessor Of Offeror (aug 2020) Far 52.217-5, Evaluation Of Options (jul 1990) (end Of Addendum To 52.212-1) Offerors Must Complete Annual 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 Applies To And Is Included With This Acquisition. Far 52.252-2, Clauses Incorporated By Reference (feb 1998) Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) Far 52.204-13, System For Award Management Maintenance (oct 2018) Far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) Far 52.217-8, Option To Extend Services (nov 1999) Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000) Vaar 852.203-70, Commercial Advertising (may 2018) Vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) Vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) Vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) (end Of Addendum To 52.212-4) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025) The Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), 18(i), (23), (25), (26)(i), (33), (34)(i), (36), (39)(i), (46), (51), (55), (59), (c)(5) All Quoters Shall Submit The Following In Accordance With Far 52.212-1, Attachment 1, Instructions To Offerors- Commercial Products And Commercial Services (sept 2023 . All Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Loan Dho At Loan.dho@va.gov. 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. Decision Factors To Be Considered Are Technical Capability, Past Performance, And Cost Schedule (see Attachment 2), Addendum To Far 52.212-2, Evaluation- Commercial Products And Commercial Services . Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. This Contract/ Purchase Order Will Consist Of An Estimated Base Plus Four (4) Option Year Period Of Performance: 03/01/2025 02/28/2030. The Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. 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 Should Be Submitted No Later Than January 23rd, 2025 At 14:00 Pacific Standard Time To Loan Dho At Loan.dho@va.gov. All Responses To Questions Will Be Posted Via Amendment On Sam.gov On Or About January 24th, 2025. Submission Of Your Response Shall Be Received No Later Than January 30th 2025 At 14:00 Pacific Standard Time At Loan.dho@va.gov. Subject Line Shall Include: "response To Rfq 36c26225q0342" For Consideration. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Point Of Contact Contract Specialist Loan Dho Loan.dho@va.gov Attachment One: Far 52.212-1 Addendum Instructions To Offerors Attachment Two: Far 52.212-2 Evaluation Attachment Three: Vaar 852.219-73 Notice Of Total Set-aside For Certified Sdvosb Attachment Four: Var 852.219-75 Sdvosb Certification
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Description: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c26225q0425 Is Issued As A Request For Quotation (rfq).
(iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular.
(iv) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics
Code 339112 Having A Size Standard Of 1000 Employees. This Solicitation Is For A Brand Name Or Equal.
formatting:
all Solicitations Shall Include The Following Statement:
644 - 36c26225q0425 Ultrasonic Scaler
quotes Shall Provide The Following Information.
quotes Received Without This Information Will Be Marked As Non-responsive.
your Quote Should Include The Standard Delivery Cost For Shipment Of The All The Items And Any Installation As All Inclusive (if Required).
quotes Shall Be Submitted On Company Letterhead As A Single Document.
no Other Documents Or Information Shall Be Attached To The Quote.
company
name:
address:
phone Number:
point Of Contact:
name:
email:
phone Number:
sam Unique Entity Id
if Applicable, Provide Your Company Fss Contract Number
company Business Size (large, Sdvosb, Small, Etc.)
firm Delivery Date/time Frame.
separate Documents (required)
provide An Authorized Distributor/reseller Letter For The Items
submit Your Capabilities Statement
(v) Product Information:
brand Name Information:
manufacturer & Part Number: Cavitron Jet Plus Ultrasonic Scaler & Air Polishing System
type: Dental Scaler (not Dental Handpiece)
possible Capabilities: Cleaning Teeth
equal To Product Information:
main Component: Dental Scaler (not Dental Handpiece)`
possible Capabilities: Cleaning Tee
brand Name Items Are Listed Solely For A Comparison For The Brand Name Or Equal Purchase Request.
cavitron Jet Plus Ultrasonic Scaler & Air Polishing System 9 Ea
total Cost_______________
(vi) The Us Government, Veterans Affairs (va) Seeks To Make A Procurement For 9 Ea Ultrasonic Scaler & Air Polishing System Including Delivery.
offeror Quotations Must Demonstrate Meeting The Salient Physical, Functional, Or Performance Characteristics Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per
far 52.211-6.
the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Or Equal To Supplies Being Requested.
statement Of Work
1. Background. The Va Phoenix Healthcare System Has A Requirement To Acquire
9 Ea Ultrasonic Scaler & Air Polishing System Including Delivery.
2. Scope. The Vendor Is To Deliver All Items As Required Per This Solicitation.
3. Place Of Delivery
department Of Veterans Affairs
va Phoenix Healthcare System
650 East Indian School Road
receiving Warehouse
phoenix, Az 85012-1839
4. Period Of Performance/delivery Timeframe
deliver All Items On Or Before 90 Days Aro.
salient Characteristics
sonic Scaler
must Be Compatible With Jet Mate Sterilizable, Handpiece.
shall Include A Wireless Foot Pedal.
shall Include A Single-push Turbo Mode Boost.
shall Include A Rinse Mode Without Cavitation.
shall Maintain Power As Scaler Tip Comes Into Contact With Tooth Surface.
shall Include A Purge Function With Automatic 2-minute Cycle For Flushing The
Waterline.
shall Include 330â° Ergonomic Swivel Rotation Handpiece
shall Include A 2 Year Warranty On The Main Unit, And 6 Months On The Handpiece
(viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation.
far 52.212-1 Addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than 02/06/2025, 4:00 Pm Pst. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late, Marked As Non-responsive And Will Not Be Considered For Award. All Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than 02/04/2025, 4:00 Pm Pst.
Offers And Questions Shall Be Sent By Email To John Harrison At John.harrison2@va.gov
(ix) The Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Applies To This Solicitation.
far 52.212-2 Addendum / Replacement:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And 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:
technical Acceptability Shall Be Established By Review Of Each Submitted Quote,
attachments, And/or Information By The Designated Technical Evaluator/s And Verification That Any Brand Name Or Equal To Items" At A Minimum Meet The Salient Characteristics Outlined In Section Salient Characteristics Of This Solicitation. No Other Rating Or Quantitative Value Other Than Acceptable Or Unacceptable Will Be Assigned.
award Will Be Made To The Offer That Meets All Minimum Requirements And Provides The Lowest Price.
acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Statement Of Work/salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to Items Meet Statement Of Work/ Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information.
far 52.211-6 Brand Name Or Equalâ (aug 1999)
(a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation.
(b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must-
(1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation;
(2)â clearly Identify The Item By-
(i)â brand Name, If Any; And
(ii)â make Or Model Number;
(3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And
(4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications.
(c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer.
(d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation.
(end Of Provision)
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
(x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Items, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
authorized Distributor Letter (adl)
any Suppliers, Distributors And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Supplies By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award.
if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All Of The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer.
52.212-4 Contract Terms And Conditions Commercial Items (oct 2018)
(a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights
(1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And
(2) Before Any Substantial Change Occurs In The Condition Of The Item Unless The Change Is Due To The Defect In The Item.
(b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract.
(c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties.
(d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Far 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract.
(e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference.
(f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence.
(g) Invoice.
(1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include
(i) Name And Address Of The Contractor;
(ii) Invoice Date And Number;
(iii) Contract Number, Line-item Number And, If Applicable, The Order Number;
(iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered;
(v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading;
(vi) Terms Of Any Discount For Prompt Payment Offered;
(vii) Name And Address Of Official To Whom Payment Is To Be Sent;
(viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And
(ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract.
(x) Electronic Funds Transfer (eft) Banking Information.
(a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract.
(b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures.
(c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft.
(2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315.
(h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings.
(i) Payment.
(1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract.
(2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315.
(3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause.
(4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made.
(5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall
(i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The
(a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment);
(b) Affected Contract Number And Delivery Order Number, If Applicable;
(c) Affected Line Item Or Subline Item, If Applicable; And
(d) Contractor Point Of Contact.
(ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer.
(6) Interest.
(i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid.
(ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract.
(iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If
(a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days;
(b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or
(c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2).
(iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment.
(v) Amounts Shall Be Due At The Earliest Of The Following Dates:
(a) The Date Fixed Under This Contract.
(b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination.
(vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On
(a) The Date On Which The Designated Office Receives Payment From The Contractor;
(b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or
(c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor.
(vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In 32.608-2 Of The Federal Acquisition Regulation In Effect On The Date Of This Contract.
(j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon:
(1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or
(2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination.
(k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties.
(l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided.
(m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience.
(n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession.
(o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract.
(p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items.
(q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract.
(r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 2409 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity.
(s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order:
(1) The Schedule Of Supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause;
(3) The Clause At 52.212-5.
(4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software.
(5) Solicitation Provisions If This Is A Solicitation.
(6) Other Paragraphs Of This Clause.
(7) The Standard Form 1449.
(8) Other Documents, Exhibits, And Attachments
(9) The Specification.
(t) [reserved]
(u) Unauthorized Obligations.
(1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern:
(i) Any Such Clause Is Unenforceable Against The Government.
(ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause.
(iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement.
(2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures.
(v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract.
(end Of Clause)
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (jun 2020)
(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 Items:
(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 And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(6) 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 Items:
[] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402).
[] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (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.)
[] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note).
[] (5) [reserved]
[] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (jun 2020) (31 U.s.c. 6101 Note).
[] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
[] (10) [reserved]
[] (11)(i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (mar 2020) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-3.
[x] (12)(i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-4.
[] (13) [reserved]
[] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020).
[] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020) Of 52.219-7.
[] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)).
[] (17)(i) 52.219 9, Small Business Subcontracting Plan (jun 2020) (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 (jun 2020) Of 52.219 9.
[] (18) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
[] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)).
[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (jan 1999) (15 U.s.c. 637(d)(4)(f)(i)).
[] (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (mar 2020) (15 U.s.c. 657f).
[] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (mar 2020) (15 U.s.c 632(a)(2)).
[] (ii) Alternate I (mar 2020) Of 52.219-28.
[] (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns (mar 2020) (15 U.s.c. 637(m)).
[] (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 (mar 2020) (15 U.s.c. 637(m)).
[] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
[] (26) 52.219-33, Nonmanufacturer Rule (mar 2020) (15 U.s.c. 637(a)(17))
[] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755).
[] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (jan 2020) (e.o. 13126).
[] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
[] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
[] (ii) Alternate I (feb 1999) Of 52.222-26.
[] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
[] (ii) Alternate I (july 2014) Of 52.222-35.
[] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
[] (ii) Alternate I (july 2014) Of 52.222-36.
[] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
[] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
[x] (35)(i) 52.222-50, Combating Trafficking In Persons (jan 2019) (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).
[] (36) 52.222-54, Employment Eligibility Verification (oct 2015). (e. O. 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.)
[] (37)(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.)
[] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693).
[] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693).
[] (40)(i) 52.223-13, Acquisition Of Epeatâ®-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 Epeatâ®-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. 8259b).
[] (43)(i) 52.223-16, Acquisition Of Epeatâ®-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 (jun 2020) (e.o. 13513).
[] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693).
[] (46) 52.223-21, Foams (jun 2016) (e.o. 13693).
[] (47) (i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
[] (ii) Alternate I (jan 2017) Of 52.224-3.
[] (48) 52.225-1, Buy American Supplies (may 2014) (41 U.s.c. Chapter 83).
[] (49)(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. L. 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.
[] (50) 52.225 5, Trade Agreements (oct 2019) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
[x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (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. 2302 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) 52.229 12, Tax On Certain Foreign Procurements (jun 2020).
[] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[] (57) 52.232-30, Installment Payments For Commercial Items (jan 2017) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332).
[] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
[] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
[] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
[] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)).
[] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631).
[] (ii) Alternate I (apr 2003) Of 52.247-64.
[] (iii) Alternate Ii (feb 2006) 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) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
[] (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).
[] (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).
[] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
[] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (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 Items. 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 (jun 2020) (41 U.s.c. 3509).
(ii) 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)).
(iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(v) 52.219 8, Utilization Of Small Business Concerns (oct 2018) (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.
(vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
(vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
(viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
(xi) 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.
(xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
(xiii)(a) 52.222-50, Combating Trafficking In Persons (jan 2019) (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).
(xiv) 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).
(xv) 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).
(xvi) 52.222-54, Employment Eligibility Verification (oct 2015) (e. O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706).
(xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xx) 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).
(xxi) 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.
(xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) 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 Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
(xxiii) In Addition, The Following Clauses Shall Also Apply:
52.211-6 Brand Name Or Equal (aug 1999)
(a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation.
(b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must
(1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By
(i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
(c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Clause)
52.217-6 - Option For Increased Quantity (mar 1989)
the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
(end Of Clause)
852.212-72 - Gray Market And Counterfeit Items (mar 2020)
(a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory.
(b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics.
(c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions.
(end Of Clause)
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):
http://www.acquisition.gov/comp/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar)
(end Of Clause)
in Addition, The Following Clauses And Provisions Shall Also Apply:
52.232-18
availability Of Funds
(apr 1984)
52.233-1
disputes
(may 2014)
52.233-3
protest After Award
(aug 1996)
852.203-70
commercial Advertising
(jan 2008)
852.232-72
electronic Submission Of Payment Requests
(nov 2012)
52.204-7
system For Award Management
(oct 2018)
52.204-16
commercial And Government Entity Code Reporting
(oct 2016)
52.209-7
information Regarding Responsibility Matters
(oct 2018)
52.233-2
service Of Protest
(sept 2006)
852.233-70
protest Content/alternative Dispute Resolution
(oct 2018)
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
(jan 2008)
852.237-70
contractor Responsibilities
apr 1984
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors
jul 2016
Closing Date7 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Page 1 Of 11
page 1 Of 14
page 15 Of 16
page 1 Of
page 1 Of
description
this Is A Combined Synopsis Solicitation (css) For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services., Using Simplified Acquisition Procedures Found At Far Part 13 And 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.
this Solicitation Number 36c24425q0237 Is Being Issued As A Request For Quote (rfq). The Government Anticipates Awarding One, Five-year, Firm-fixed-price Indefinite Delivery - Indefinite Quantity (idiq) Contract Resulting From This Solicitation. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 (effective Date 08/29/2024) And Can Be Found At: Far | Acquisition.gov .
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 238220 With A Small Business Size Standard Of $19.0 Million And The Product/service Code Is: J045
this Solicitation Is Unrestricted.
â
this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Is At: Http://www.sam.gov . Confirmation Of Sam Registration Will Be Validated Prior To Awarding A Contract.â
â
the Veterans Integrated Service Network 04 (visn4), Has A New Requirement For Guage Calibration Services At The Lebanon Va Medical Center As Listed In The Statement Of Work (sow), Attachment A.â â
â
the Contractor Shall Provide All Necessary Requirements Cited In The Sow. All Work Is To Be Performed In Accordance With Applicable Federal, State, And Local Regulations Or Ordinances.
all Interested Offerors Shall Provide A Quotation For The Following: Pricing Schedule, Attachment C.
place Of Performance: Lebanon Vamc.
visn-04 Intends To Award One Five-year Idiq Contract With Orders Anticipated To Begin Approximately: 1/19/2025-1/18/2030.
a Complete Description Of The Services To Be Acquired, And/or Applicable Government Need(s) Are As Follows: See Attachment A: Performance Work Statement.
contracting Office Address:
department Of Veterans Affairs
regional Procurement Office East
network Contracting Office 4 (nco 4)
va Pittsburgh Medical Center
1010 Delafield Rd., Pittsburgh, Pa 15215
contract Specialist: Andrew Chmielewski
52.212-4, Contract Terms And Conditions - Commercial Products And Commercial Services (nov 2023)
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):
http://www.acquisition.gov/far/index.html
Http://www.va.gov/oal/library/vaar/
(end Of Clause)
far Number
title
date
52.203-17
contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights
nov 2023
52.204-9
52.204-13
personal Identity Verification Of Contractor Personnel
system For Award Management Maintenance
jan 2011
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
52.232-40
providing Accelerated Payments To Small Business Subcontractors
mar 2023
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 1/19/2025-1/18/2030.
(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 $200.00, 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 $200.00;
(2) Any Order For A Combination Of Items In Excess Of $50,000.00; Or
(3) A Series Of Orders From The Same Ordering Office Within 30 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 1 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)
52.216-22 Indefinite Quantity (oct 1995)
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 12/18/2030.
(end Of Clause)
far 52.237-2 Protection Of Government Buildings, Equipment, And Vegetationâ (apr 1984)
the Contractorâ shallâ use Reasonable Care To Avoid Damaging Existing Buildings, Equipment, And Vegetation On The Government Installation. If The Contractor S Failure To Use Reasonable Care Causes Damage To Any Of This Property, The Contractorâ shallâ replace Or Repair The Damage At No Expense To The Government As Theâ contracting Officerâ directs. If The Contractor Fails Or Refuses To Make Such Repair Or Replacement, The Contractorâ shallâ be Liable For The Cost, Whichâ mayâ be Deducted From The Contract Price.
(end Of Clause)
vaar 852.203-70 Commercial Advertising (may 2018)
vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018)
vaar 852.242-71 Administrative Contracting Officer (oct 2020)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2024).
the Following Subparagraphs Are Applicable: Subparagraph (b)(5), (b)(9), (b)(11), (b)(12), (b)(16), (b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(36), (b)(37), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59). Subparagraph (c)(1), (c)(2) Class 25190/ Monetary Wage-fringe Benefits $34.69, (c)(7), (c)(8).
the Following Solicitation Provisions Apply To This Acquisition And May Be Incorporated By Reference:
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):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
(end Of Provision)
far Number
title
date
52.204-7
system For Award Management
oct 2018
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.229-11
tax On Certain Foreign Procurements Notice And Representation
jun 2020
852.233-70
852.239-75
protest Content/alternative Dispute Resolution
information And Communication Technology Accessibility Notice
oct 2018
feb 2023
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance (nov 2021)
52.216-1 Type Of Contract (apr 1984)
the Government Contemplates Award Of A Firm-fixed-price, Idiq Contract Resulting From This Solicitation.
52.233-2 Service Of Protest (sep 2006)
notify The Following: Nicholas Guzenski Through Va Email: Nicholas.guzenski@va.gov
852.233 70, Protest Content/alternative Dispute Resolution (oct 2018)
(end Of Clause)
addendum To Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services:
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
quotes In Response To This Rfq Are Due On 2:00 Pm (est), Tuesday, January 14, 2025. Quotes Shall Be Submitted In Writing And Sent Via Email To Contracting Specialist: Andrew Chmielewski; Andrew.chmielewski@va.gov. Please Insert Solicitation Number 36c24425q0237 Lebanon Guage Calibration Services In The Subject Line Of Your Email. All Submissions Shall Be 5mb Or Less. If The Email Is More Than 5mb, Submit Multiple Emails Labeling Them 1 Of Xx, 2 Of Xx, Etc. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Shall Be Forwarded In Writing Via Email To The Contracting Specialist By 2:00 Pm Est, Thursday January 9, 2025. Questions Will Not Be Accepted After This Date. Responses To The Offeror S Question(s) Will Be Posted Via An Amendment On Sam.gov / Contract Opportunities Via: Http://www.sam.gov
failure To Follow All Instructions May Result In Offeror(s)s Being Determined As Non-responsive And Be Removed From This Competition. All Proposals Shall Be Valid 60 Days From The Quote Response Date.
offeror(s)s Are Cautioned To Be Responsive To All Requirements In The Sow And To Provide Sufficient Information To Allow For Evaluation Of The Quotes.
offeror S Are Required To Submit The Following:
attachment C: Price Schedule: Please Complete Price Information In The Last Two Columns Of Attachment C And Return With Your Quote.
to Facilitate The Award Process, All Quotes Shall 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:"
and A Statement To Acknowledge Amendments, If Applicable.
cover Letter. Offeror(s)s Shall Submit A Cover Letter Identifying Their Company Name, Contact Information, Cage Code, Sam Unique Entity Id (uei) Number Of The Prime And Any Teaming Partner/subcontractor.
offeror(s)s Shall Include A Completed Copy Of The Provision 52.212-3 With Their Quote If The Offeror(s) Has Not Completed It Electronically In The System For Award Management (sam), Accessed Via: Http://www.sam.gov
offeror(s)s Shall Submit A Technical Capability Which Shall Address The Following At A Minimum:
staffing/contractor Personnel: Explain Ability To Supply Adequate Staff To Perform Gauge Calibration In Accordance With The Sow.
qualifications: Explain Contractor S Ability To Meet Industry Standards In Accordance With The Sow With Regards To Gauge Calibration.
the Evaluator Shall Submit Past Performance Questionnaire (attachment B) With Their Quote. Offeror(s)s Shall Provide Up To Three (3) References, Preferably Of Government Work, Performed In The Last Three (3) Years. Past Performance Information Shall Be Recent (performance Within The Last Three Years) And Relevant To This Scope Of Work. All Past Performance References Shall Be Completed By The Evaluator And Include Name Of Client, Customer Point Of Contact, Customer Telephone Number, Contract Number, Award Amount, Project/service Location, And Other Information Relevant To This Quote.
the Apparent Awardees Past Performance Will Be Evaluated As Part Of The Contractor Responsibility Determination To Ensure The Presence Of An Acceptable Performance Record In Accordance With Far 9.104-1. The Government Reserves The Right To Seek Past Performance Information From Any Sources Not Included In Your Past Performance And Available To The Government To Include, But Not Limited To, Cpars Or Other Databases; Interviews With Program Managers, Customers, And Contracting Officers; And References Provided By The Contractor.
the Contractor Must Include A Signed Copy Of Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Shall Be Submitted With The Solicitation Attachments.
addendum To 52.212-2 Evaluation Commercial Products And Commercial Services
the Government Will Perform An Evaluation Using A Comparative Evaluation Of Each Quote. The Government Will Compare Quotes To One Another In Order To Select The Quote That Best Benefits The Government. Comparative Evaluation Will Be Conducted In Accordance With Far 13.106-2(b)(3). The Following Factors Shall Be Used To Evaluate Offeror(s)s:
1. Price
2. Technical Capability
(b) A Written Notice Of Award Or Acceptance Of A Quote, Mailed Or Otherwise Furnished To The Successful Offeror(s) Within The Time For Acceptance Specified In The Quote, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept A Quote, Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
the Contracting Officer Will Award One, Firm Fixed Price Contract Resulting From This Rfq To The Responsible Offeror(s) Whose Quote Conforming To The Rfq Is Most Advantageous To The Government.
price The Government Reserves The Right To Award To An Offeror With Other Than The Lowest Price. The Award Will Be Made To The Offeror Whose Quote Represents The Best Overall Value To The Government.
technical The Offeror Clearly Demonstrates In Its Response A Clear Understanding Of All The Government S Requirements And Effective Approach For The Completion Of Service In Accordance With The Sow.
past Performance Offerors Must Have A Record Of Satisfactory Or Neutral Past Performance. If No Record Of Past Performance Is Found, The Offeror Will Receive A Rating Of Neutral. The Government Will Utilize But Is Not Limited To Internal Documentation Including Federal Awardee Performance And Information System (fapiis) For Determining The Past Performance Of Offerors.
records Management Language For Contracts
when Federal Agencies Acquire Goods Or Services, They Need To Determine What Federal Records Management Requirements Should Be Included In The Contract. Federal Contractors Often Create, Send, Or Receive Federal Records. Federal Contracts Should Provide Clear Legal Obligations Describing How The Contract Employees Must Handle Federal Records.
agency Records Officers, Procurement Counsel, And Acquisitions Officers Must Discuss How To Integrate Records Management Obligations Into Their Existing Procurement Processes. Nara Has Developed The Following Language To Be Included As An Agency-specific Term And Condition In Federal Contracts For A Variety Of Services And Products. The Majority Of Contracts Should Include Language On Records Management Obligations, But Each Contract Should Be Evaluated Individually. For Example, The Data-rights Paragraph (paragraph 10 Below) May Not Be Appropriate For All Contracts. Instead, Agencies May Be Better Served By One Of The Established Data-rights Clauses In The Federal Acquisition Regulations.
this Language Should Not Replace Specific Records Management Requirements Included Within Federal Information System Contracts.
records Management Obligations
a. Applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists.
b. Definitions
Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them.
the Term Federal Record:
1. Includes [agency] Records.
2. Does Not Include Personal Materials.
3. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their [agency] Contract.
4. May Include Deliverables And Documentation Associated With Deliverables.
c. Requirements
1. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
2. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.
3. In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.
4. [agency] And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of [agency] Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To [agency]. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
5. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To [agency] Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
6. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And [agency] Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
7. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With [agency] Policy.
8. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public [agency] Information That Are Not Specifically Tied To Or Authorized By The Contract.
9. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.
10. The [agency] Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which [agency] Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
11. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take [agency]-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
â
section D - Contract Documents, Exhibits, Or Attachmentsâ
â
see Attached Document: Attachment A Statement Of Work
see Attached Document: Attachment B Past Performance Questionnaire
see Attached Document: Attachment C Price Scheduleâ â
see Attached Document: Attachment D Wage Determination
point Of Contact
combined Synopsis/solicitation Notice
combined Synopsis/solicitation Notice
page 3 Of 3
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice
page 1 Of 3
andrew Chmielewski
department Of Veterans Affairs
regional Procurement Office East
network Contracting Office 4 (nco 4)
1010 Delafield Rd., Pittsburgh, Pa 15215
andrew.chmielewski@va.gov
end Of Document
Closing Date14 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And 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, 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. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, January 03, 2025.
this Solicitation Is Set-aside For Service-disabled Veteran-owned Small Business (sdvosb)
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 332812, With A Small Business Size Standard Of 600 Employees. The Fsc/psc Is J066.
the Va Jamaica Plains Healthcare System Sterile Processing Services (sps) Is Seeking To Purchase The Supplies And Services Described Below Brand Name Or Equal.
2 Price/cost Schedule
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
1.00
ea
__________________
__________________
nutrace Nux-20 Ng Laser Unit. Computer/laptop With Windows 10 And Supporting Accessories, Fumex Fume/odor Extractor Equipment. Fa1-mnutrace Select & Mark Templates. Different Laser Configurations For Different Instrument Materials Included Gs1 Codes. Safety Glasses To Operate The Laser In Class 4 Mode, Electropolishing Unit With Proprietary Solution Ratero.
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Nux20 Ng
0002
11.00
ea
__________________
__________________
scanner R+ Healthcare Can Read A 2d Data Matrix In < 0.5 Seconds Per Instrument, Irrelevant Of Instrument Contrast, Instrument Material Or Position Of The Code. A Good Geometrical Data Matrix, R+ Will Read It. With A More Powerful Camera And Led Lighting Technology, The R+ Max Can Read 2d Matrix As Small As .010 X.010mm (4mils). Stainless Steel Body
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Nu Trace R+ Sca
0003
1.00
ea
__________________
__________________
laser Etching - Up To 28,000 Instruments At 800 Instruments Per Day Minimum - Udi Applicationsurgical Instruments Will Be Marked With A Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Laser Etching
0004
1.00
ea
__________________
__________________
lia (laser Institute Of America).two Certification, Up To 32 Hours Of Training On-line And On-site Including: Sample Tray Of Surgical Instruments Will Be Marked With Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Laser Start Up
0005
1.00
ea
__________________
__________________
service Contract For 1 Year - Includes Pm Repairs, Any Mechanical Repairs, On Location Specialists For 3 Days Per Year And Any Shipping Costs/use Of A Loaner
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Pm
grand Total
__________________
the Contract Period Of Performance Is 02/11/2025 02/10/2026.
place Of Performance/place Of Delivery:
address:
150 South Huntington Avenue
boston, Ma 02130-4817
country:
usa
all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter.
all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov
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 Which Provides The Most Benefit To The Government.
the Following Are The Decision Factors:
price
technical Review
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.
submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/21/2025 At Frederic.revah1@va.gov
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact
all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter.
all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov
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 Items
far 52.212-3, Offerors Representations And Certifications Commercial Items
offerors Must Complete Annual 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 Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
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)
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Items Nov 2023
(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:
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
52.203 17, 52.204-10, 52.204 14, 52.204 27, 52.204 30, 52.209 6, 52.219 27, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222 36, 52.222 37, 52.222-50, 52.222 54, 52.226-8, 52.232-33, 52.222-51,
gray Market Items (apr 2020)
(a) No Gray Market Or Remanufactured Items Will Be Acceptable. Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Equipment Only For Va Medical Facilities.
(b) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions.
(end Of Clause)
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
52.203-17
contractor Employee Whistleblower Rights
nov 2023
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
52.228-5
insurance Work On A Government Installation
jan 1997
852.203-70
commercial Advertising
may 2018
(end Of Addendum To 52.212-4)
52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023)
(a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code(s) And Small Business Size Standard(s) For This Acquisition Appear Elsewhere In The Solicitation. However, The Small Business Size Standard For A Concern That Submits An Offer, Other Than On A Construction Or Service Acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees For Information Technology Value-added Resellers Under Naics Code 541519, If The Acquisition
(1) Is Set Aside For Small Business And Has A Value Above The Simplified Acquisition Threshold;
(2) Uses The Hubzone Price Evaluation Preference Regardless Of Dollar Value, Unless The Offeror Waives The Price Evaluation Preference; Or
(3) Is An 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show
(1) The Solicitation Number;
(2) The Time Specified In The Solicitation For Receipt Of Offers;
(3) The Name, Address, And Telephone Number Of The Offeror;
(4) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary;
(5) Terms Of Any Express Warranty;
(6) Price And Any Discount Terms;
(7) "remit To" Address, If Different Than Mailing Address;
(8) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically);
(9) Acknowledgment Of Solicitation Amendments;
(10) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And
(11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
(c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation.
(d) Product Samples. When Required By The Solicitation, Product Samples Shall Be Submitted At Or Prior To The Time Specified For Receipt Of Offers. Unless Otherwise Specified In This Solicitation, These Samples Shall Be Submitted At No Expense To The Government, And Returned At The Sender's Request And Expense, Unless They Are Destroyed During Preaward Testing.
(e) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately.
(f) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers.
(1) Offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation. If No Time Is Specified In The Solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date That Offers Or Revisions Are Due.
(2)(i) Any Offer, Modification, Revision, Or Withdrawal Of An Offer Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; And
(a) If It Was Transmitted Through An Electronic Commerce Method Authorized By The Solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Working Day Prior To The Date Specified For Receipt Of Offers; Or
(b) There Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Of Offers And Was Under The Government's Control Prior To The Time Set For Receipt Of Offers; Or
(c) If This Solicitation Is A Request For Proposals, It Was The Only Proposal Received.
(ii) However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted.
(3) Acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On The Offer Wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel.
(4) If An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Offers Cannot Be Received At The Government Office Designated For Receipt Of Offers By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude Amendment Of The Solicitation Or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Offers Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume.
(5) Offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. Oral Offers In Response To Oral Solicitations May Be Withdrawn Orally. If The Solicitation Authorizes Facsimile Offers, Offers May Be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Of Offers, Subject To The Conditions Specified In The Solicitation Concerning Facsimile Offers. An Offer May Be Withdrawn In Person By An Offeror Or Its Authorized Representative If, Before The Exact Time Set For Receipt Of Offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For The Offer.
(g) Contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror's Initial Offer Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received.
(h) Multiple Awards. The Government May Accept Any Item Or Group Of Items Of An Offer, Unless The Offeror Qualifies The Offer By Specific Limitations. Unless Otherwise Provided In The Schedule, Offers May Not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless The Offeror Specifies Otherwise In The Offer.
(i) Availability Of Requirements Documents Cited In The Solicitation.
(1)(i) The Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website At Https://assist.dla.mil.
(ii) If The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued This Solicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained From The Address In Paragraph (i)(1)(i) Of This Provision.
(2) Most Unclassified Defense Specifications And Standards May Be Downloaded From The Assist Website At Https://assist.dla.mil.
(3) Defense Documents Not Available From The Assist Website May Be Requested From The Defense Standardization Program Office By-
(i) Using The Assist Feedback Module (https://assist.dla.mil/feedback); Or
(ii) Contacting The Defense Standardization Program Office By Telephone At 571-767-6688 Or Email At Assisthelp@dla.mil.
(4) Nongovernment (voluntary) Standards Must Be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j) Unique Entity Identifier. (applies To All Offers That Exceed The Micro-purchase Threshold, And Offers At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Offeror Shall Enter, In The Block With Its Name And Address On The Cover Page Of Its Offer, The Annotation Unique Entity Identifier Followed By The Unique Entity Identifier That Identifies The Offeror S Name And Address. The Offeror Also Shall Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Unique Entity Identifier. The Suffix Is Assigned At The Discretion Of The Offeror To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpart 32.11) For The Same Entity. If The Offeror Does Not Have A Unique Entity Identifier, It Should Contact The Entity Designated At Www.sam.gov For Unique Entity Identifier Establishment Directly To Obtain One. The Offeror Should Indicate That It Is An Offeror For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Unique Entity Identifier.
(k) [reserved]
(l) Debriefing. If A Post-award Debriefing Is Given To Requesting Offerors, The Government Shall Disclose The Following Information, If Applicable:
(1) The Agency's Evaluation Of The Significant Weak Or Deficient Factors In The Debriefed Offeror's Offer.
(2) The Overall Evaluated Cost Or Price And Technical Rating Of The Successful And The Debriefed Offeror And Past Performance Information On The Debriefed Offeror.
(3) The Overall Ranking Of All Offerors, When Any Ranking Was Developed By The Agency During Source Selection.
(4) A Summary Of The Rationale For Award;
(5) For Acquisitions Of Commercial Products, The Make And Model Of The Product To Be Delivered By The Successful Offeror.
(6) Reasonable Responses To Relevant Questions Posed By The Debriefed Offeror As To Whether Source-selection Procedures Set Forth In The Solicitation, Applicable Regulations, And Other Applicable Authorities Were Followed By The Agency.
(end Of Provision)
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services
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.
submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/21/2025 At Frederic.revah1@va.gov@va.gov.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
Closing Date21 Jan 2025
Tender AmountUSD 372.7 K
This is an estimated amount, exact amount may vary.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, 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 Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0188. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation.
this Is A Solicitation For Centrella Beds With Accessories. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02 Effective January 03, 2025.
this Solicitation Is 100% Set-aside For Small Business. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339113, With A Small Business Size Standard Of 800 Employees, And The Psc Is 6530.
all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Hillrom Centrella For The Following:
equipment Needed:
items: Brand Name Or Equal To Hillrom Centrella
item #
description/part Number*
qty
Price
Extended Amount
1
centrella Bed With Pro Surface
cnt 255
3
2
centrella Smart+ Bed With Max Air Surface And Blower
cnt 355
8
3
bed Base
cnt Base
11
4
nurse Call In Siderail
11
5
accessory Outlet
11
6
patient Helper Bracket
11
7
osi Patient Helper Sleeve
11
8
pro Surface For 36 Inch Frame
3
9
safeview With Illumiguide
3
10
second Lcd Touchscreen
3
â
Subtotal (products)
â
salient Characteristics
max Air Feature Must Have Powered Air Mattress That Operates Continuously To Decrease Localized Heat And Moisture Buildup. Allows For Continuous Full-body Pressure Redistribution For Patients 70 To 500 Pounds, Automatically Adjusts The Air System To Accommodate Changes Weight Distribution.
ability To Override And Increase Firmness For Patient Transfers Or Adjust Patient Position.
ability To Adjust For Patient Comfort, With 2 Zones, Which Can Be Adjusted Separately.
gci Touchscreen Must Be Located On The Outside Of The Head Rails For Quick Caregiver Access To Patient And Bed Status As Well As Other Bed Controls. Approximate Size 4x5 Inches
must Include Bed Exit Silence Alarm Exit Alarm Settings To Include Silence, Auto Reset, And Visual And Audible Safety Prompts.
brake Not Set Alarm Must Have Option For Spoken Verbal Safety Alert To Caution Caregiver And Patient In A Non-alarming Manner.
one Button Chair One Button Control To Convert A Flatbed Into A Cardiac Chair.
must Include Battery Backup - 12 Volt, 7 Mil Amp Hour Batteries X 2
digital Angle Indicator Digital Angle Indicator Gives The Specific Reading Of The Angle Of Bed If Trendelenburg Or Reverse Trendelenburg Positioning Is Needed. Must Reach 18 Degrees.
must Have Built In Line And Cord Management - Cutouts For Electrical Cord Or Monitor Cable Management For Use During Transporting. Must Be Located Within The Head And Footboards Or Alternative Built-in To The Bed, Not Hanging.
must Have 4 Iv Pole Sockets - Sized For Standard Hospital Iv Poles. 2-4 Bag Capacity.
must Include Integrated Restraint Holders - Sized For Standard Belt Restraints.
must Have Lockout Controls Ability To Lock Controls.
must Have Drainage Bag Holder Ability To Hold Up To 20 Pounds.
must Have Smart Bed Ready (sidecom Req) - Up To 32 Patients Safety And Bed Matrices To Be Transmitted To Caregiver Devices (such As Smart Phones, Vocera, Etc) And/or Vista Or Cerner Emr
must Have Wi-fi Module
must Have Enhanced 3-mode Bed Exit - Includes Silence, Auto Reset And Visual And Audible Safety Prompts.
must Have Motion Activated Nightlight
must Include Stand Assist - Height Adjust Buttons To Aid In Safely Lifting The Patient Onto Their Feet
advanced Slideguardâ® Feature - Reduces Patient Migration In Bed When The Head Of The Bed Is Raised
must Include Foley Position Limit - Monitors And Alerts If A Foley Bag Is Touching The Floor
patient Hob Angle Display - Digital Head Of Bed Angle Indicator Gives The Specific Reading Of The Angle Of The Head
trend/rev Trendelenburg Ranges From 0-18 Degrees. 18 Degrees Required.
dampened Emergency Cpr - Ability To Quickly And Safely Lower The Head Section To A Flat Position In Case Of A Code. Ability To Access From Both Sides Of The Bed.
must Have Patient Storage In Siderail - Sized To Hold Items Such As Smart Phone, Reading Glasses, Books/magazines.
must Have Integrated Urinal Holders Ability To Hold Any Sized Urine Collection Bottle That Is Filled.
flexafoot Powered Bed Extend Must Have Powered Bed Length Extension.
must Have Steer Caster Font Left Caster Can Be Locked For Steering
36 Inch Frame Width Required
in-bed Scale Must Have Ability To Weight Up To 500 Pounds
usb Charger Required
2nd Lcd Touchscreen Required
patient Pendant - Moveable Bed Control That Allows The Patient Easy Access To Adjust The Bed S Head And Foot Sections. Approx. Size Is 3 X 5 .
removable Iv Pole
must Have Verbal Alerts Verbal Safety Alerts Such As Brake Not Set, Your Care Team Has Been Called, Please Don T Get Up, Etc. Able To Set 6 Different Languages.
additional Information Sought:
warranty Please Describe The Offered Warranty.
place Of Manufacture Please Provide The Place Of Manufacture.
52.211-6â brand Name Or Equal.
as Prescribed Inâ 11.107(a), Insert The Following Provision:
brand Name Or Equalâ (aug 1999)
(a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation.
(b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must-
(1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation;
(2)â clearly Identify The Item By-
(i)â brand Name, If Any; And
(ii)â make Or Model Number;
(3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And
(4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications.
(c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer.
(d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation.
(end Of Provision)
delivery Fob Destination Is Preferred, 30 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The Portland Va Medical Center Point Of Contact.
place Of Delivery:
department Of Veterans Affairs
portland Va Medical Center
community Living Center
1601 E 4th Plain Blvd
vancouver, Wa 98661
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products
addendum To Far 52.212-1 Instructions To Offerors Commercial
52.204-7
system For Award Management (oct 2018)
52.204-16
commercial And Government Entity Code Reporting (aug 2020)
52.204-20
predecessor Of Offeror (aug 2020)
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.211-6
brand Name Or Equal (aug 1999)
52.212-3
offeror Representations And Certifications-commercial Products And Commercial Services (may 2024)
52.222-50
combatting Trafficking In Persons (nov 2021)
52.225-3
buy American-free Trade Agreements-israeli Trade Act (nov 2023)
52.225-18
place Of Manufacture (aug 2018)
52.252-1
provisions Incorporated By Reference (feb 1998)
vaar Provisions:
852.239-75
information And Communication Technology Accessibility Notice (feb 2023)
(a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable.
(b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions.
(c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items.
(d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis.
(e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations.
(f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below.
(g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote.
(end Of Addendum To 52.212-1)
far 52.212-2, Evaluation-commercial Items : The Government May 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. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers:
special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement:
sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation.
price
(a) 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 Offeror'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.
far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual 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 Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov).
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018)
addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum:
http://www.acquisition.gov/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar)
52.204-13
system For Award Management Maintenance (oct 2018)
52.204-18
commercial And Government Entity Code Maintenance (aug 2020)
52.225-4
buy American-free Trade Agreements-israeli Trade Act Certificate (nov 2023)
52.232-40
providing Accelerated Payments To Small Business Subcontractors (dec 2013)
52.252-2
clauses Incorporated By Reference (feb 1998)
vaar Clauses:
852.203-70
commercial Advertising (may 2018)
852.212-71
gray Market Items (nov 2018)
852.232-72
electronic Submission Of Payment Requests (nov 2018)
852.239-76
information And Communication Technology Accessibility (feb 2023)
852.242-71
administrative Contracting Officer (oct 2020)
852.246-71
rejected Goods (oct 2018)
852.247-71
delivery Location (oct 2018)
852.247-73
packing For Domestic Shipment (oct 2018)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (may 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 Kapersky 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)).
the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference:
52.203-17
52.204-10
52.204-27
contractor Employee Whistleblower Rights (nov 2023)
reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note)
prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328)
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)
52.219-6
52.219-28
notice Of Total Small Business Set-aside (noiv 2020)
post Award Small Business Program Representation (feb 2024) (15 U.s.c 632(a)(2))
52.222-3
52.222-19
convict Labor (jun 2003) (e.o. 11755)
child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126)
52.222-21
prohibition Of Segregated Facilities (apr 2015)
52.222-26
52.222-35
equal Opportunity (sep 2016) (e.o. 11246)
equal Opportunity For Veterans (jun 2020)
52.222-36
52.222-37
equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793)
employment Reports On Veterans (jun 2020)
52.222-50
combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627)
52.225-3
buy American-free Trade Agreements-isreali Trade Act (nov 2023)
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)
52.226-8
52.232-33
encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024)
payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332)
all Quoters Shall Submit According To The Following:
quotes Must Be Emailed To Maureen.sundstrom@va.gov And Received No Later Than 3:00 Pm Pst On 01/21/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include The Completed Buy American Certificate 52.225-4 Available Below, And, If Not The Manufacturer, An Authorized Distributor Letter. Any Offer That Does Not Provide The Following Supporting Documentation May Be Considered Non-responsive.
Required Supporting Documentation And Information:
buy American Certificate
authorized Distributor Letter If Not The Manufacturer
certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above
delivery Date
the Government Intends To Make Award Without Discussions.
for Information Regarding The Solicitation, Please Contact Maureen Sundstrom At Maureen.sundstrom@va.gov.
a.1 52.225-4 Buy American-free Trade Agreements-israeli Trade Act Certificate (nov 2023)
(a)â (1)â theâ offerorâ certifies That Eachâ end Product, Except Those Listed In Paragraph (b) Or (c)(1) Of This Provision, Is A Domesticâ end Productâ and That Each Domesticâ end Productâ listed In Paragraph (c)(2) Of This Provision Contains A Criticalâ component.
(2)â the Terms "bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Product," "commercially Available Off-the-shelf (cots) Item," "criticalâ component," "domesticâ end Product," "end Product," "foreignâ end Product," "free Trade Agreement Country," "free Trade Agreement Countryâ end Product," "israeliâ end Product," And "united States" Are Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act."
(b)â theâ offerorâ certifies That The Followingâ suppliesâ are Free Trade Agreement Countryâ end Productsâ (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Products) Or Israeliâ end Productsâ as Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act":
free Trade Agreement Countryâ end Productsâ (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Products) Or Israeliâ end Products:
line Item No.
country Of Origin
[list As Necessary]
(c)â (1)â theâ offerorâ shallâ list Thoseâ suppliesâ that Are Foreignâ end Productsâ (other Than Those Listed In Paragraph (b) Of This Provision) As Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act." Theâ offerorâ shallâ list As Other Foreignâ end Productsâ those Endâ productsâ manufactured In Theâ united Statesâ that Do Not Qualify As Domesticâ end Products. For Those Foreignâ end Productsâ that Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, Theâ offerorâ shallâ also Indicate Whether These Foreignâ end Productsâ exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No .â other Foreignâ end Products:
line Item No.
country Of Origin
exceeds 55% Domestic Content (yes/no)
[list As Necessary]
(2)â theâ offerorâ shallâ list Theâ line Item Numbersâ of Domesticâ end Productsâ that Contain A Criticalâ componentâ (see Farâ 25.105).
line Itemâ no.â ___
[list As Necessary]
(d)â the Government Will Evaluateâ offersâ in Accordance With The Policies And Procedures Ofâ partâ 25â of The Federalâ acquisitionâ regulation.
(end Of Provision)
mandatoryelectronicinvoicing
va Published The Final Rule Requiring Vendors To Submit Invoices Electronically To The Financial Services Center (fsc) In The November 27, 2012 Federal Register. The Rule Became Effective December 27, 2012. The Rule Includes A New Contract Clause To Be Inserted In All Solicitations And Contracts By The Contracting Officer (vaar 852.232-72). Vendors Can Comply With The Rule By Using Either Of The Two Methods Below:
facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below:
va S Electronic Invoice Presentment And Payment System The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electron Icinvoice Submission. Please Go To This Website:http://www.tungsten-network.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge.
a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org).
vendor E-invoice Set-up Information:
please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below:
tungsten E-invoice Set Up Information:1-877-489-6135
tungsten E-invoice Email:va.registration@tungsten-network.com
fsc E-invoice Contact Information:1-877-353-9791
fsc E-invoice Email:vafsccshd@va.gov
Closing Date21 Jan 2025
Tender AmountRefer Documents
BULACAN AGRICULTURAL STATE COLLEGE Tender
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Fy 2025 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 12 9. Clarification And Amendment Of Bidding Documents …………………………… 12 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 12 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 13 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 14 15. Sealing And Marking Of Bids ……………………………………………………… 14 16. Deadline For Submission Of Bids …………………………………………………. 14 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 15 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 15 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..19 1. Scope Of Contract ………………………………………………………………… 20 2. Advance Payment And Terms Of Payment ……………………………………….. 20 3. Performance Security ……………………………………………………………. 20 4. Inspection And Tests ……………………………………………………………… 20 5. Warranty …………………………………………………………………………. 21 6. Liability Of The Supplier ………………………………………………………….. 21 Section V. Special Conditions Of Contract ………………………………….22 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………34 Section Viii. Checklist Of Technical And Financial Documents …………..38 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub 1. The Bulacan Agricultural State College, Through The Gaa Capital Outlay Fy 2025 Intends To Apply The Sum Of One Billion Pesos Pesos (php1,000,000,000.00) Being The Abc To Payments Under The Contract For Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required With Contract Duration Of 280 Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, 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 A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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. 4. Prospective Bidders May Obtain Further Information From Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 7, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php75,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference On January 24, 2025, 09:00 Am Via Zoom Platform (meeting Id: 853 1254 4715, Passcode: 578270) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of February 7, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 7, 2025, 09:00 Am At The Conference Room, Administration Building, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College 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 Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph January 16, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub With Identification Number 2025-01g. The Procurement Project (referred To Herein As “project”) Is Composed Of Twenty-eight (28) Components The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Gaa Fy 2025 In The Amount Of Php1,000,000,000.00 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Not Applicable. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To At Least Fifty Percent (50%) Of The Abc Or Have 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; 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Days From The Opening Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2 Duly Signed By The Authorized Representative Of The Bidder. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Not Applicable 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply, Delivery, Installation, Commissioning And Set-up Of Ict Materials And Laboratory Equipment With Any Of The Two (2) Components As Follows: 1. Productivity Software And/or Licenses 2. Hardware Such As Servers, Desktops And/or Laptops 3. Closed-circuit Television (cctv) 4. Smart Solar Lighting Systems 5. Network Infrastructure B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids That Is Equivalent To 50% Of Abc Or 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; 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Php20,000,000.00 [(2%) Of The Abc] If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Php50,000,000.00[(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To This Contract Are Delivered At Basc, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Dr. Ma. Melanie A. Cruz And Mr. Florentino S. Casuco, Jr. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof 2.2 The Terms Of Payment Shall Be As Follows: 15% : Upon Submission Of Signed Contract 25% : Submission And Acceptance Of Detailed Work Plan And Systems Design 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Internet Connectivity 15. Campus Network System 16. Fiber Optics Works 17. Structured Cabling Works 18. It Security Operations Center & Network Operations Center 19. Campus Data Center Upgrade 20. Data Center Network Switches 21. Data Center Compute System & Data Center Block And File Storage System 22. Data Center Backup And Recovery System 23. Cloud Infrastructure 24. Ip-pabx System 25. Software & Networking Laboratories 26. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 27. E-library Infrastructure 28. Smart Function Hall 26.43% 1st Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 1. It Security Operations Center & Network Operations Center 2. Campus Data Center Upgrade 3. Data Center Network Switches 4. Data Center Compute System & Data Center Block And File Storage System 5. Data Center Backup And Recovery System 6. Ip-pabx System 7. Software & Networking Laboratories 8. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 9. E-library Infrastructure 10. Smart Function Hall 11. Campus Network System 12. Fiber Optics Works 13. Structured Cabling Works 14. Human Resource Management System & Time Keeping System 15. Document Management System 16. Queuing / Appointment System 1st Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 1. Human Resource Management System & Time Keeping System 2. Payroll Management System 3. Assets & Fleet Management System 4. Document Management System 5. Trouble Ticketing System 6. Queuing / Appointment System 7. Campus Portal System 23.57% 2nd Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 1. Internet Connectivity 2. University Library System 3. Econference Room W/ Video Conferencing 2nd Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 1. Cloud Infrastructure 2. University Information System 3. Learning Management System 4. Executive Information System 5. University Library System Hardware Installation, Configuration And Integration 1. Campus Network System 2. Structured Cabling Works 3. It Security Operations Center & Network Operations Center 4. Data Center Network Switches 5. Data Center Backup And Recovery System 6. Ip-pabx System 7. E-library Infrastructure Acceptance Of Volume Testing 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing : Completion Of Training 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Campus Network System 15. It Security Operations Center & Network Operations Center 16. Campus Data Center Upgrade 17. Data Center Backup And Recovery System 18. Smart Function Hall 10% : Project Acceptance And Turnover 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Internet Connectivity 15. Campus Network System 16. Fiber Optics Works 17. Structured Cabling Works 18. It Security Operations Center & Network Operations Center 19. Campus Data Center Upgrade 20. Data Center Network Switches 21. Data Center Compute System & Data Center Block And File Storage System 22. Data Center Backup And Recovery System 23. Cloud Infrastructure 24. Ip-pabx System 25. Software & Networking Laboratories 26. E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 27. E-library Infrastructure 28. Smart Function Hall 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 University Information System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 2 Learning Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 3 Innovative Cashiering System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 4 Human Resource Management System & Time Keeping System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 5 Payroll Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 6 Assets & Fleet Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 7 Document Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 8 Trouble Ticketing System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 9 Queuing System / Appointment System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 10 Executive Information System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 11 Campus Portal System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 12 University Library System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 13 Econference Room W/ Video Conferencing 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 14 Internet Connectivity 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 15 Campus Network System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 16 Fiber Optics Works 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 17 Structured Cabling Works 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 18 It Security Operations Center & Network Operations Center 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 19 Campus Data Center Upgrade 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 20 Data Center Network Switches (network Infrastructure) 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 21 Data Center Compute System & Data Center Block & File Storage System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 22 Data Center Backup And Recovery System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 23 Basc Cloud Infrastructure 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 24 Ip-pabx System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 25 Software And Networking Laboratories 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 26 E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 27 E-library Infrastructure 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 28 Smart Function Hall 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed For Details See Terms Of Reference [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness , And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 University Information System 2 Learning Management System 3 Innovative Cashiering System 4 Human Resource Management System & Time Keeping System 5 Payroll Management System 6 Assets & Fleet Management System 7 Document Management System 8 Trouble Ticketing System 9 Queuing System / Appointment System 10 Executive Information System 11 Campus Portal System 12 University Library System 13 Econference Room W/ Video Conferencing 14 Internet Connectivity 15 Campus Network System 16 Fiber Optics Works 17 Structured Cabling Works 18 It Security Operations Center & Network Operations Center 19 Campus Data Center Upgrade 20 Data Center Network Switches (network Infrastructure) 21 Data Center Compute System & Data Center Block & File Storage System 22 Data Center Backup And Recovery System 23 Basc Cloud Infrastructure 24 Ip-pabx System 25 Software And Networking Laboratories 26 E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 27 E-library Infrastructure 28 Smart Function Hall For Details See Terms Of Reference [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Republic Of The Philippines Bulacan Agricultural State College Address: Pinaod, San Ildefonso, Bulacan Website: Https://basc.edu.ph/ Tel/fax No.: (044) 931 8660 Terms Of Reference Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Definition Of Terms Key Description Internet-based Application A Client/server Application That Uses Standard Internet Protocols For Connecting The Client To The Server. Acl Access Control List Ap Transmit Power Access Point Transmit Power Aec Acoustic Echo Cancellation Ad Database Active Directory Database Arp Address Resolution Protocol Awg American Wire Gauge Api Application Programming Interface Abc Approved Budget Cost Ai Rf Artificial Intelligence Radio Frequency Afms Assets & Fleet Management System Aes/ebu Audio Engineering Society / European Broadcasting Union Ah Authentication Header Ajb Auto Jitter Buffer Agc Automatic Gain Control Agronomy The Application Of Science And Technology From The Fields Of Biology, Chemistry, Economics, Ecology, Soil Science, Water Science, Pest Management, And Genetics To The Improvement And Management Of The World's Major Food Crops. Animal Husbandry The Branch Of Agriculture Is Concerned With Animals That Are Raised For Meat, Fiber, Milk, Or Other Products. It Includes Day-to-day Care, Management, Production, Nutrition, Selective Breeding, And Livestock Raising. Anpr Camera Automatic Number Plate Recognition Camera Basc Bulacan Agricultural State College Bunas Bulacan National Agricultural School Bi Dashboard Business Intelligence Dashboard Cmmi5 Capability Maturity Model Integration 5 Cpu Central Processing Unit Ca Certificate Authentication Certificate Authority Certificate Authentication Cor Certificate Of Registration Ceh Certification Certified Ethical Hacker Certification Cgeit Certified In The Governance Of Enterprise It Isc Certified Information Systems Security Professional Cpmp Certified Project Management Practitioner Cos Class Of Service Cctv Closed-circuit Television Cng Comfort Noise Generation Dtr Daily Time Record Dpa Data Privacy Act [r.a. No. 10173] Db Decibel Dbm Department Of Budget And Management Dscp Differentiated Services Code Point Dsp Digital Signal Processing Dvi Digital Visual Interface Dss Direct Station Selection Dr Drills Disaster Recovery Drills Dms Document Management System Dns Domain Name System Ddr4 Double Data Rate 4 Dfp Dynamic Fabric Provisioning Dhcp Dynamic Host Configuration Protocol Dps Dynamic Path Selection Ecc Employee Compensation Contribution Esp Encapsulating Security Payload Eis Executive Information System Xlr External Line Return Fpi Fabric Performance Impact Fspf Fabric Shortest Path First Foc Fiber Optic Cable Ftp File Transfer Protocol Fdmi Flat Display Mounting Interface Fhd Ir Full High Definition Infrared Camera Fqdn Fully Qualified Domain Name Fdm Fused Deposition Modeling Gbe Gigabit Ethernet Gb Gigabyte Gbps Gigabyte Per Second Gui Graphical User Interface Gddr5 Graphics Double Data Rate 5 Hdd Hard Disk Drive Hi-fi High Fidelity Hdmi High-definition Multimedia Interface Hf Amplifier High-frequency Amplifier Hris Human Resource Information System Http Hypertext Transfer Protocol Ict Information And Communications Technology Ict Information Communication Technology Itil Certification Information Technology Infrastructure Library Certification Ir Infrared Radiation Ir/rgb Infra-red/red, Green And Blue Ieee Institute Of Electrical And Electronics Engineers Ipmi Intelligent Platform Management Interface Iec Standard International Electrotechnical Commission Standard Iso International Organization For Standardization Igmp Internet Group Management Protocol Ike Internet Key Exchange Ip Internet Protocol Ipofc Internet Protocol Over Fibre Channel Ip-pabx Internet Protocol Private Branch Exchange Ipsec Internet Protocol Security Ipv4 Internet Protocol Version 4 Ipv6 Internet Protocol Version 6 Isp Internet Service Provider Isl Trunking Inter-switch Link Trunking Management Tunnel Encryption It Is A Secure Channel Or Connection Established Between A Management Station And A Network Device To Remotely Manage And Configure The Device. Intelligent Load Balancing It Is The Technique Used In Computer Networking And Server Management To Distribute Incoming Network Traffic Or Workload Across Multiple Servers Or Resources In A Way That Optimizes Resource Utilization, Improves Performance, And Ensures High Availability. Kpi Key Performance Indicator Kvm Keyboard, Video, Mouse Lms Learning Management System Ldap Lightweight Directory Access Protocol Lacp Link Aggregation Control Protocol Lan Local Area Network Lf Amplifier Low-frequency Amplifier Mac Media Access Control Mp Megapixels Ms Milliseconds Mcb Miniature Circuit Breaker Maps Monitoring And Alerting Policy Suite M-lag Multichassis Link Aggregation Group Mimo Multiple-input And Multiple-output Nhmfc National Home Mortgage Finance Corporation Nat Network Address Translation Nat-t Network Address Translation-traversal Ndi Network Device Interface Nic’s Network Interface Cards Nvme Network Address Translation Ops Open Pluggable Specification Ospf Open Shortest Path First Oem Original Equipment Manufacturer Oem Certification Original Equipment Manufacturer Certification Pppoe Point-to-point Protocol Over Ethernet Pptp Point-to-point Tunneling Protocol Pvc Polyvinyl Chloride Pdu Power Distribution Unit Poe Power Over Ethernet Pacu Precision Air-conditioning Units Pc Project Category Psc Project Sub– Category Rfid Radio Frequency Identification Ram Random Access Memory Rdp Read Diagnostics Parameter Rstp Real-time Streaming Protocol Rj Registered Jack Rdbms Relational Database Management System Rh Relative Humidity Rcs Reliable Commit Service Rog Report Of Grades Rotc Reserve Officers' Training Corps Rpm Revolutions Per Minute Rip Routing Information Protocol Srtp Secure Real-time Transport Protocol Ssl Secure Sockets Layer Ssl Vpn Secure Sockets Layer Virtual Private Network Sata Serial Advanced Technology Attachment Sp Service Provider Ssid Service Set Identifier Sip Session Initiation Protocol Stp Shielded Twisted Pair Sms Short Message Service Sns Simple Name Server Sso Single Sign-on Sddq Slow Drain Device Quarantine Sddq Slow Drain Device Quarantine Sfp Small Form-factor Pluggable Cadre A Small Group Of People Specially Trained For A Particular Purpose Or Profession. Ssd Solid State Drive Spl Sound Pressure Level Soa Statement Of Account San Storage Area Network Sqlnet Structured Query Language Network Tb Terabyte Encrypted Communication The Process Of Encoding Information In Such A Way That Only Authorized Parties Can Access And Understand It. Tat Time & Attendance Terminal Tor Transcript Of Records Tcp/ip Transmission Control Protocol/internet Protocol Tls Transport Layer Security Tftp Trivial File Transfer Protocol Uhd Ultra High Definition Ups Uninterruptible Power Supply Usb Universal Serial Bus Uis University Information System Utp Unshielded Twisted Pair Udp User Datagram Protocol Ui User Interface Vga Video Graphics Array Vram Video Random-access Memory Vlan Virtual Local Area Network Vms Virtual Machines Vpn Virtual Private Network Vad Voice Activity Detection Voip Voice Over Internet Protocol Wpa Wi-fi Protected Access Wep Wired Equivalent Privacy Wan Wireless Area Network Wi-fi Wireless Fidelity Wips Wireless Intrusion Prevention System I. Introduction A. Executive Summary The Bulacan Agricultural State College (basc) Was Established In 1952. It Started As The Community Agricultural School In Bintog, Plaridel, Bulacan With About 100 Students. The Succeeding Years Saw An Increase In The Number Of Students. Unlike Before, Students Came Not Only From The Local Community But Also From Elsewhere In The Province. With This, The School Was Aptly Named The Bulacan Provincial High School. In 1955, With A Growing Population And A Need To Accommodate The Same, Presidential Proclamation No. 163 Was Issued Allocating 200 Hectares Of Land For The School In Pinaod, San Ildefonso, Bulacan. Not Long After, Republic Act (r.a.) No. 948 Was Issued Changing The School’s Name To Bulacan National Agricultural School (bunas). In 1960, Tertiary Education Was Offered In Bunas With A Two-year Associate In Agriculture Program, Which Eventually Led To The Offering Of The Bachelor Of Science In Agriculture Degree With Majors In Agronomy And Animal Husbandry. Cognizant Of The Broad-based Agricultural Education And Training Needs Of The Bulakeños, Hon. Ricardo C. Silverio, And Then Representative Of District Ii Of The Province Of Bulacan Authored House Bill No. 2389 Which Moved For An Expanded Educational Program For Bunas. With The Bilateral Approval Of Both Houses, President Fidel V. Ramos Signed R.a. No. 8548, Officially Converting The Bunas Into A Chartered State College Known As The Bulacan National Agricultural State College On February 24, 1998. Its Name Was Changed To Bulacan Agricultural State College By Virtue Of R.a. No. 9249 Signed By Her Excellency Gloria Macapagal Arroyo On February 19, 2004. As Mandated By Its Charter, Basc Shall Provide Higher Professional, Technical, And Special Instructions For Special Purposes And Promote Research And Extension Services And Advanced Studies In Agriculture, Arts And Science Programs, And Other Allied Courses. It Shall Also Offer Short-term Technical And Vocational Non-degree Courses Within Its Area Of Specialization To Meet The Needs Of Its Constituents. Basc Main Campus Is Situated In Pinaod, San Ildefonso, Bulacan. It Has Three Extension Campuses – Doña Remedios Trinidad Campus; Balagtas Technical Vocational School Campus; And Fortunato Halili National Agricultural School. The Basc Board Of Trustees Is The Policy-making Body Of The College Composed Of The Following: Chairperson: Chairperson, Commission On Higher Education Vice-chairperson: President, Bulacan Agricultural State College Members: Chairperson, Senate Committee On Higher And Technical Education Chairperson, House Committee On Higher And Technical Education Director, Neda Region Iii Director, Da Region Iii President, Basc Alumni Association Faculty Trustee Student Trustee Prominent Citizen Resource Person: Director, Dost Region Iii The College Is Headed By Its President, Dr. Jameson H. Tan, And Assisted By Dr. Cecilia S. Santiago, Vice President For Academic Affairs; Dr. Ronald Reagan T. Alonzo, Vice President For Administration, Finance And Business Affairs; And Dr. Honeylet J. Nicolas, Vice President For Research, Extension, Production And Development. The Bulacan Agricultural State College Shall Strive For Excellence In Agriculture And Other Allied Disciplines. It Shall Provide For And Address Ever-changing Educational Needs And Services For Those Seeking To Expand Their Intellectual Horizons. Basc Shall Address National And International Issues And Be Established As A Major Presence And Contributor To The Progress Of The Global Community. To Ensure The Training Of Productive And Competitive Graduates In Agriculture And Other Related Disciplines, Basc Is Keen On Delivering The Following Goals/objectives. 1. Produce Quality Graduates Equipped With Knowledge And Expertise Enough To Meet The Demands And Challenges Of The Fast-changing Society. 2. Develop A Cadre Of Highly Competent Manpower To Implement The Various Academic, Research, Extension, Training, And Production Programs Of The College. 3. Undertake Relevant Research, Extension, And Training Programs To Accelerate Productivity And For Additional Income Of People In Rural And Urban Areas. 4. Promote The General Welfare Of The Faculty And Staff As Well As The Students. 5. Maintain A Wholesome Academic Community Conducive To Learning By Providing A State-of-the-art Laboratory, Information And Communication Equipment, And A Modern Library, Sports, And Other Facilities. 6. Establish Networks, Linkages, Or Collaboration With Other Stakeholders To Take Advantage Of The Synergy For Fund Sourcing. 7. Develop And Implement Resource Generation Projects To Modernize And Sustain The Operation Of The College. 8. Implement An Improved Administrative Efficiency And Financial Management System. Delivering These Goals/objectives Would Require Adding And Improving Systems As Well As Information Communication Technology (ict) Equipment For Basc To Provide Better Management, Process, Technology, And System, Thus, Achieving An Improvement For The Goals Outlined Above. The Agency Aligns Its Support Commitments To Its Core Programs Focused On The Desired Impact Of Improved Ict Equipment And Systems Using The Latest Technology And Developing A Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub. To Address These Services, Systems Are Needed To Properly Put In Place All The Information. These Systems Will Target All The Services Mentioned In Such That Each Service Will Be Dealt With One By One As Follows: 1. University Information System – A Platform That Can Oversee And Streamline All Aspects Of University Operations, From Student Admission, Enrollment, Student And Alumni Services, Faculty And Staff Management, Curriculum Management, Grades, And Academic Progress. 2. Learning Management System – It Should Integrate Course Development, Distribution, Evaluation, And Control Into A Unified, Device-compatible Interface. It Facilitates Personalized Learning Trajectories That Enhance Student Engagement And Achievement By Centralizing Communication, Content, Analytics, And Work Process Automation. 3. Cashiering System – This Is A Cutting-edge And Highly Efficient Solution To Transform Cashiering Operations Within The Basc Setting. 4. Human Resource Management System & Timekeeping System – Integrates All Human Resource (hr) Functions Into A Unified System Designed To Streamline Hr Process Workflow And Improve Data Management, Data Security, Integrity, Onboarding, Benefits Administration, Compliance, Performance Tracking, Development, And Retention. 5. Payroll Management System – This Represents A Cutting-edge Solution To Revolutionize And Simplify Payroll Management. 6. Assets & Fleet Management System – A Comprehensive Platform Designed To Assist The University In Efficiently Monitoring And Administering The University’s Valuable Assets And Fleet Of Vehicles. 7. Document Management System – A Digital Platform Designed To Consolidate And Enhance The Document Management Processes Within Basc. 8. Trouble Ticketing System – Provides Centralized Incident/problem Reporting, Coordinated Troubleshooting, Assignment, Tracking, Knowledge Base Documentation, And Customer Communication Streams To Rapidly Restore Technology Performance And Availability While Optimizing Resource Efficiency And Minimizing Disruptions Across Users And Business Operations. 9. Queueing / Appointment System – A Solution Designed To Streamline And Enhance The Way Universities Handle Queues And Appointments For A Wide Range Of Services. 10. Executive Information System – Selectively Aggregate, Analyze, And Visualize Kpis On Vital Organizational Statistics From Integrated Bi Dashboards Tuned To Strategic Objectives To Reveal Insights Driving Informed Decisions And Management By Exception For Optimized, Data-driven Governance And Outcomes. 11. Campus Portal System - This Should Encompass Intranet Platforms Facilitating Single Sign-on Access For Faculty, Staff, And Administrators. These Portals Practically Incorporate Critical Academic Resources, College Services, And Administrative Systems For Their Respective Roles. 12. University Library System – Consolidates The Management Of Physical And Digital Resources On Campus. These Include Discovery Layers, Circulation, Patron Records, Book/media Cataloging, And User Usage Analytics. 13. Econference Room With Video Conferencing – A Solution Designed To Streamline And Enhance The Institution By Facilitating Seamless Real-time Communication Between Individuals Or Groups In Different Locations. Reporting And Any Associated Sub-modules Thereof May Be Necessary. Ii. Project Objectives A. General Objectives The Main Objective Of Bulacan Agriculture State College (basc) Is To Enhance The Educational Experience, Improve Campus Operations, And Address The Needs Of Students, Faculty, And Staff In An Efficient, Sustainable, And Forward-thinking Way. The System Shall Be Securely Accessible By All Stakeholders Anytime And Anywhere. B. Specific Objectives The Project Aims To Provide A System With The Following Features: • The System Must Promote The Virtue Of Transparency. • The System Runs On An Internet-based Application. • The System Is Available On Both Android And Ios Mobile Devices. • The System Should Record And Track Potential Students From Their First Inquiry To Enrollment. • The System Should Record And Calculate Grades, As Well As Facilitate The Transmission Of Grades To The Dean’s And Registrar’s Office. • The System That Manages Academic Records, Courses, And Academic-related Information For Students. • The System Should Record Each Student's Class Attendance And Allow The Teachers To View It. • The System Should Have A Dashboard For Quickly Identifying The Total Quantity Of Tasks, Assignments, Tests, Quizzes, Finished Projects, And Subjects For Each User. • The System That Handles The Student’s Enrollment Charges, Accounts Receivable, Payment, And Adjustment Of Student’s Fees. • The System Should Have An Online Registration That Automatically Assesses Fees. • The System That Can Manage The Payments Of The Students Includes Printing Official Receipts And Cashier Settings. • The System Can Manage Registrar Department Transactions From The Submission Of Records, Enrollment Up To Graduation, And The Issuance Of Transcript Of Records Of Students. • The System That Can Manage And Monitor Students’ Health And Well-being. • The System Can Display Upcoming Events, Announcements, And News. • The System Handles The Alumni Master File And Enables The User To Create, Edit, And Update The Alumni Profile. • The System Can Enable Parents To Monitor The Activities And Progress Of Their Children. • The System Is Accessible Anywhere, Anytime. • The System That Is User-friendly. The Proposal To Be Submitted Shall Include The Following: • Executive Summary. O Cost Of The System O Advantages Of The Proposal • Company Information • Solution Overview O Solution Architecture O High-level Component Description • Process Flows • Detailed Description Of Sub-system • Technical Specification • Dimensioning • Web-based System • Mobile Web Access (android And Ios) • Project Workshop • Performance Management • Hardware And Site Information • Installation And Trainin Iii. Scope Of Work The Project Comprises Several Phases Of Development And Implementation. It Includes Not Only The Provision Of The Software Development/customization Services, Hardware, And Network With Accessories But Also Support Services, Necessary To Achieve The Project’s Objective. A. Systems Analysis This Phase Covers The Data Collection Process In Order To Improve The Efficiency Of Related Systems In Basc. The Process Includes But Is Not Limited To The Following: 1. Data Gathering, Consultation, And Evaluation Of Existing Systems-related Information Management Systems In Basc. 2. Documentation, Assessment, And Testing Of The Existing Basc Processes. 3. Preparation, Assessment, And Evaluation Of The Current Database Of The Existing Systems. 4. Identification Of Issues, System Requirements, And Development Opportunities Of The Existing Versus The Proposed System. 5. Data Migration Plan, Execution Plan, Reversion Plan, Backup Plan, And Verification Process From Existing Database To New Database. 6. Actual Migration And Verification Of Data. 7. Executions Of Backup Plan. 8. Post-migration Verifications. 9. Capacity Planning. 10. Knowledge Transfer B. Systems Design And Development Supply, Install, And Implement A System Upgrade For Availability To A Web, Desktop, And Mobile Version, Inclusive Of (2) Two Years Of Software And Maintenance Support. The Solution Shall Include The Following Modules And Sub-modules Of The System Software: The Development/customization Of The System Consists Of But Is Not Limited To The Five Functionalities: (a) Information Management; (b) Provision Of Statistical Chart On Dashboard; (c) Service Status Monitoring; (d) Security Management; (e) Reporting And Any Associated Sub-modules Thereof As May Be Necessary. B.1 Pre-requisite Setup Module ● University Information Settings ● Secured Access Management ● Module To Set Organizational Units With The Following Hierarchy ○ University > Campus > College > Department ○ Approval Level Hierarchy ● The Admission Setups Should Have The Following: Document Types, Application Types, Admission Limits, Entrance Exams, Entrance Exam Schedules, Interview Schedules, Medical Schedules. ● Furthermore, Clinic Records Management Setups That Play A Vital Role In University Operations. ● Clearance Management Setups ● Learning Management Settings ● Secured Access Management ● It Should Have A Configuration Grading Parameters, Rubrics Matrix Of The Activities, Major Course Output (mco), Syllabus, And Lesson Plans. ● Cashiering Settings ● Secured Access Management ● Cashiering Setup: Must Allow Setting Up Customer Master Data, Accounts Group, Sub Groups, Discounts, Collection Of Terms Settings, And Interests, Fines, & Penalties Settings. ● Human Resource Management Settings ● Secured Access Management ● Holiday: Holiday Types And Holidays ● People Attributes: Talents, Hobbies, And People Relationships ● Hr Settings: Employment Types, Positions, And Leave Types ● Schedule Settings: Schedule Templates And Schedule Parts ● Government Settings: Withholding Tax, Sss, Philhealth, Pag-ibig, Gsis. ● Salary Grades: Salary Grades And Salary Level ● Default Leave Types: Manage Default Leave Types, Which Are Used For Easy Assignment Of Leaves To Employees (e.g., Regular, Jo, Casual, Oyster, And Part-time Employees) ● Training And Seminar: Manage Training And Seminar; Use For Easy Training, Seminar, Certification, And Workshop Creation. ● Manage Suspension Types ● Manage Termination Types ● Payroll Settings ● Secured Access Management ● Mandatory Deductions: ○ Withholding Tax ○ Philhealth Contribution ○ Pag-ibig Contributions/home Development Mutual Fund (hdmf) ○ Gsis Contribution ● Loans ○ Gsis Mpl (multi-purpose Loan) ○ Gsis Gfal (governmentfinancial Assistance Loans) ○ Gsis Housing Loan ○ Gsis Policy Loan ○ Gsis Computer Loan ○ Gsis Salary Loan ○ Gsis Consolidated Loan ○ Gsis Emergency Loan ○ Gsis Educational Loan ○ Gsis Old Loan ○ Pag-ibig Housing Loan ○ Pag-ibig Multi Purpose Loan ○ Pag-ibig Calamity Loan ○ Grocery Loan ○ Koop ○ Hospital Bills Loan ○ Psmb Fund ○ National Home Mortgage Finance Corporation(nhmfc) ○ Provident Fund ○ Land Bank Of The Philippines(lbp) Salary Loan ○ Unlimited Optional Life Insurance (uoli) ○ Development Bank Of The Philippines (dbp) Loan ● Other Deductions ○ Absences/lates ○ Sss Contribution ○ Gsis Optional Insurance ○ Pag-ibig Mpii ○ Child Support ○ Philhealth Up ○ Additional Tax ○ Basc Personnel Credit Cooperative (pcc) ○ Basc Faculty And Employee Association (fea) ● Other Income ○ Overtime (e.g., Normal O.t., Rest Day O.t., Holiday O.t., Non-working Holiday O.t., And Special Non-working Holiday O.t.) ○ Night Differential ○ Salary Adjustment ○ Pera (personnel Economic Relief Allowance) ○ Meal Allowance ○ Fitness Allowance ○ Transportation Allowance ○ Rice Allowance ○ Uniform Allowance ○ Laundry Allowance ○ Communication ○ Internet Allowance ○ 13th Month ○ Bonus Pay ○ Retirement Pay ● Assets And Fleets Management Settings ● Secured Access Management ● Asset Groups ● Asset Categories ● Asset Types ● Asset Articles ● Annual Procurement Plan (app) / Project Procurement Management Plan (ppmp) ● Document Management Settings ● Secured Access Management ● Delivery Type ● Document Category ● Document Security Level ● Document Type ● Process Flow ● Trouble Ticketing Settings ● Secured Access Management ● The Solution Must Have A Maintenance Module For Category Settings. ● The Solution Must Have A Maintenance Module For System Settings. ● The Solution Must Have A Maintenance Module For Types Settings. ● The Solution Must Have A Maintenance Module For State Settings. ● The Solution Must Have A Maintenance Module For Impact Settings. ● The Solution Must Have A Maintenance Module For Urgency Settings. ● The Solution Must Have A Maintenance Module For Team Settings. ● Executive Information Settings ● Secured Access Management ● Dashboard Configuration And Control ● Campus Portal Settings ● Secured Access Management ● Basc Active Directory W/ Configuration ● Themes Configurations ● University Library Settings ● Secured Access Management ● Access Control ● Library Locations ● Shelves Mapping ● Call Number/book Mapping ● Queueing/appointment Settings ● Secured Access Management ● The Solution Must Have An Office/department Setups To Manage The List Of Office/departments. ● The Solution Must Have A Service Set Up To Handle The List Of Services. ● The Solution Must Have Window Settings To Manage The Window List. ● The Solution Must Have Window-type Setups To Control The Queueing System Window Types. ● The Solution Must Have Marquee Setups To Configure The Footer Data Or Information. ● The Solution Must Have Printer Setups To Manage The List Of Printers. ● The Solution Must Have Advertisement Setups To Manage The List Of Advertisements. B.2 University Information System ● Academics ● The Solution Must Enable The Setup Of Courses, Sections, Course Programs, And Curriculum. ● The Solution Must Include A Course Master List To Manage And View Course Information, Course Program Inclusion, And Section Details. ● The Solution Must Include A Master List Of Course Programs To Streamline The Management And Viewing Of Course Program Information, Curriculum Details, And Curriculum Structure. ● The Solution Must Include A Curriculum List To Easily Manage And View Academic Progression Or Flowchart. ● Enrollment Module ● The System Must Have An Online Registration With Automatic Assessment Of Fees, Interconnected With The Other Modules To Facilitate The Automatic Course Advising. ● The System Must Have A Monitoring Of Section Fill Rates. ● The System Must Have A Post-enrollment (adding/changing/dropping) Module. ● The System Must Support Automatically Generating A “list Of Allowed Subjects And Schedules To Be Taken”. ● The System Must Support The Ability To Prevent Choosing Subjects With Prerequisites Not Yet Taken. ● The System Must Support The Ability To Show The Maximum Number Of Allowed Units A Particular Student Can Enroll In Based On Previous Semester Grades With The Capability To Add And Decrease Units By The Registrar Department. ● The System Must Support Enlistment To Rotc And Pe Subjects. ● The System Must Support The Automatic Generation Of Assessment Slips And Registration Slips. ● The System Must Have A Curriculum Auditing. ● The System Must Support Students' Online Queries Of Available Subjects. ● The System Must Support The Generation Of Reports Such As A Summary Of Enrolled Students. ● Section Management Module ● The Solution Must Be Able To Assist In Creating Multiple Sections For Courses To Accommodate Varying Class Sizes, Instructor Availability, And Scheduling Preferences. ● The System Must Aid In Managing Instructor Workloads To Ensure Equitable Distribution Of Teaching Assignments And Compliance With Contractual Obligations. ● The Solution Must Provide Real-time Updates And Notifications To Students, Faculty, And Staff Regarding Changes To Class Schedules, Room Assignments, Or Instructor Assignments. ● The System Must Be Able To Generate Reports On Room Utilization, Resource Usage, And Scheduling Patterns To Inform Decision-making And Resource Allocation. ● The Solution Must Be Able To Enroll Students In Courses And Sections Using Normal Scheduling Techniques While Supporting Non-standard Term Arrangements. ● The System Must Be Able To Generate Schedules For Both Students And Professors. ● Admission Module ● The Solution Must Allow The Creation Of Applications For Potential Students. ● The Solution Must Contain A List Of Applicants To Easily Manage/view The Applicant’s Complete Information, Attachments, And Progress Status. ● The Solution Must Allow The Setting Of Admission Limits To Know The Number Of Allowed Applicants Quickly. ● The Solution Must Allow Applicant Pooling That Is Printable. ● Must Have A List Of Applicants Scheduled For The Entrance Exam, Interviews, And Medical. ● The Solution Must Be Able To Customize The Requirements Of Students For Admission. ● Must Support The Fast Generation Of Reports For The List Of Applicants. ● Grade Management Module ● The System Maintains Complete Records Of The Academic Grades Of The Students. ● The System Must Facilitate Academic Grade Crediting For Transfer Students. ● The System Must Have A Module To Handle Effortless Reviews Of Grades Submitted By Faculty Members. ● The Students Must Be Able To View Their Historical Grades Anytime Thereby Replacing Class Cards. ● Registrar Module ● Must Have Tools To Monitor And Manage Various Operations Of The Registrar Like Monitoring Screen For Records, Certification, And Documents Requested By Students And Alumni. ● Must Contain Complete Student Information, Academic Data File, And Scanned Submitted Documents Of Students. ● Must Support The Fast Generation Of Tor, Cor, Rog, And Form 9 ● Must Be Capable Of Generating A List Of Candidates For Graduation, Scholarships, And Honors. ● The Solution Must Allow The Generation Of The Following Reports: Academic Evaluation, Official List Of Enrollment, Diploma, Registration, Shiftee, Student Directory, Subject Masterlist, And Summary Of Enrollment Reports. ● Must Be Able To Apply Tags To Documents Being Submitted By New Enrollees And Remind The User Of Documents That Students Need To Submit. ● Must Have The List Of Student Subsidy And Adding Of Students For The Scholarship. ● The System Must Be Capable Of Correcting Student Grades. ■ Students With An 'incomplete' (inc) Grade Will Have One Year To Fulfill Requirements To Update Their Grades; Otherwise, The Grade Will Be Changed To A Failing Grade. ● Student Services ● Must Allow Teachers To Submit Requests For Grade Corrections In Case Of Errors Or Discrepancies In Their Recorded Grades. ● The Solution Must Facilitate Tracking The Progress Of Such Requests And Include Checks To Ensure The Necessary Supporting Documentation Is Provided. ● The Grade Correction Request Must Be Reviewed And Approved By Relevant Faculty Members And The Registrar. ● The Solution Must Allow Students To Request Essential Documents Such As Copies Of Report Cards And Academic Certifications For Various Purposes (e.g., Employment, Further Education, Or Personal Records.) ● The Solution Must Allow Students To Specify The Details Of Their Requests (e.g., Number Of Copies, Type Of Document, Purpose) And Provide Estimated Processing Times. ● The Solution Must Notify The Students About The Status Of Their Requests, From Submission To Approval And Document Issuance. ● The Solution Must Have A Feature That Supports Students To Request For Change Of Their Course Or Program Of Study. ● The Solution Must Have A Process That Involves Submitting A Detailed Request, Including The Reason For The Change And Relevant Supporting Information. ● Alumni Module ● The Solution Must Have An Alumni Module That Can Populate The Alumni Master File. ● The System Must Have A Record That Can Be Utilized To Contact The Alumni. ● The Solution Must Be Able To Update Alumni Information. ● The Solution Must Be Able To Search The Directory Of Alumni. ● The Solution Must Be Able To Update The Alumni Profile. ● Scholarship Management ● The System Must Serve As A Central Repository For All Scholarships. ● The Solution Must Handle Recurring Scholarships, Including Reminders To Renew. ● The Solution Must Provide Tools To Automatically Monitor Compliance With Scholarship Conditions (e.g., Gwa Maintenance). ● The System Must Be Integrated With Academic Records And Financial Systems For Validation. ● The System Must Be Able To Provide Real-time Application Status Tracking For Students. ● Awards And Distinction Management ● The System Must Provide A Streamlined Management Of Awards Through Automation. ● The System Must Be Able To Support Multiple Types Of Awards (e.g., Academic Excellence, Leadership, Research, Sports, And Cultural Activities) ● The System Must Be Able To Select Recipients By Committees. ● The System Must Be Able To Ensure Adherence To University Policies And Regulations Regarding Awards. ● The System Must Provide Fields To Define Award Qualifications (e.g., Gwa Thresholds, Competition Results, Or Nomination-based Recognitions) ● Academe Module ● The System Must Provide An Overview Of The Academic Organizational Chart Of The University's Faculties. ● Curriculum Module ● The System Must Provide Tools For Designing And Structuring Academic Programs, Including Defining Course Sequences, Corequisites, And Prerequisites ● The System Must Allow The User To Maintain A Comprehensive Catalog Of Available Academic Programs, Including Undergraduate Majors, Minors, Graduate Programs, And Certificates. ● Acts As A Map Between Program Learning Goals And Course Learning Objectives To Guarantee Coherence And Alignment Across The Curriculum. ● Block Sections Management Module ● The System Must Be Able To Efficiently Manage Student Groupings (block Sections) For Better Academic And Administrative Coordination. ● This Module Manages Predetermined Groupings Of Students Who Attend Classes Together For The Entirety Of A Course Or Academic Program. ● This Module Must Be Able To Automatically Assign Students To Sections Based On Predefined Rules, Such As Enrollment Data, Course Requirements, And Class Size Limits. ● Short Courses Management Module ● This Module Offers Enrollment Information, Fees, And Course Content For Tesda Courses And Other Modules. ● The System Should Include A Student List, Class Schedules, Faculty Assignments, Assessment Results, And The Issue Of Training Certificates, As Well As Other Data On Short-term Courses. ● Clinic Records Management Module ● The System Must Have A Component Designed To Facilitate The Management Of The Clinical Records Of The Students And The Dispensing Of Clinic Items. B.3 Learning Management System ● Administration Module ● The System Must Show Interactive Analytics ● The System Must Allow The Customization Of The Grading Transmutation. ● The System Must Allow The Customization Of The General Passing Percentage. ● Professor Module ● The System Must Show Interactive Analytics ● The System Must Automatically Retrieve The Classes Assigned To Teachers. ● The System Must Automatically Retrieve The List Of Students Enrolled In Each Class. ● The System Must Allow Teachers To Manage The Student Attendance Records. ● The System Must Support The Creation Of Lessons And The Attachment Of Related Files, Including Modules, Powerpoint Presentations, Excel Spreadsheets, Pdfs, Word Documents, Text Files, Videos, And Images. ● The System Must Permit The Addition Of User Activities, Such As Assignments, Projects, Quizzes, And Exams. ● The System Must Be Capable Of Creating And Generating A Rubric To Provide Clear Expectations For Each Evaluation Criterion. ● The System Must Be Capable Of Generating The Student Portfolio For A Range Of 3 To 5 Years. ● The System Must Be Able To Archive The Students' Assignments, Projects, Quizzes, And Exams. ● The System Must Be Able To Have A Grade Consultation ● The System Must Allow Teachers To Set Time Limits For Activity Questions. ● The System Must Be Capable Of Preventive Measures For Cheating. (e.g. Disabling Screenshots) ● The System Must Enable The Configuration Of Date Ranges For Users To Complete Assigned Activities. ● The System Must Be Able To Set Schedules And Deadlines For Posting The Activities, And Quizzes. ● The System Must Allow The Shuffling Of Quizzes And Exam Item Numbers And Answers. ● The System Must Provide Immediate Visibility Of Scores On Activities Upon Completion. ● The System Must Allow The List Of Created Questions To Be Viewable And Editable By The Activity Creator. ● The System Must Support The Creation Of Lessons And Quizzes One At A Time, All With The Same Subject Description. ● The System Must Allow The Teachers To View The Grades Of His/her Students. ● The System Must Allow The Teachers To Generate Reports For Each Class. ● Student Module ● The System Must Show Interactive Analytics ● The System Must Have A Dashboard To Easily Identify The Total Number Of Completed Activities, Assignments, Quizzes, Exams, Projects, And Subjects Per User. ● The System Must Allow Students To Change Their Passwords And Usernames During Their Initial Login. ● The System Must Provide A Newsfeed Feature To Display Upcoming Events And The School's Mission And Vision. ● The System Must Enable Students To Upload Profile Pictures. ● The System Must Support Live Chat And Messaging Functionality Between Students Of The Class. ● The System Must Automatically Post Classes In Which A Student Is Enrolled To Their User Account. ● The System Must Support User/class Attendance Tracking Within The Learning Management System (lms). ● The System Must Enable File Attachments To Lessons That Are Downloadable To The Users' Devices. ● The System Must Allow Students To View The Results Of Their Activities. ● The System Must Ensure That Detailed Activity Results Are Posted. ● The System Must Include An Activity Stream To Summarize The Recent, Upcoming, Later, And Missed Activities Providing An Overview Of A Student's Activity Status. ● The System Must Include Notifications When There’s New Activity Uploaded, Modifications, And Grade Posting. ● The System Must Provide Visibility Into Student Ranking. ● Parents Module ● The System Must Enable Parents To Monitor The Activities And Progress Of Their Children Within The System. ● The System Must Support The Addition Of Children With No Limitations, With An Auto-identification Feature. ● The System Must Comply With The Data Privacy Act. ● Student Transcript Module ● The System Must Have An Academic Record Or Course Management ● The System Must Play A Crucial Role In Managing And Organizing Academic-related Information For Students. ● The System Must Have A Module That Focuses On Tracking And Displaying Details Related To Individual Courses, Classes, And Academic Progress. B.4 Cashiering System ● Cashier Module ● The System Must Be Capable Of Setting Up The Assessment Fees. ● The System Must Be Able To Keep A Record Of A Student's Soa And Its Current Status Whether It’s An Active Soa Or Inactive. ● The System Must Be Able To Preview Or Print Student’s Soa Based On The Selected Academic Year And Semester. ● The System Must Be Able To Have An Audit Trail For Any Actions Or Activity Made Per Account. ● The System Should Support Walk-in Payments At Physical Locations Whether By Cash Or By Check. It Should Enable The Manual Entry Of Payment Details And Generate Receipts. ● The System Must Be Capable Of Identifying Eligible Students Based On Predefined Criteria And Offer A Range Of Financial Incentives, Including Scholarships, Fee Reductions, And Grants. It Must Also Establish An Efficient Application And Selection Process While Promoting Transparency And Fairness In Awarding Scholarships. B.5 Human Resource Management System And Timekeeping System ● Employee Management Module ● The System Must Be Able To Provide A Single Repository Where All Employee Records Are Stored, Updated, And Maintained. ● The System Must Be Able To Reflect Any Updates Or Changes Made To The Master Database Across All Modules. ● The System Must Be Able To Allow Linkage Of Personnel Files To The University Information System. ● The System Must Be Able To Prepare And Generate An Employee Masterlist. ● The System Must Be Able To Set Up Organizational Units With A Hierarchy. ● The System Must Be Able To Provide A Viewable Organizational Chart Of The University, Which Is Linked To The Employee Plantilla Records. ● The System Must Be Able To Manage Employees Based On Their Plantilla Numbers. ● The System Must Be Able To Organize The Employee Hierarchy By Rearranging The Plantilla Numbers Of Specific Employees Through A Drag-and-drop Interface. ● The System Must Be Able To Provide Employee Self Service For The Following: ■ Request To Update Profile. ■ Receive Notifications, News, And Announcements. ■ View Attendance. ■ View Schedule. ■ View Leave Balances, Benefit Balance, And Ledgers. ■ View Monthly Net Pay Summary/payslip. ■ Request Dtr Correction. ■ Submit Requests For Leave, Overtime, Business Trip, And Six Days Of Work. ● The System Must Be Able To Record And Generate Audit Trail Reports. ● Time-keeping Monitoring Modules ● The System Must Be Able To Link With The Biometrics Attendance System. ● The System Must Be Able To Link With The Payroll Management System. ● The System Must Be Able To Do Auto-tracking Of Sick Leave And Vacation Leave Balances. ● The System Must Be Able To Monitor Regular And Special Holidays With Automated Computation Of Pay Rates. ● The System Must Be Able To Prepare A Summary Of Attendance And Absences. ● The System Must Be Able To Prepare A Summary Of Overtime For Validation And Approval. ● The System Must Be Able To Provide A Calendar Of Approved And Pending Leave Requests. ● The System Must Be Able To Set Up Holidays Such As But Not Limited To Recurring Regular-holidays And Special Non-working Holidays. ● The System Must Be Able To Set Up Template Schedules To Be Assigned To A Bulk/group/ Per Employee. ● The System Must Be Able To Record And Generate Audit Trail Reports. B.6 Payroll Management System ● Automated Payroll System ● The System Must Be Able To Provide The Analytics Of Payroll Reports With Real-time And Accurate Data. ● The System Must Be Able To Display, Create, And Manage Payroll Period/s For Generating Payroll Reports. ● The System Must Be Able To Create And Manage Payroll Groups And Assign Employees To Their Payroll Groups Accordingly. ● The System Must Be Able To Set Bank Details And Salary Pertaining To The Corresponding Employee’s Job Type, Salary Grade, And Step. ● The System Must Have A Feature That Customizes And Manages Employees’ Allowances, Deductions, Loans, And Other Compensation Components. ● The System Must Be Able To Export Files For All Tables/lists Within The Payroll System (e.g., Employee Lists, Payroll Reports For A Certain Period, And Others). ● The System Must Have A User Access Control Wherein The Administrator Can Manage Who Can View, Edit, And Delete The Employee And Payroll Information. ● The System Must Be Able To Track Audit Logs Including Who Accessed The System And Made Changes. ● The System Must Have A Feature For Providing Alerts And Notifications Regarding Updates About Generating Payroll Reports And Releasing Payslips. ● The System Must Be Able To Archive Data With Complete Accessibility For Future Reference. ● The System Must Have A Feature That Allows The User To Have Backup And Recovery To Maintain Historical Payroll Records For Auditing And Compliance Purposes. ● Mandatory Deductions And Contribution Module ● The System Must Be Able To Accurately Calculate And Deduct Mandatory Contributions Such As Gsis Contribution, Philhealth, Pag-ibig, And Withholding Tax. ● The System Must Be Able To Integrate With The Latest Bir Tax Tables To Ensure Compliance With Tax Regulations. ● The System Must Be Able To Automatically Generate Reports For Government Agencies. ● Other Deductions Module ● The System Must Allow Flexible Customization Of Other Deductions. ● The System Must Have A User-friendly Interface For Easy Input And Management Of Deduction Rules. ● Other Income Module ● The System Must Be Able To Accommodate Various Types Of Other Income. ● The System Must Be Able To Calculate The Appropriate Tax. ● Loans Module ● The System Must Be Able To Allow The Creation And Tracking Of Different Loan Types With Varying Interest Rates And Repayment Terms. ● The System Must Be Able To Automatically Compute Loan Amortization And Deduct Payments From Employee Salaries. ● The System Must Be Able To Automatically Update Loan Balances And Remaining Dues. ● Attendance Module ● The System Should Be Able To Record Employee Attendance And Generate Accurate Time And Attendance Reports. ● The System Must Be Able To Calculate Overtime, Night Differential, And Other Time-based Compensations. ● Bank Transmittal ● The System Must Be Able To Generate Accurate Bank Files For Payroll Disbursement. ● The System Must Be Compatible With Various Bank Formats To Ensure Seamless Integration With Banking Systems. ● Integration To Time Keeping Monitoring Module ● The System Must Be Able To Connect And Communicate With The Biometrics Attendance System. ● The System Must Be Able To Provide Automated Tracking Of Sick Leave And Vacation Leave Balances Of Employees. ● The System Must Be Able To Monitor Regular And Special Holidays With The Inclusion Of An Automated Computation Of Pay Rates. ● Integration To Hris System ● The System Must Be Able To Integrate Data With The Human Resources Information System (hris) For The Employees’ Relevant Data Including Basic Information, Job Position, Salary Grade, And Bank Details. ● The System Must Be Able To Integrate Data With Hris To Track Employee Work Hours, Including Regular Hours, Overtime, Absences, And Leave Requests. B.7 Assets & Fleet Management System ● Asset Management System ● The System Must Be Able To Show And Manage The General Information, Vendor Details, Warranty Information, Financial Info, And Depreciation Info. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Requests. ● The System Must Be Able To Show Operational Costs And Progress Of The Asset Update. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Auction. ● The System Must Be Able To Show Operational Costs And The Progress Of The Repair And Maintenance. ● The System Must Be Able To Show The Operational Cost And Progress Of The Decommissioning. ● The System Must Be Able To Show Operational Cost And Progress Of The Disposal. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Issuance. ● The System Must Be Able To Show The Operational Cost And Progress Of The User Transfer. ● The System Must Be Able To Create, Update, And Delete Assets With Their Respective Information. ● The System Must Be Able To Create A Comprehensive Inventory Of All Assets, Including Physical Equipment, Software, Licenses, And Other Resources. Each Asset Is Typically Associated With Relevant Information Such As: ■ Article (laptops, Furniture, Or Journals) ■ Property Number ■ Assigned Number ■ Purchase Date ■ Vendor Name ■ Service Provider (optional If Different As To Vendor Name) ■ Financial Information ■ Required Documents (e.g., Purchase Request) ● The System Must Be Able To Track The Movement And Changes In The Status Of Assets. This Includes: ■ Recording Of Asset Transfers ■ Disposal ● Fleet Management System ● The System Must Be Able To Show And Manage General Information, Vehicle Registration Details, Vendor Details, Warranty Information, Financial Info, And Depreciation Info. ● The System Must Be Able To Show Operational Costs And The Progress Of The Fleet Requests. ● The System Must Be Able To Show Operational Costs And Progress Of The Fleet Update. ● The System Must Be Able To Show The Operational Cost And Progress Of The Fleet Auction. ● The System Must Be Able To Show Operational Costs And Progress Of The Repair And Maintenance. ● The System Must Be Able To Show The Operational Cost And Progress Of The Decommissioning. ● The System Must Be Able To Show Operational Cost, And Progress Of The Disposal. ● The System Must Be Able To Show Operational Cost, And Progress Of The Fleet Issuance. ● The System Must Be Able To Show Operational Cost, And Progress Of The User Transfer. ● The System Must Be Able To Show A Statistical Overview Of Fleets According To Its Categories And Types (e.g., Motorcycles, Service Vehicles, Heavy Equipment). ● The System Must Be Able To Have An Elaborative List Of Records Of All Fleets And Their Corresponding Information. ● The System Must Be Able To Have Integration With The Asset Management System To Be Able To Handle Instances Of Assets Being Carried On A Vehicle, Allowing Easier Management, Monitoring, And Inventory. ● The System Must Be Able To Create A Comprehensive Inventory Of All Fleets. Each Fleet Is Typically Associated With Relevant Information Such As: ■ Article (service Vehicle, Car, Heavy Equipment) ■ Body No./ Plate No./ Conduction Sticker No. ■ Assigned Department ■ Registration Information ■ Vendor Information ■ Insurance Information ■ Financial Information ■ Depreciation Information ■ Attachments ● Requisition And Issuance Slip ● Par ● Purchase Request ● The System Must Be Able To Have A Feature That Schedules And Tracks Vehicle Maintenance, Including Oil Changes, Tire Rotation,s And Physical Inspections. ● Inventory Management Module ● The System Must Be Accountable For Tracking, Managing, And Maintaining Various Assets And Fleets Owned Or Used By The Academic Institution. ● The System Must Be Able To Maintain A Centralized Database Of University-owned Resources, Including Computers, Equipment, Furniture, And Other Tangible Assets. B.8 Document Management System ● Document Management System (dms) ● The System Must Be Able To Track Both Physical And Electronic Documents. ● The System Must Be Able To Store Electronic Documents, Such As Pdfs, Word Processing Files, And Digital Images Of Paper-based Content. ● The System Must Be Able To Be A Centralized Repository Where Documents Can Be Easily Searched, Accessed, And Updated By Authorized Business Users. ● The System Must Be Able To Define The Recipient’s Routes With Information Such As Time & Date Sent, Time & Date Received, And Remarks. ● The System Must Be Able To Save/download Uploaded Attachments. ● The System Must Be Able To Generate Tracking With A Unique Batch Number As A Tracking Reference. ● The System Must Be Able To Provide Easier Identification Of Status For Users By Using Color Codes. ● The System Must Be Able To Send System Notifications On Printing Barcodes, Tracking Status Changes, Receiving Recipients, And Other System Actionable Functionalities. ● Process Flow Management ● The System Must Allow For The Customization Of Workflows To Accommodate Various Document Types And Other Business Processes. ● The System Must Offer A Visual Interface, Such As A Dashboard, To Display And Monitor Process Flows Efficiently. ● Routing Management ● The System Must Be Able To Automate The Routing Of Documents To Appropriate Individuals Or Departments Based On Predefined Rules And Flow. ● The System Must Be Able To Allow For Dynamic Routing, Where Documents Can Be Rerouted As Needed. ● The System Must Be Able To Provide Real-time Notifications To Users Upon Receipt Of A Document. ● The System Must Be Able To Include A History Log To Track The Routing Path For Auditing Purposes. ● Integration To Hris ● The System Must Be Able To Seamlessly Integrate With The Organization's Hris To Access Employee Information, Such As Names, Email Addresses, And Department Affiliations. ● Barcode Printing Module ● The System Must Be Able To Print Barcode Labels In Batches With A Unique Tag/number. ● The System Must Be Able To Provide Accurate Status Of The Document Based On The Printed/attached Barcode. ● Security Module ● The System Must Be Able To Record The Audit Trail For All The User Actions Inside The System. ● The System Must Provide Document Security And Access Control Depending On The Security Level. ● The System Must Be Able To Create/update Accounts And Give Them Access Rights Depending On The Business User's Role. B.9 Trouble Ticketing System ● Incident Ticket Management ● The System Must Be Able To Create A New Incident Ticket. ● The System Must Be Able To Identify Related Incident Tickets Based On Category, Type, System, And Description During Creation. ● The System Must Be Able To Assign The Incident Ticket To The Appropriate Team Based On The System Defined In The Assignment Rules. ● The System Must Be Able To Filter Incident Ticket Lists Based On State (e.g., Open, In Progress, Hold, Resolved, Closed, And All). ● The System Must Be Able To Show An Overview Of Incident Ticket Statistics, I.e.; ■ Open ■ Inprogress ■ Overdue ■ Overview Of Incident Ticket By Severity And State ● The System Must Be Able To Capture The Notes, Attachments, And Resolution Information. ● The System Must Be Able To Notify The Team Member To Whom The Ticket Is Assigned. ● The System Must Be Able To Notify The Team Manager To Whom The Ticket Is Assigned Whenever A Critical Ticket Is Created. ● Problem Ticket Management ● The System Must Be Able To Create A New Problem Ticket. ● The System Must Be Able To Create A New Problem Ticket From An Existing Incident Ticket. ● The System Must Be Able To Identify Related Tickets Or Problem Tickets Based On Category, Type, System, And Description During Creation. ● The System Must Be Able To Assign The Problem Ticket To The Appropriate Team Based On The System Defined In Assignment Rules. ● The System Must Be Able To Filter Problem Ticket Lists Based On Status (e.g., Open, In Progress, Hold, Resolved, Close,d And All). ● The System Must Be Able To Show An Overview Of Problem Ticket Statistics, I.e.; ■ Open ■ Inprogress ■ Overdue ■ Overview Of Incident Ticket By Severity And State ● The System Must Be Able To Capture The Notes, Attachments, Analysis, And Resolution Information. ● The System Must Be Able To Notify The Team Member To Whom The Ticket Is Assigned. ● The System Must Be Able To Notify The Team Manager To Whom The Ticket Is Assigned Whenever A Critical Ticket Is Created. ● Security Module ● The System Must Ensure That Only Authorized Personnel Can Access And Modify Tickets. ● The System Must Maintain A Detailed Audit Trail Of All Actions Taken On A Ticket To Ensure Accountability And Traceability. B.10 Queueing / Appointment System ● Queueing Admin Module ● The System Must Be Able To Allow Administrators To Manage And Monitor The Entire Queueing Process And Appointments. ● The System Must Be Able To Apply The Concept Of Calling Population To Determine And Measure The Arrival Process Of Customers. ● The System Must Be Able To Have Its Service Counters, Its Own Common Queue, And The Probability Distribution Of Customers’ Service Time. ● The System Must Be Able To Have The First-in-first-out (fifo) Approach To Have A Systematic And Consistent Flow To Maximize The Throughput Of The Customer Service Center. ● The System Must Be Able To Measure The Logical Ordering Of Customers In A Queue And Determine Which Customer Will Be Chosen For Service When The Service Counter Becomes Free. ● The System Must Be Able To Measure Performance Based On Steady-state Average Delay And Steady-state Average Waiting Time In The System. ● The System Must Be Able To Measure The Conversation Steady State Time Average Number In The Queue And The Steady State Time Average Number In The System. ● The System Must Be Able To Administer Parallel Management Through Multiple Counters By Navigating The Queue And Finding The Appropriate Counter For Their Needed Service. ● The System Must Be Able To Allow The Customers To Request Services Without Being Physically Present Throughout The Waiting Time Of The Lineup Of Customers. ● The System Must Be Able To Give Freedom To The Customers To Wait Outside The Premises Of The Branch Upon Enabling Virtual Sign-up. ● Admin Appointment Module ● The System Must Be Able To Manage And Oversee The Scheduling, Modification, And Cancellation Of Appointments. ● Local Kiosk Module ● The System Must Be Able To Provide A Self-service Station That Allows Users (clients, Customers, Or Employees) To Interact With The System For Tasks Like Check-ins, Appointment Booking, Ticket Printing, And Managing Their Queue Status. ● Mobile Kiosk Module ● The System Must Be Able To Provide A Mobile-based Self-service Solution That Enables Users To Interact With The System Directly From Their Smartphones Or Tablets. ● Security Module ● The System Must Be Able To Offer Protection For The System And Its Users By Managing Access, Ensuring Data Privacy, And Preventing Unauthorized Actions. ● Appointment System ● The System Must Be Able To Provide Users To Schedule An Appointment According To Their Needs. ● The System Must Gather Needed Information For The Services That The Customer Wants To Avail Or Request. ● The System Must Have The Feature Of Canceling Or Rescheduling A Registered Appointment Within A Specific Period. ● The System Must Have The Feature Of Sending Out A Notification Or Reminder To The Customer Regarding His/her Appointment. ● As An Admin/ Team Member ● The System Must Be Able To Have A Dashboard To Provide An Overview Of Queues And Appointments From The Web And Mobile Web Access Such As: ■ Currently Serving ■ Next Queue Number ■ Next Appointment Number / Priority Lane (pwd, Senior Citizens, Pregnant) ■ Summary ● The System Must Be Able To Provide A Queuing List Including The Queue’s: ■ Status (unserved, Served, Canceled) ■ Queue Date And Time ■ Last Call Date And Time ■ Called By (counter, Name And Position) ■ Actions (view, Recall/call, Start/end, Cancel, Hold) ● The System Must Be Able To Identify Customer Appointment Referrals Including: ■ Id Number ■ First Name ■ Last Name ● The System Must Be Able To Receive Notification/s When A Certain Appointment Needs To Be Accommodated Within A Specific Period. ● The System Must Be Able To Receive Notification/s When An Appointment Has Been Canceled Or Rescheduled. ● The System Must Be Able To Provide Reports And Data Exports In Excel And Pdf Formats. ● The System Must Have Customization Capabilities And A Control Console. ■ Marquee ■ Advertisements On The Tv Screen ● The System Must Be Able To Track The History Of Registered Appointments And Passed Queues. B.11 Executive Information System ● Executive Dashboard Module ● The System Must Be Able To Allow Configurable Layouts, Enabling Users To Choose, Arrange, And Resize Charts To Suit Their Preferences Or Specific Needs. ● The System Must Be Able To Reflect Almost Real-time Information, Ensuring That Executives Are Always Working With The Latest Data. ● Security Module ● The System Should Be Able To Include A Security Module To Ensure Robust Access Control, Data Protection, And Compliance, Safeguarding Sensitive Information And System Integrity Against Unauthorized Access. ● Dashboard Configuration ● This Module Should Allow The Administrators To Create And Configure The Layout And Content Of Dashboards To Reflect Key Business Metrics And Performance Indicators, Ensuring That The Right Data And Accurate Data Are Properly Presented. ● Access Control ● This Module Should Allow The Administrators To Assign Users Or Groups Of Users Who Will Have Access To The Different Dashboards. B.12 Campus Portal System ● Sso-based User Management System ● The System Must Have Sso (single Sign-on) To Enable Users To Authenticate Once And Automatically Gain Access To Multiple Campus Services, Eliminating The Need To Log In To Each Service Separately. This Seamless Authentication Process Must Enhance User Convenience, Improve Security By Reducing The Number Of Passwords Needed, And Streamline Access To Various Tools And Resources, Saving Time, And Effort For Both Students And Staff. ● Basc Active Directory W/ Configuration ● The System Must Allow Centralized User Management Through Active Directory (ad), Which Stores And Organizes Information About Users, Groups, Computers, And Other Network Resources. ● Web Traffic Statistic ● The System Must Allow The Administrators To Monitor Standard Web Traffic Data, Such As Page Views, No. Of Visitors, Geographic Locations, Duration Of Visits, And Referrals, Integrated With Google Analytics (ga4). ● Content Management ● The System Must Allow The Administrators To Manage And Update The Contents Of The School’s Campus Portal Page. Such As Announcements, Blogs, Calendars, Articles, And Activities. B.13 University Library System ● Cataloging And Inventory Management Module ● The System Must Allow The Cataloging And Inventory Management Of The Library's Collection Of Books, Journals, Dissertations, And Other Materials. ● Circulation Module ● The System Must Allow The Librarian To Monitor The Borrowing, Returning, And Renewing Of Library Materials, Ensuring Efficient And Accurate Tracking Of Resources As They Move Between The Library And The Borrowers. ● Acquisition Module ● The System Must Allow The Processing Of Acquiring New Library Resources, Including Books, Journals, E-books, Multimedia Materials, And Other Educational Or Research Content. ● The System Must Allow The Management Of Book Requisitions From Students And/or Teachers. ● Student Module ● The System Must Allow Students To Access New Library Resources, Including Books, Journals, E-books, Multimedia Materials, And Other Educational Or Research Content. ● The System Must Be Able To Provide The Following Information And Services: ■ Book Details (non-dissertation) ■ Book Details (dissertation) ■ My Library Card ■ Request For Purchase/acquisition ■ Reservation ■ Notices Of Due Dates ■ Notices Of Overdue Penalties ● Librarian Module ● The System Must Have A Dashboard That Shows The Librarian’s Crucial Kpis For The Library Such As: ■ Search Word Statistics ■ Tags And Metadata Of The Book Statistics ■ Circulation Statistics ● Student Request List (book Reservation, Purchase Request, Clearance Request, Dissertation Access Request) ■ This Module Must Allow The Students To Submit Various Types Of Requests Related To Their Academic And Campus Activities. ● Book Reservation ■ This Module Must Allow The Students And Faculty To Reserve Library Books Or Materials. ● Purchase Request ■ This Module Must Enable The Students, Faculty, Or Staff To Submit Requests For Purchasing Books, Equipment, Or Other Materials Needed For Academic Or Administrative Purposes. ● Clearance Request ■ This Module Must Enable The Students, Faculty, Or Staff To Submit Requests For Clearance. ● Dissertation Access Request ■ This Module Must Enable The Students, Faculty, Or Researchers To Request Access To Dissertations Or Theses Stored In The Library’s Collection From The Authors. ● Kiosk (self Check-in And Check-out Student) ● The System Allows The Kiosk To Provide Students With A Self-service Station For Managing Their Borrowing And Return Activities. Using Touch-screen Kiosks Or Other Interactive Devices, Students Can Quickly And Efficiently Check Out Library Materials, Return Items, And Access Various Library Services Without Requiring Staff Intervention. ● Integration With Sso Services ● The System Allows Integrating Single Sign-on (sso) Services With An Application Or System, Providing A Unified Authentication Process That Allows Users To Log In Once And Gain Access To Multiple Connected Systems Or Applications Without Needing To Log In Again For Each Service. B.14 Econference Room With Video Conferencing ● Video Conferencing System ● The System Must Be Able To Provide A Seamless And User-friendly Video Conferencing Experience. ● The System Must Enhance Remote Collaboration And Communication. ● The System Must Have Integrated Audio, Video, And Collaboration Tools For Effective Virtual Meetings. ● The System Must Ensure The Scalability And Flexibility To Accommodate Future Needs. B.15 Mobile Version Module ● Mobile Version ● The System Must Have A Mobile Version Of The Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Subsystems Website Designed For Smartphones And Tablets. It Gives Students, Professors, Staff, And Stakeholders Easy Access To University Information And Services. ● The System Should Promote Accessibility, Convenience, And A Great User Experience By Allowing Users To Communicate With The University Community Anytime. ● The System Should Accommodate Each Module's Specialized Functionalities While Staying Mobile-friendly And Focusing On Users. ● The System Must Be Able To Receive Notifications. C. Report Requirements These Are The Suggested Reports That Ought To Be Produced By The System To Analyze The Information Systems Trends In Bulacan's Colleges. It Is Recommended That The Data Be Automatically Submitted Through An Api In Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub To Give Basc Staff The Information They Need To Enhance The School Community. C.1 University Information System ● Admission Module ● List Of Applicants - The Overall List Of Potential Students With Their Personal Or Application Information. ● Registrar Module ● Academic Evaluation - Assessment Of A Student's Academic Performance, Conducted By The Institution's Instructors. ● Official List Of Enrollment - Document Provided By The Institution That Confirms The Students That Are Registered Or Enrolled For A Specific Academic Year. ● Diploma - Gives Thorough Details Regarding A Student's Academic Accomplishments And The Diploma's Presentation As Evidence Of Completion Of An Academic Program. ● Registration - A Document That Gives Information About A Student's Course Enrollment At The Institution For A Certain Term Or Semester. ● Shiftee - Document Of Proof For Students Who Are Changing Or Shifting Their Academic Programs Or Courses. ● Student Directory - Comprehensive And Manageable List Of Students Enrolled At The Institution. ● Subject Master List - A Thorough List Or Catalog Of Each Field Or Course That The Educational Institution Offers ● Summary Of Enrollment - Overview Of The Current Enrollment Status Of The Students At The Institution For A Specific Semester Or Academic Year. ● Enrollment Module ● Summary Of Enrolled Students - A Summary Of The Current Student Population, Including Enrollment Data And Demographics. ● Summary Of Unpaid School Fees - Gives A Summary Of The Unpaid Fees That Students Owe For The Current Semester Or Academic Term. ● Summary Of Tuition Fees Collected - Gives A Summary Of The Fees Collected/received From The Students For The Current Semester Or Academic Term. ● Clinic Record Management Module ● Health Management Report - A Document That Typically Focuses On The Health And Wellness Of Its Students And Covers Various Aspects Related To Healthcare Services Offered By The University. C.2 Learning Management System ● Professor Module ● Class Report - A Summary Of The Progress, Performance, And Involvement Of The Students In A Particular Course Or Class. ● Student Transcript Module: ● Subject Modules Report - Provides Comprehensive Insights And Summaries Related To The Modules Listed In A Specific Subject. ● Lesson Plan Report - Generates A Summary Lesson Plan That Is Defined By The Institution Or Organization. C.3 Human Resource Management System And Timekeeping System ● Audit Trail Report: ● Gives A Thorough Account Of All The Actions And Modifications Conducted Within The Hr System. Monitoring User Behavior, Protecting Data Integrity, And Upholding Adherence To Hr Rules And Regulations All Depend On This Report. C.4 Payroll Management System ● Payroll Management System ● Daily Time Record (dtr) - An In-depth Record Of Employees' Daily Attendance That Includes The Total Number Of Hours Worked, The Number Of Leaves Taken, And Other Essential Time-related Data. ● Payslip/s - A Detailed Breakdown Of An Employee's Earnings And Deductions For A Specific Pay Period. ● Payroll Report For A Specific Period - A Complete Summary Of Payroll Costs And Associated Information For A Specific Pay Period. C.5 Assets & Fleet Management System ● This Applies To Both Systems ● Assets And Fleets Reporting - A Document Containing Management Insights For Different Vehicles And Assets Used For Administrative And Academic Purposes. ● Depreciation Tracking - A Detailed Overview And Monitoring Of The Decrease In Value Of Such Assets Over Time Over A Specified Period. C.6 Document Management System ● Document Management System (dms) ● List Of On-hand Documents - Displays A List Of All Of The Documents That Are Available Or Accessible At The Moment Within The System. ● List Of Incoming Documents - Provides An Inventory Of Documents That Have Been Recently Received Or Uploaded Into The System. ● List Of Received Documents - Provides A List Of All The Documents The Institution Has Received In A Given Time Frame. ● List Of Finalized Or Kept Documents - Provides An Inventory Of All The Documents That Have Been Approved, Completed, And Archived In The System. ● List Of Archived Documents - Provides Comprehensive Details About The Documents That Have Been Stored In The System's Archive. ● Details Of Document Batch Tracked - Provides Full Details On The Batches Of Documents That The System Is Tracking. Documents Pertaining To Research Projects, Financial Transactions, Student Records, Admissions, And Other Aspects Of University Operations May Be Included In These Sections. ● Audit Logs Of Documents - Detailed Log Of Every Activity And Modification Performed To Any Document In The System. C.7 Trouble Ticketing System ● Reporting And Analytics ● The Solution Must Be Able To Provide Reports In Different Formats I.e., Pie Graph, Line Graph, Or Bar Graph. ● The Solution Must Be Able To Extract The Following Data Groupings: Open Tickets, Open With Critical Severity, In Progress, Overdue, Not Updated For 7 Days And Older Than 30 Days, And Tickets By State. C.8 Queueing / Appointment System ● The Solution Must Be Able To Generate Reports Which Show The Following: ● Queue List - Presents A Summary Of The System's Appointments And Queue Status At The Given Moment. ● Visitors List - Provides A Summary Of The Visitors' List And The Appointments They Have Made Using The Appointment/queuing System. ● Advertisements - Provides An Overview Of Advertisements And The Details That Are Displayed In The System. ● Queue Service - Presents An Overview Of The Queue Service Availability And Performance Within The Queueing/appointment System. ● Audit Trail - List Of Users' Activities On Who Approves, Disapproves, Cancels, And Reschedules Appointments. C.9 Executive Information System ● Reporting And Dashboard ● All-in-one Reporting, Dash Boarding, And Analysis. The Solution Should Support Multiple Use Cases Of Visualization Software Including Reporting, Interactive Analysis, And Business Intelligence. C.10 Campus Portal System ● Web Traffic Report ● The Web Traffic Report Provides Insights Into The Usage Patterns And Trends Within The Campus Portal, Offering Valuable Information About How Users Interact With The Platform. This Report Encompasses Various Metrics And Analytics That Help Administrators And Stakeholders Understand The Effectiveness Of The Portal And Identify Areas For Improvement. Key Components Of The Web Traffic Report Include: ■ Page Views: This Metric Quantifies The Total Number Of Times Each Page Within The Portal Has Been Viewed By Users Over A Specified Period. It Helps Gauge The Popularity And Relevance Of Different Sections Or Features Of The Portal. ● Unique Visitors: Unique Visitors Represent The Number Of Distinct Individuals Who Have Accessed The Portal Within A Given Timeframe. Tracking Unique Visitors Provides A Measure Of The Portal's Reach And User Engagement. ● Traffic Sources: Understanding Where The Traffic Originates From Can Provide Insights Into The Effectiveness Of Marketing Efforts Or The Impact Of External Events. Traffic Sources May Include Direct Visits, Referrals From Other Websites, Search Engines, Or Social Media Platforms. ● Bounce Rate: The Bounce Rate Indicates The Percentage Of Visitors Who Navigate Away From The Portal After Viewing Only One Page. A High Bounce Rate May Suggest Issues With Content Relevance, User Experience, Or Site Performance. ● User Demographics: Analyzing Demographic Data Such As Geographic Location, Device Type, And Browser Preferences Can Help Tailor The Portal's Content And Optimize Its Compatibility Across Different Platforms. ● Session Duration: This Metric Measures The Average Amount Of Time Users Spend On The Portal During Each Visit. Longer Session Durations Generally Indicate Higher User Engagement And Interest In The Provided Content. ● Popular Pages: Identifying The Most Visited Pages Or Sections Of The Portal Can Inform Content Prioritization And Resource Allocation Efforts. It Also Highlights Areas Of Interest Or Importance To The User Community. ● Audit Logs Report ● The Audit Logs Report Offers A Comprehensive Overview Of All Activities And Interactions Within The Campus Portal, Serving As A Vital Tool For Monitoring Compliance, Security, And Accountability. By Maintaining Detailed Records Of User Actions, System Events, And Administrative Changes, The Audit Logs Report Enables Administrators To Track User Behavior, Detect Anomalies, And Investigate Incidents Effectively. Key Features Of The Audit Logs Report Include: ■ User Activity Tracking: Every Action Performed By Users Within The Portal, Such As Login Attempts, File Uploads, Document Downloads, And Profile Modifications, Is Logged And Timestamped For Auditing Purposes. ■ Access Control Monitoring: The Report Monitors Changes To User Permissions, Role Assignments, And Access Privileges, Ensuring That Only Authorized Individuals Can View Or Modify Sensitive Information. ■ System Events Recording: Critical System Events, Including Software Updates, Database Modifications, Error Messages, And Security Alerts, Are Recorded To Facilitate Troubleshooting And Maintain System Integrity. ■ Compliance Verification: By Documenting Compliance-related Activities, Such As Data Access Requests, Consent Agreements, And Policy Acknowledgments, The Audit Logs Report Helps Organizations Demonstrate Adherence To Regulatory Requirements And Internal Policies. C.11 University Library System ● Reporting And Analytics Module ● The System Must Enable The Library To Gather, Analyze, And Present Data Related To Its Operations And Performance. ● The Solution Must Be Able To Generate Reports That Show The List Of Patrons. D. System Requirements • Sso Should Be Able To Manage People's Information And Authentication Of Security. • Hris Should Be Able To Manage The Employee Information • The System Should Be Developed Using The Coreui Framework. • The System Shall Support Connectivity And Access To Data Stored In Relational Ms– -sql Databases. • The System Must Support Interfaces To Common Packaged Applications Via The Standard Application Interface Provided. • The System Shall Support Paperless Reporting. • The System Shall Support Mobile (android & Ios) Devices. • The System Shall Support Web Desktop And Mobile Web Access. • A System With Superior Wide Area Network (wan) Performance, Highly Secured Features/functionalities, And Uses Web–enabled Workflow Systems Available To The Offices. E. Supply, Delivery, And Implementation E.1 University Information System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Server Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration (qa) 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.2 Learning Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.3 Cashiering System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.4 Human Resource Information System Infrastructure 1. Twenty (20) Units - Biometric - Time & Attendance A. Must Support Up To 1,500 Fingerprints, Up To 100,000 Records, And Up To 2,000 Cards (optional). B. Must Support Multi-languages. C. Must Have Communication: Tcp/ip, Usb-host, Wi-fi (optional). D. Must Have High Verification Speed. E. Must Have Professional Firmware And Platform. 2. One (1) Unit - Desktop Computer A. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in M. Must Have 1*650va Ups 3. One (1) Service - Vulnerability And Pen-testing 4. One (1) Service - Database Modelling Design Services 5. One (1) Service - Installation And Configuration Services 6. One (1) Service - Application Installation 7. One (1) Service - User Workflow Integration 8. One (1) Service - Ssl And Dns Configuration 9. One (1) Service - Integration To Basc Rdbms Database 10. One (1) Service - Data Migration 11. One (1) Service - Project Management Services 12. One (1) Service - User Acceptance Testing (uat) 13. One (1) Service - User Training Services 14. One (1) Service - Scaling And Optimization 15. One (1) Service - Manpower Cost 16. One (1) Service - Mobilization Cost 17. Two (2) Years - Support 18. One (1) Year - Warranty E.5 Payroll Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization Of Payroll Management System 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.6 Assets & Fleet Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.7 Document Management System Infrastructure 1. Ten (10) Units - Barcode Printer A. Should Be Capable Of Printing High-quality, Durable Barcodes On Various Label Materials. B. Should Offer Customizable Printing Options, Including Label Size, Orientation, And Font. C. Must Be Easy To Integrate With The Document Management System For Automated Barcode Generation And Printing. 2. One-hundred (100) Rolls - 2 X 1 Risen Label Sticker (2688 Stickers Per Roll) A. Should Be Durable And Resistant To Wear And Tear. B. Must Be Compatible With The Chosen Barcode Printer. 3. One-hundred (100) Rolls - 2 X 1 Ribbon For Risen Label Sticker (4 Rolls Sticker: 1 Ribbon) A. Should Produce Clear And Legible Barcode Prints. B. Must Be Compatible With The Chosen Barcode Printer And Label Stickers. C. Should Provide A Long Print Life And Minimize Ribbon Wastage. 4. Twenty (20) Units - Industrial Doc Imaging Machine A. Should Be Capable Of High-volume, High-speed Scanning Of Various Document Types (e.g., Paper, Plastic Cards). B. Must Offer Advanced Image Processing Features, Such As Automatic Document Feeding, Image Enhancement, And Ocr. C. Should Be Durable And Reliable, Suitable For Heavy-duty Use In Industrial Environments. D. Must Be Easy To Integrate With The Document Management System For Automated Image Capture And Indexing. 5. Three (3) Units -departamental Doc Imaging Machine A. Should Be Suitable For Lower-volume Scanning Needs In Departmental Settings. B. Must Offer Basic Image Processing Features, Such As Automatic Document Feeding And Image Enhancement. C. Should Be Compact And Easy To Use. D. Must Be Compatible With The Document Tracking System For Automated Image Capture And Indexing. 6. Twelve (12) Units -departamental Doc Imaging Machine Peripherals A. Should Include Necessary Accessories For Efficient Document Scanning, Such As Paper Trays, Feeder Units, And Cleaning Kits. B. Must Be Compatible With The Chosen Departmental Doc Imaging Machine. C. Should Be Easy To Install And Maintain. 7. Forty (40) Units -barcode Scanner A. Should Be Capable Of Accurately Scanning Various Barcode Types. B. Must Offer High-speed Scanning And Reliable Performance. C. Should Be Durable And Ergonomic, Suitable For Frequent Use. D. Must Be Easy To Integrate With The Document Management System For Automated Data Entry And Workflow Triggering. 8. One (1) Service - Vulnerability And Pen-testing 9. One (1) Service - Database Modelling Design Services 10. One (1) Service - Installation And Configuration Services 11. One (1) Service - Application Installation 12. One (1) Service - User Workflow Integration 13. One (1) Service - Ssl And Dns Configuration 14. One (1) Service - Integration To Basc Rdbms Database 15. One (1) Service - Data Migration 16. One (1) Service - Project Management Services 17. One (1) Service - User Acceptance Testing (uat) 18. One (1) Service - User Training Services 19. One (1) Service - Scaling And Optimization 20. One (1) Service - Manpower Cost 21. One (1) Service - Mobilization Cost 22. Two (2) Years - Support 23. One (1) Year - Warranty E.8 Trouble Ticketing System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.9 Queueing / Appointment System Infrastructure 1. Six (6) Units - Kiosk Stand With Touch Screen Monitor And Printer 2. Six (6) Units - Kiosk Audio Panel 3. Twelve (12) Units - Kiosk Interactive 65” Smart Tv 4. One Million (1m) Credits - Sms 5. One (1) Service - Vulnerability And Pen-testing 6. One (1) Service - Database Modelling Design Services 7. One (1) Service - Installation And Configuration Services 8. One (1) Service - Application Installation 9. One (1) Service - User Workflow Integration 10. One (1) Service - Ssl And Dns Configuration 11. One (1) Service - Integration To Basc Rdbms Database 12. One (1) Service - Data Migration 13. One (1) Service - Project Management Services 14. One (1) Service -user Acceptance Testing (uat) 15. One (1) Service - User Training Services 16. One (1) Service - Scaling And Optimization 17. One (1) Service - Manpower Cost 18. One (1) Service - Mobilization Cost 19. Two (2) Years - Support 20. One (1) Year - Warranty E.10 Executive Information System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.11 Campus Portal System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service -installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service -project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.12 University Library System Infrastructure 1. One (1) Unit - Kiosk (self Check-in & Self Check-out) With Monitor And Barcode Reader. 2. Fifty Thousand (50,000) Pcs - Rfid Tags For Books 3. Two (2) Units - Rfid Reader 4. One (1) Unit - Barcode Printer 5. Twenty Five (25) Rolls - Barcode Sticker 6. One (1) Unit - Barcode 3d Scanner 7. One (1) Service - Vulnerability And Pen-testing 8. One (1) Service - Database Modelling Design Services 9. One (1) Service - Installation And Configuration Services 10. One (1) Service - Application Installation 11. One (1) Service - User Workflow Integration 12. One (1) Service - Ssl And Dns Configuration 13. One (1) Service - Integration To Basc Rdbms Database 14. One (1) Service - Data Migration 15. One (1) Service - Project Management Services 16. One (1) Service - User Acceptance Testing (uat) 17. One (1) Service - User Training Services 18. One (1) Service - Scaling And Optimization 19. One (1) Service - Manpower Cost 20. One (1) Service - Mobilization Cost 21. Two (2) Years - Support 22. One (1) Year - Warranty E.13 Internet Connectivity 1. Eighteen (18) Months - Speed Requirement: 5 Gbps Bandwidth A. Connection Should Be Of Cable Type, Preferably Fiber-optic; Wireless Solutions May Be Considered. B. No Limitations On Traffic/ports; Bandwidth Capacity Should Be Ensured Through A Direct Ip Connection. C. A Subnet Of At Least 14 Static Publicly Routable Ip Addresses Is Required. D. Service Reliability Must Be Ensured. Overall Uptime Should Not Be Less Than 99%. E. All Necessary Hardware, Cabling, And Software (if Required For Internet Service) Should Be Provided And Set Up By The Provider. F. Support Managed Vpn Services. G. Isp Must Be Able To Manage The Customer Premises Equipment (cpe) To Be Installed In The Bulacan Agricultural State College. H. Traffic Management, Network Monitoring, And Access To Raw Log Files. I. Fiber Optic Connectivity From The Isp To The Internet Backbone. 2. One (1) Unit - Multiple Wan Router 3. One (1) Unit - Core Routing Switch 4. Four (4) Units - Distribution Switch 5. Ten (10) Units - Qsfp+ Module Xq+cm0000-xs+ 6. One (1) Service - Project Management Services Network Configuration Services 7. One (1) Service - Training And Knowledge Transfer 8. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 9. One (1) Service - Manpower Cost 10. One (1) Service - Mobilization Cost 11. Two (2) Years - Support 12. One (1) Year - Defect Liability E.14 Campus Network System 1. Ninety-four (94) Units - Indoor Wireless Access Points A. The Proposed Equipment Shall Support 802.11a/b/g/n/ac/ac Wave2/ax Protocol B. Triple-band Design, Support 2*2 Mimo, 2.4g ≥570mbps, 5g ≥3200 Mbps, The Maximum Speed ≥3.8gbps. C. Support Built-in Omnidirectional Antenna D. 1 Gigabit Ethernet Port E. 1*micro-usb Port F. Support 802.3at Standard Poe Power Supply And Power Adaptor G. Ap Full Load Working Power Consumption ≤ 17.5w H. Ap Transmit Power ≤20dbm (smaller Than 100mw), And Power Can Be Adjusted (adjustment Granularity Is 1dbm, Adjustment Range Is 3dbm~27dbm) I. Protection Degree≥41 J. Operating Temperature: -10~50℃, Humidity:5%~95% Non-condensing K. Maximum Concurrent Client ≤ 256 L. Support For Ssid-based Access User Limit M. Support Virtual Ap Technology, The Number Of Ssid Per Rf ≥16, Per Ap ≥32; N. Support Hiding Of Ssid O. Support Multiple Vlans Per Ssid P. Support Standalone Mode And Controller-based Mode, The Controller Must Be On-premise. Q. Ap Supports Tunnel Mode And Bridge Mode. Each Ssid Can Choose Its Own Working Mode. R. Support Ap Zero Configuration, Support Layer 2 And Layer 3 Discovery, Dhcp Option43, Dns Domain Name, And Other Network Access Controller Automatic Discovery Mechanisms S. Supports Ap Deployment Across Layer 3 Network, Wan, And Nat, And Supports Management Tunnel Encryption With Network Access Controller. T. Support The Service Sense Via Ai Rf, Including Connection And Delay For Network Access, Dhcp, Gateway, Dns, Internet And Other Server Address U. Support The Environment Sense Via Ai Rf, Including Channel Utilization, Co-channel Ap, Interference Ssid V. Supports 802.1x, Portal, Mac Address Authentication, Ca Certificate Authentication, Qr Code Approval Authentication, Sms Authentication, App Authentication, Guest Account, Facebook, 802.1x Wep, Wpa, Wpa2, And Other Authentication Methods; W. Support 802.11i, Aes, Tkip, And Other Encryption Methods X. Support Wips/anti-phishing Wifi Via Independent Rf (non-user Connected Radio Frequency) To Conduct Real-time Detection, Alarm, And Countermeasures For Illegal Access Points. Y. Support East-west Traffic Security, By Detecting Abnormal Behavior To Block Viruses Within The Intranet Z. Support Ap Vpn, An Encrypted Communication Tunnel Can Be Established Across The Internet And Remote Wireless Controllers For Encrypted Remote Access, The Ap Vpn Should Also Support Bidirectional Access From Site To Site. Aa. Support Intelligent Load Balancing Based On The Number Of Users, Signal Strength, And Channel Utilization, And Automatically Balance The Access Pressure Between Aps Bb. Support Rf Guiding Function To Guide Wireless Terminals To Preferentially Access 5g Frequency Bands With Low Interference Cc. Supports Fit Ap Switching To Gateway Mode (non-fat Ap Mode), Supports Pppoe Dial-up, Static Ip, And Dhcp. Dd. Support Dhcp Server And Dns Proxy Ee. Support The Wireless Controller Escape Function, When The Wireless Controller Is Down, The Ap Still Can Guarantee The Normal Online Access Of Online Users, And Ensure That New Users Can Also Connect To The Wireless Network Through Authentication; 2. One (1) Lot - Network Access Controller A. The Proposed Controller Shall Support At Least 5 Service Ports, 1 Rj45 Console Port, 1 Rj45 Manage Port, 2 Usb Ports, And 2 Expansion Slots. B. The Proposed Controller Shall Support Up To 1200 Access Points. C. The Proposed Controller Shall Support At Least 8 Built-in Captive Portal Templates. D. The Proposed Controller Shall Support Access Controller And Qos-based Applications And Urls. The Application Fingerprints In The Controller Database Should Be Larger Than 6400 At Least One Year Application And A Url Update License Should Be Included E. The Proposed Controller Shall Support A Questionnaire Survey And The Survey Result Can Be Shown In The Controller F. Web Ui To Show Survey Results In The Controller G. The Proposed Controller Can Configure The Time/data Quota Policy For Wi-fi Users. H. The Proposed Controller Shall Support The Topology Of The Switch. I. The Proposed Controller Shall Support The Big Data Analysis For The Guests, And Staff. The Content Should Include The Favorite Application, Online Duration, Time Starts, And Checkout. J. The Proposed Controller Shall Be Capable Of Identifying Terminal Types And Assigning The Different Policy-based Terminal Types. K. The Proposed Controller Shall Support The Graphical Dhcp Address Pool From The Controller And Switch And Can View The Following Information In Each Address Pool: I. Conflict Ip Address Ii. Terminal Devices Fail To Obtain An Ip Address Iii. Address Pool Utilization Iv. Ip Allocation Times Distribution L. The Proposed Controller Can Be Used As The Gateway, Support Ppoe, Nat, Policy-based Routing, Dhcp Server, Dhcp Replay, Provide Authentication And Access Controller For Both Wired And Wireless Users, M. The Proposed Software Controller Shall Support The Following: I. 802.1x Authentication Ii. Portal Authentication Iii. Mac Address-based Authentication N. Also Need To Support The Integration With Radius, Ldap, Ad, And Other Databases O. The Proposed Controller Shall Support Viewing Of The Following Status Of Ap. I. Power Supply Load Ii. System Resources (memory, Cpu) Iii. Chip Resources (mac Table, Arp Table, Acl Table, Route Table Utilization) Iv. Packet Drop Ratio V. Jumbo/normal Frame Vi. Traffic Load Vii. Packet Analysis (broadcast, Multicast, And Unicast Packets) Viii. Network Protocol Packet Receiving Rate Analysis (dhcp, Icmp, Arp, And Tcp Packet Rate) P. The Proposed Controller Shall Support A Security Log To View Switch Attack Events, Including Event Types, Attacker Mac Address, And Attack Device Types. Q. The Proposed Controller Shall Support The Binding Of Terminals To Ip Based On Switch Port Groups, And The Binding Of Terminals And Ports Based On Switch Port Groups. R. The Proposed Controller Manufacturer Shall Have A Cmmi5 Certificate To Ensure The Maturity Of The Product Software. S. The Proposed Brand Must Be Iso 9001 Certified 3. Forty-seven (47) Units - Access Poe Switch A. The Proposed Equipment Shall Have At Least I. 24 Gigabit Ethernet Poe Ports Ii. 4* Sfp+ Ports B. The Proposed Equipment Shall Support Ieee 802.3af/at Power Supply Standard, Single Port Maximum Output Poe Power 30w, The Whole Machine Maximum Output Poe Power 370w C. The Proposed Equipment Shall Have A Console Port D. The Proposed Equipment Shall Support Standalone Web Gui Management And Controller-based Management. E. The Proposed Equipment Shall Have A Switching Capacity Of At Least 336gbps F. The Proposed Equipment Shall Have Packet Forwarding Of At Least 108mpps G. The Proposed Equipment Shall Support Acl Policies Based On Single-port And Aggregation Of Interfaces. H. The Proposed Equipment Shall Support Acl Policies Based On Source Ip Address And Mac Address. I. The Proposed Equipment Shall Support Acl Policies Based On Protocols (ospf, Udp, Arp) J. The Proposed Equipment Shall Support Time-based Acl Policies K. The Proposed Equipment Shall Support 802.1p, Ip And Service Level, Dscp Priority Settings L. The Proposed Equipment Shall Support Traffic Shaping; And Packet Forwarding Rate Setting Based On The Outbound And Inbound Directions Of Switch Ports. M. The Proposed Equipment Shall Support Cos And Dscp Priority Mapping Based On Switch Groups N. The Proposed Equipment Shall Support Congestion Management That Supports Multiple Scheduling Modes To Implement Traffic Based On Packet Or Port Priority. O. The Proposed Equipment Shall Support Port Mirroring And Redirection. P. The Proposed Equipment Shall Support Dhcp Snooping, Dhcp Server Q. The Proposed Equipment Shall Support The Spanning Tree Protocol (stp, Rstp, Mstp) R. The Proposed Equipment Shall Support Igmp V1/v2/v3 Snooping S. The Proposed Equipment Shall Support 4,000 Vlan T. The Proposed Equipment Shall Support 16,000 Mac Address U. The Proposed Equipment Shall Support Mac Address Dynamic Learning V. The Proposed Equipment Shall Support Mac Address Filtering W. The Proposed Equipment Shall Support Mac Address Learning Limit X. The Proposed Equipment Shall Support Link Aggregation Y. The Proposed Equipment Shall Support M-lag Technology, Cross-device Link Aggregation Z. The Proposed Equipment Shall Have Layer 3 Routing Protocols Such As Static Routing, Rip, Ospf, Vrrp Aa. The Proposed Equipment Shall Support East-west Traffic Security With Policies Based On Area Or User Role, And Prevent The Virus Spread Within The Intranet Bb. The Proposed Equipment Shall Support Topology In The Controller, Configuration And Status Checking Can Be Done By Clicking The Topology. Cc. The Proposed Equipment Shall Support The Replacement By One Click On The Controller Platform To Replace The Defective Device Dd. The Proposed Equipment Manufacturer Shall Have A Cmmi5 Certificate To Ensure The Maturity Of The Product Software Ee. The Proposed Brand Must Be Iso 9001 Certified 4. One (1) Lot - Installation Consumables 5. One (1) Service - Network Design, Consultation (signed By Pece) And Permits 6. One (1) Service - Project Management Services 7. One (1) Service - Switch & Access Point Installation 8. One (1) Service -network Configuration Services 9. One (1) Service - User's Training And Knowledge Transfer 10. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 11. One (1) Service - Manpower Cost 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. One (1) Year - Campus Network System Defect Liability (base Bundle Warranty-support) A. 1-year Warranty For All Active Devices B. 1-year Subscription To Licenses C. 1-year Workmanship Warranty And After-sales Support E.15 Fiber Optics Works 1. Fiber Optics Passive Components A. Thirteen Thousand (13,000) Meters - Fiber Optic Cable Single Mode I. 8-core Single-mode 8 Ii. Fiber Type=g.652.d And G.657.a1, Teraspeed, Os2 Iii. Armored-type Corrugated Steel Iv. Stranded Loose-tube Cable-type V. Gel-free Sub-unit Type B. Forty-seven (47) Units - Fms Panel I. 1u Standard Size 19” Ii. Includes 6 X Lc Sm Adaptors (12f) Iii. Includes 12 X Sm Lc Pigtails Iv. Includes 12 X Splice Protectors V. With Splice Tray And Cable Glands (12 Port Loaded) C. One (1) Unit - Epx 4u Sliding Panel Splicing Cassette I. Symmetrical Body Style Ii. Sliding Shelf Iii. Splicing Type = Heat Shrink, Single Fiber Fusion Iv. Dimension: 44.45h X 482.6w X 320d Mm V. Powder Coated Finish D. Sixteen (16) Units - G2 Splice Cassette 24lc/upc With Internal Shutters Os2 With Pigtails I. Lc/upc Interface Ii. Method A Polarity Iii. Shuttered Iv. Maximum Insertion Loss = 0.25db V. Minimum Return Loss = 50db E. One Hundred Eighty-eight (188) Pcs - Fiber Patch Cords I. Lc-lc Patch Cord Ii. 1.6mm Duplex Iii. Riser Single Mode Os2, 0.9m F. Forty-seven (47) Units - Data Cabinet 15u I. Wall-mounted Type Ii. 600 X 600mm X 15u Dimension Iii. Glass Door With Lock With 8-gang Pdu G. One (1) Lot - Handhole Fabrication And Heat Shrinkable Seal Fiber Optic Splice Dome Closure I. With 24-core Pigtail Splicing Plate Termination H. One (1) Lot - Earth Ground Material And Accessories 2. Fiber Optics Active Components A. Two (2) Units - Network Core Switches I. 24-ports 10ge Layer 3 Managed Core And Aggregation Switch Ii. With 4 X 25g Ports Backward Compatible With 10g Iii. With 40g Uplink Capability Iv. With 150w Ac Power Module V. 19” Rack-mountable Vi. Steel Case B. Forty-seven (47) Units - Network Managed Switch I. 24-ports Layer 2 Managed Switch Ii. With 4 X 10g Uplink Ports Iii. 19” Rack-mountable Iv. Steel Case C. Four (4) Units - 40g Transceiver Modules I. 40g Lr Single-mode Fiber Module Ii. Qspf+ Transceiver Iii. Lc (1310nm) D. Ninety-four (94) Units - 10g Transceiver Modules I. 10g Lr Single-mode Fiber Module Ii. Qspf+ Transceiver Iii. Lc (1310nm) 3. One (1) Service - Roughing Ins Cost (piping Of Foc Per Building, Pvc/hdpe Pipes, Pullbox 10" X 10" X 6", Metal Clamps, Tox & Screws, Gi Wire) 4. One (1) Service - Labor Cost: Horizontal Direct Drilling (hdd) Wire Pulling, Roughing Ins For Expose Foc Going To Idf And/mdf 5. One (1) Service - Termination/splicing Of Pigtail Connectors/otdr Testing 6. One (1) Service - Electronic Permit Layout And Design (as-built Plan) 7. One (1) Service - Network Design And Consultation (signed By Pece) 8. One (1) Service - Project Management Services 9. One (1) Service - Switch Installation 10. One (1) Service - Network Configuration Services 11. One (1) Service - Training And Knowledge Transfer 12. One (1) Service - Cable Testing And Analysis By Fluke Systems 13. One (1) Service - Scaling And Optimization Of Network Security 14. One (1) Service - Manpower Cost 15. One (1) Service - Mobilization Cost 16. One (1) Service - Forwarding Cost 17. One (1) Year - Defect Liability 18. One (1) Year - Fiber Optic Passive Components Support Warranty A. 1-year Warranty For All Active Devices B. 1-year Subscription To Licenses C. 1-year Workmanship Warranty And After-sales Support E.16 Structured Cabling Works 1. Structured Cabling Passive Components A. Sixty-seven (67) Units – 24-ports 1u Keystone-type Patch Panel With Io Assembly I. 24-ports 1u Keystone Blank Panel Ii. 24-pcs Cat6+ Modular Jack, Rj45 Keyconnect Style B. One Thousand Four Hundred Thirty-three (1,433) Pcs – Cat6+ Modular Jack I. Cat6+ Modular Jack, Rj45 Keyconnect Style Ii. T568 A/b Wiring Scheme C. One Thousand Four Hundred Thirty-three (1,433) Pcs – 1-meter Cat6 Stranded Patch Cord I. 1-meter Cat6 Stranded Patch Cord Ii. T568b- Standard Machine-made Termination D. One Thousand Four Hundred Thirty-three (1,433) Pcs – 2 Meters Cat6 Stranded Patch Cord I. 2-meter Branded Cat6 Stranded Patch Cord Ii. T568b- Standard Machine-made Termination E. Sixty-seven (67) Units – Cable Organizer 1u I. 24 Slots Plastic With Cover F. Three Hundred Seventy-five (375) Rolls– Utp Cat6 Pure Copper I. Solid Bare-copper 24awg 4-pairs Ii. Pe-polyethylene Insulation Material Iii. 0.97 Mm Insulation Diameter Iv. Outer Jacket = Pvc Polyvinyl Chloride V. Operating Temperature = -20°c To +75°c Vi. Bending Radius = 23.2 Mm (0.913 In) G. Sixty-seven (67) Units – 15u Data Cabinet 600 X 600mm I. Wall-mounted Type Ii. 600 X 600mm Iii. Glass Door With Lock Iv. With 8-gang Pdu H. Sixty-seven (67) Sets – Fabricated Data Cabinet Bracket I. Five Hundred Fifteen (515) Pcs – Simplex Faceplate I. Keyconnect Faceplates, 1-port Ii. Plastic-made J. One Hundred Thirty-three (130) Pcs – Duplex Faceplate I. Keyconnect Faceplates, 2-ports Ii. Plastic-made K. Six Hundred Forty-five (645) Pcs – Faceplate Box I. Standard, Rectangular 2. Structured Cabling Active Components Technical Specification A. Seventy-two (72) Units – 24-ports L2+ Gigabit Switch + 4-sfp Ports Rack-mountable Ii. 24 X Gigabit Rj45 Iii. 4 X 10g Sfp+ Ports Iv. 19” Standard Size Rack-mountable B. Eighty-one (81) Units – 24-ports L2+ High-poe Switch Gigabit, With 4-sfp Module Rack-mountable I. 24 X Gigabit Poe Ports Ii. 4 X Sfp+ Slots Iii. 19” Standards Size Rack-mountable Iv. Poe Budget: At Least 370w C. Six (6) Units – 16-ports Aggregation Switch With 16-ports 10ge Ports I. 16 X 10g Sfp+ Slots Ii. 1u Rack Mountable 19” Iii. 802.3at/af D. Three Hundred Six (306) Units – Sfp+ Module, Single Mode Lc Connector I. 1310nm Single Mode Ii. Lc Duplex Connector Iii. Up To 10km Distance E. Three Hundred Six (306) Pcs – Lc Fiber Patch Cord I. Lc-lc Patch Cord Ii. 1.6mm Duplex Iii. Riser Single Mode Os2 0.9m F. Sixty-seven (67) Units – 1kva Ups, Tower Type I. 1000va/600w Ratings Ii. 1 X 12v/9ah Battery Iii. 4 X Universal Socket Iv. Not More Than 5.3kg G. One (1) Unit – 5kva Ups 4u, Online I. 5000va/5000w Ii. Dimension: Not Bigger Than 420 X 630 X 217mm Iii. Operating Voltage = 176 To 288 Vac Iv. Maximum Allowable Voltage = 288 Vac V. Input Frequency Without Battery Operation = 40 To 70hz Vi. Factory Default Voltage = 230 Vac Vii. Waveform = Pure Sinewave Viii. Backup Time At Full Load = 7 Ix. Backup Time At Half Load = 18.5 X. Audible Noise <55dba H. Sixty-seven (67) Units– Pdu With Reset And Switch, Metal Case I. 8-gang Metal With Reset Button Ii. Standard 19’’ Rack Mountable 3. Structured Cabling Roughing-ins A. One (1) Lot – Conduiting/piping Materials B. One (1) Lot – Cable Tray, Cable Ladder And Support Assembly (noc) C. One (1) Lot – Cable Tray Support & Hangers (distribution Per Building) D. One (1) Lot – Restoration Materials E. One (1) Lot – Cable Distribution Materials F. One (1) Lot – Grounding Materials, Installation And Consumables G. One (1) Lot – External Cabling Materials 4. One (1) Service - Network Design And Consultation (signed By Pece) 5. One (1) Service - Project Management Services 6. One (1) Service- Switch Installation 7. One (1) Service - Network Configuration Services 8. One (1) Service - Training And Knowledge Transfer 9. One (1) Service - External Cabling 10. One (1) Service - Scaling And Optimization (cable Testing And Analysis By Fluke Systems) 11. One (1) Service - Manpower Cost 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. One (1) Year - Service -structured Cabling Works Defect Liability 15. One (1) Year - Structured Cabling Passive Components Support Warranty A. 1-year Warranty For All Active Devices B. 1-year Workmanship Warranty And After-sales Support E.17 It Security Operations Center & Network Operations Center 1. One (1) Lot – Indoor Video Wall A. One (1) Lot – Led Panel I. Must Have 4.2x2.025m P0.9375 Indoor Led Screen Ii. Led Lamp Parameter: Color Configuration: Rgb 3in1, Color: Red, Green, Blue, Luminance: 990-1210 Mcd, 1980-2420 Mcd, 495-605 Mcd, Viewing Angle: 160º/160º, Wavelength: 625-630 Nm, 520-525 Nm, 465-470 Nm Iii. Must Have Led Module Parameter: Pixel Pitch(mm) 0.9375, Iv. Pixel Configuration Cob, Module Size(mm) W 300 H 168.75, Module Resolution(dots) W 320 H 180, Drive Ic Icn1069 V. Must Have Led Cabinet Parameter: Cabinet Size (mm) W 600 H 337.5, Cabinet Resolution (dots) W 640 H 360, Cabinet Pixels (dots) 230400, Cabinet Material Die Casting Aluminum, Cabinet Weight (kg) 4.8 Vi. Must Have Led Screen Parameter: Screen Size(m)w 4.2 W 2.025 H, Screen Resolution(dots)w 4480 W 2160 H, Cabinet Quantity(pc)w 7 W 6 H, Pixel Density(pixel/m2) 1137778, Brightness(cd/m2) 600, Brightness Adjusted 256 Grade By Software Or By Auto-optic Induced, Driving Method 1/46 Scan Display Color 439, 804, 651, 110, Viewing Distance (m) ≥0.9375m, View Angle Horizontal 160°; Vertical 160° Color Contrast Ratio 5000:1, Gray Grade 16bit, Refresh Frequency (hz) 3840, Protective Grade Ip43, Working Temperature(ºc) -30~+70, Stored Temperature (ºc) -40~+80, Operation Humidity(rh) 0-95%, Lifetime 100,000 Hrs Maintenance Front Side Working Voltage Ac110 / Ac220v±10% 47~63hz, Power Consumption Max: 800w/㎡ ; Ave:310w/㎡" B. One (1) Unit – Controller I. Must Have Three Kinds Of Led 4k Sending Cards: (1) − H_20xrj45 Sending Card Loads Up To 13,000,000 Pixels, (2) − H_16xrj45+2xfiber Sending Card Loads Up To 10,400,000 Pixels And Provides Two Opt Ports That Copy The Outputs On Ethernet Ports, (3) − H_4xfiber Sending Card Loads Up To 20,800,000 Pixels And Supports Three Working Modes, Including Independent, Copy And Backup. The Three Cards Mentioned Above Cannot Be Used Together To Load The Same Screen. Ii. Must Have Multi-capacity Configuration On A Single Card Slot: − 4x 2k×1k@60hz, − 2x 4k×1k@60hz, − 1x 4k×2k@60hz Iii. Must Have A Simple Screen Configuration Using A Single Card And Connector Iv. Must Have Online Status Monitoring Of All Input And Output Cards V. Must Have Hot-swappable Input And Output Cards Vi. Must Have An H_2xrj45 Ip Input Card That Supports Up To 512 Ip Camera Inputs And Input Mosaic. Vii. Must Have Auto Decryption Of Hdcp-encrypted Sources Viii. Must Have Decimal Frame Rates Supported Ix. Must Have Hdr10 And Hlg Processing X. Each Screen Can Have Its Output Resolution. Xi. Must-have Output Mosaic: Adopts The Frame Synchronization Technology, Which Ensures All The Output Connectors Output The Image Synchronously, And The Image Is Complete And Played Smoothly, Without Any Stuck, Frame Loss, Tearing, Or Piercing. Xii. Must Support Irregular Screen Configuration: Supports Irregular Rectangle Mosaic Without Any Limitations. Xiii. Must Have Input Source Grouping Management Xiv. Must Have Eye-saver Mode: Display The Image In A Warmer But Less Bright Way To Relieve Eye Strain. Xv. Lcd Bezel Compensation Xvi. Must Have Multi-layer Display: A Single Card Supports 16x 2k Layers, 8x Dl, Layers Or 4x 4k Layers. All Layers Support Cross-connector Output And The Layer Quantity Is Not Reduced For Cross-connector Output. Xvii. Must Have High-definition Scrolling Text, Customize The Scrolling Text Content, Such As Slogans Or Notification Messages, And Set The Text Style, Scrolling Direction, And Speed. Xviii. Must Support Up To 2,000 Presets: Fade Effect And Seamless Switching Supported, Less Than 60ms Preset Switching Duration Xix. Must Have Scheduled Playback Of Preset Playlist, Set Whether To Add The Presets To Playlist, Which Is Ideal For Monitoring, Exhibitions, Presentations, And Other Applications. Xx. Must Have Osd Settings On A Single Screen And Adjustable, Osd Transparency Xxi. Must Have Bkg Settings, Bkg Images Do Not Occupy The Layer Resources. The Max Width And Height Of A Bkg Image Is Up To 15k And 8k Respectively. Xxii. Must Have Channel Logo Management: Set A Text Or Image Logo For Identifying The Input Source. Xxiii. Must Have Input Source Cropping And Renaming After Cropping, Crop Any Input Source Image And Form A New Input Source After Cropping. Xxiv. Must Have Hdr And 10-bit Video Processing, Allowing For A More Exquisite And Clear Image. Xxv. Must Have Color Adjustment: Output Connector Color And Screen Color Adjustable, Including Brightness, Contrast, Saturation, Hue, And Gamma. Xxvi. Must Have Xr Scenario Control Xxvii. Must Have Low Latency: Reduce The Latency From The Input Source To The Receiving Card To As Low As 1 Frame. Xxviii. Must Have Web Control: Real-time Response And 1000m/100m Self-adaptive Network Control, Allowing For Multi-user Collaboration. Xxix. Must Have Monitoring Of Inputs And Outputs On A Web Page Xxx. Must Support Firmware Updates On Web Page Xxxi. Must Have Ark Visualized Management And Control Platform App Control On Pad Device. Xxxii. Must Have Self-test For Fault Detection Xxxiii. Must Have Auto-monitoring And Alarms: Supports Hardware Monitoring, Such As Fan Rotation Speed, Module Temperature And Voltage, And Running Status, And Sends Fault Alarms If Necessary. Xxxiv. Must Support An Optional Power Supply For Higher System Reliability. Xxxv. Must Have Backup Design − Backup Between Devices − Backup Between Led 4k Sending Cards. C. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable (4k) 10 Meters D. Six (6) Units - 1500va/900w Line Interactive Ups E. Three (3) Units – Desktop Computers I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 2. Desktop Computers W/ Extended Monitor A. Six (6) Units – Desktop Computer I. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4gb Vram, Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Motherboard: B760-g Wifi D5 Micro-atx Motherboard Viii. Power Supply: Modular Power Supply 850w 80+ Gold Argb Modular Psu Ix. Peripherals: Power Cords, Keyboard & Optical Mouse X. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Xi. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Xii. Operating System (os): Windows 11 Pro Or Higher Xiii. Warranty: 1 Year Courier Or Carry-in B. Six (6) Pcs For 6 Units Of Desktop – Extended Monitor I. Display: At Least 23.8” Hd Led Display (or Higher) C. Six (6) Units – Ups For Command Center I. Must Have Capacity 650va 3. Communication Equipment A. Six (6) Units – Desktop Computer Headphone I. Audio Specifications Must Have, Frequency Response: 20 Hz To 20,000 Hz (standard Range For Human Hearing), Impedance: 32 Ohms (standard For Most Headsets; Higher Impedance May Be Better For High-end Audio), Sensitivity: 90-120 Db (decibels) At 1 Mw For Sound Level, Driver Size: 30-50 Mm (larger Drivers Often Provide A Better Bass Response), Sound Output: Stereo Or 7.1 Surround Sound (for Gaming And Multimedia), Total Harmonic Distortion (thd): Less Than 1% (minimizes Audio Distortion), Noise-canceling: Active (anc) Or Passive, Ii. Microphone Specifications Must Have, Type: Omnidirectional Or Unidirectional, Frequency Response: 100 Hz To 10,000 Hz, Sensitivity: -38 Db ± 3 Db, Noise Cancellation: Active Or Passive Noise-canceling Microphone, Mute Function: Usually Included For Easy On/off Control, Iii. Connectivity Wired: 3.5 Mm Audio Jack, Usb (type-a Or Type-c) Iv. Controls Volume Control: On-ear Cup Or Inline Volume Adjustment, Playback Control: Some Models Allow Pause/play/skip For Media. B. Six (6) Units – Ip Phone Handset Note: Covered In Ip-pa System And Ip-pbx System I. Must Have The Following Physical Specifications: 2.3-inch 128x48 Pixel Dot-matrix Display, Graphical Lcd With Backlight, Keypad: 33 Keys, Including: 4soft-keys, 9 Function Keys (hold / Transfer / Voice Message / Conference / Phonebook, Mwi / Headset / Redial / Hands-free) 4 Navigation Keys, 12 Standard Phone Digits Keys, 3 Volume Control Keys (up/down/mute (microphone), Desktop Stand X1 Status Indicator Light X1 (red), Rj9/rj11 Port X2: Handset X1, Headset X1, Rj45 Port X2: Network X1, Pcx1 (bridged To Network), Security Slot X1, Dc Power Input: 5v/0.6a, Power Consumption (adapter): 0.8~1.29w, Power Consumption (poe): 1.25~1.86w, Device Dimensions: Desktop Stand (45°): 169x201.1x177.4 Mm, Desktop Stand (50°): 169x191.9x185.8 Mm, Wall Mountable: 169x120.1x213.7 Mm Ii. Must Have 6-way Audio Conference Iii. Must Have At Least 600 Call Logs Iv. Must Have At Least 1000 Local Phonebook V. Must Have At Least 1000 Remote Phonebook Vi. Must Have G.722, Opus Wideband Codec Vii. Must Have G.711a/u,g.726,g.723.1, G.729a/b, Ilbc Narrowband Codec Viii. Must Have 2 X 10/100/1000 Mbps Network Rate Ix. Must Have Power Supply Poe X. Must Support Ehs Wireless Headset Xi. Must Have Desktop Stand Xii. Must Support Plantronics Wireless Headset (through Plantronics Apd-80 Ehscable) Xiii. Must Support Recording (through Server) Xiv. Must-have Physical: 10/100/1000 Mbps Ethernet, Dual Bridged Port For Pc Bypass Xv. Must Support Ip Configuration: Static Ip / Dhcp / Pppoe Xvi. Must Support The Following Protocols: Sip 2.0 Over Udp/tcp/tls, Rtp/rtcp/srtp, Stun, Dhcp, Ipv6, Lldp, Pppoe, 802.1x, L2tp, Openvpn, Sntp, Ftp/tftp, Http/https, Tr-069, Aes 128 & Aes 256 Xvii. Must-have Generic Ip Phone Features: 2siplines, Hdvoice, Poeenabled, Dot-matrix Display Screen, Handset/hands-free /headset Mode, Desktopstand/ Wall Mountable (optional), Optional External Power Supply Xviii. Must Have The Following Call Functions: Callout/ Answer/ Reject, Mute/unmute(microphone), Callhold / Resume, Callwaiting, Intercom, Caller Id Display, Speeddial, Anonymouscall(hide Caller Id), Callforward(always/busy/no Answer), Calltransfer (attended/unattended), Callparking/pick-up (depending On Server), Redial, Do-not-disturb, Auto-answering, Voicemessage(with Server), 6-wayconference, Hotline, Hot Desking. 4. Two (2) Units – Laptop A. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Pro Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in 5. One (1) Lot - Outdoor Video Wall W/ Smart Led Solar Powered Light A. Led Panel I. Pixel Pitch 3.91mm Ii. Pixel Configuration 1r1g1b Iii. Led Type Smd1921 Iv. Brightness (max) 5000 Nit V. Color Temperature 3500k-10000k(adjustable) Vi. Viewing Angle H140° / V120° Vii. Pixel Density 65,536 Dots/m² Viii. Module Size 500mm×250mm Ix. Module Resolution 128x64 Dots X. Cabinet Size W500mm×h1000mm×d77mm Xi. Cabinet Resolution (w×h) 128×256 Dots Xii. Cabinet Weight 17.0 Kg ± 0.5 Xiii. Cabinet Material Aluminum Xiv. Operating Temperature/ Xv. Humidity -40℃~+60℃/10~80%rh Xvi. Storage Temperature/ Xvii. Humidity -40℃~+60℃/10~80%rh Xviii. Ip Rating Front Ip68/rear Ip66 Xix. Mounting: Ground Structured Support For Outdoor Video Wall Display Unit (181"w X 138"h) B. Four (4) Unit – Smart Led Solar Powered Light I. Independent Distributed Power Supply System Ii. Solar Powered W/ Smart Sensors Iii. High Quality Lithium Battery Iv. Input Voltage Ac 110~220v (+/-10%) V. Pole-mounted Installation Vi. Mounting: Ground Structured Support For Outdoor Smart Led Solar Powered Light C. One (1) Lot - Controller Required: Quantity I. Must Have Sending Box, Receiving Card, And Light Sensor D. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable (4k) 10 Meters Iv. Two (2) Units - 1500va/900w Line Interactive Ups E. One (1) Unit – Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Pro Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 6. One (1) Lot – Security Software Licenses A. Access Rights Manager B. Patch Manager C. Serv-u File Transfer Protocol Server D. Serv-u Managed File Transfer Server E. Server Configuration Monitor F. Engineer's Toolset G. Ip Address Manager H. Log Analyzer I. Network Performance Monitor J. Security Event Manager K. Network Topology Mapper 7. One (1) Service - Electronic Permit Layout And Design (as-built Plan) 8. One (1) Service - Electronic Permit Layout And Design Signed By Pece 9. One (1) Lot - Security Software Licenses W/ Dashboard 10. One (1) Lot - Structured Cabling (including External Cabling) 11. One (1) Lot - Roughing-in Materials 12. One (1) Service - Network Design And Consultation 13. One (1) Service - Project Management Services 14. One (1) Service - Temporary Facility (temfacil) For 30 Days 15. One (1) Service - Installation & Configuration 16. One (1) Service - Network Configuration Services 17. One (1) Service - User's Training And Knowledge Transfer 18. One (1) Service - Scaling And Optimization 19. One (1) Service - Manpower Cost 20. One (1) Service - Mobilization Cost 21. One (1) Service - Forwarding Cost 22. One (1) Year - Support Warranty E.18 Campus Data Center Upgrade 1. Non-electrical Components A. Seven (7) Units - Data Racks I. 1200mm Deep Static Rack Cabinet. Ii. Rack Capacity Must Be 42u Iii. Must Be Equipped With Casters And Leveling Feet Iv. Front And Back Doors Must Be Perforated V. Must Have A Load-carrying Capacity Of 950 Kg Or Higher Vi. Optional: Front And Side Stabilizers B. Three (3) Units - Gpu Server I. Must Have Warranty Support (4hr Resp) Ii. Gpu Server Add Ons Iii. Management Controller With 3-year Subscription For Server Endpoint Iv. Console Manager With 3-year Software Subscription C. One (1) Unit - Telephone Terminal Cabinet (ttc) I. The Ttc Must Be Made With Stainless Steel (304 Or 316) Gauge 16. Ii. At Least (800mm X 500mm X 200mm), With Canopy And Locking Mechanism. Iii. Water-resistant 2. Electrical Components A. One (1) Lot - Power Management System I. Design And Install Based On The Requirements Of Section 5.b (electrical Works Services) B. Fourteen (14) Lot - Power Distribution Unit I. 2 Units Shall Be Installed Per Data Rack. Ii. Input Voltage (v): 200-230 Iii. Input Plug Type: Iec 60309 32 A 2p + E Iv. Input Current Limit: 32 A V. Load Capacity: 7400 Va Vi. Network Frequency: 47...63 Hz Vii. Outlet Type And Quantity: (20) Iec 60320 C13, (4) Iec 60320 C19 C. One (1) Unit - Uninterruptible Power Supply 20kva (ups) And One (1) Unit - Uninterruptible Power Supply 5kva (ups) I. At Least 20kva/20kw Rackmount And 5kva/5kw Rackmount 1. Input: A) Ac Input Nominal Voltage (single-phase): 220/230/240 Vac, 3 Wire (l + N + G), Connected Via Hardwire. B) Ac Input Nominal Voltage (three-phase): 380/400/415 Vac, 5 Wire (l1 + L2 + L3 + N + G), Connected Via Hardwire. C) Ac Input Voltage Range: 160 – 285 Vac (l-n) At Full Load, While Providing Nominal Charging To The Battery System; Or 100 – 160 Vac (l-n) At 50% Load, While Providing Nominal Charging To The Battery System. D) Input Frequency Range: 40-70 Hz, Auto-selecting. E) Online Input Power Factor: 0.99 For 75% And 100% At 230 Vac. F) Green Mode Input Power Factor: ≥ 0.95 (for Resistive Load ≥ 25%) At 230 Vac.) At 230 Vac G) Input Current Distortion: <4% For 50% Resistive Load, <3% For 100% Resistive Load. H) Surge Protection: 600 Joules 2. Output: A) Ac Nominal Output Voltage: Single-phase B) Single-phase: 220/ 230/ 240 Vac. Models Are Factory Set At 230 Vac. C) 3-phase: 380/400/415 Vac. Models Are Factory Set At 400 Vac. (for 20kva) D) Output Frequency: 50/60 +/- 4 Hz (auto-sense). 3. Battery: A) Battery Type: Maintenance-free Sealed Lead-acid Battery With Suspended Electrolyte, Leakproof. 4. Installation: A) All Materials To Be Used In The Installation Should Be Included. From The Tapping Point To Ups. D. One (1) Unit - Generator With Automatic Transfer Switch (ats) I. 50kva Generator With Built-in Ats Or Ats Ready Ii. Automatic Start, Electric Start Iii. Phase: 3-phase/1-phase Iv. Operating Mode: Silent/soundproof V. Frequency Rating (hz): 50-70 Vi. Voltage Rating (v): 220-240 Vii. Engine Type: Turbo Diesel Viii. Large Capacity Fuel Tank Ix. Cooling System: Water Cooled X. Protection System: Low Oil Alarm, Temperature Sensor Xi. Should Include Installation And Configuration Services E. One (1) Set - Precision Air Conditioning Unit (pacu) I. Cooling Capacity: 7 Tr (20kw Or 75,400 Btu/hr) Ii. Power Supply: 230 Volts/60 Hz./3 Phase/pe Iii. System Type: Air-cooled Non-inverter Compressor Iv. Air Circuit: 1. Air Direction - Downflow Vertical Discharge 2. Air Inlet Into The A/c On A Large Surface From The Top Of The Unit V. Refrigerant Circuit: 1. Equipped With An Open Refrigerant Circuit The Basic Version Consists Of The Following Components: A. Fully Hermetic, Variable-speed Dc Scroll Compressor B. Oil Separator C. High-performance Evaporator With A Large Surface Area D. Liquid Receiver With Rota Lock On-off Valve And Safety Valve E. Dehydrating Filter F. Liquid Sight Glass G. Thermostatic Electronic Expansion Valve H. High-pressure Switches With Manual Resetting I. Needle Valves For The Refrigerant Change For Pressure Control J. External Welded Connections Vi. Standard Functions: Cooling Mode, Humidification & Dehumidification Mode Vii. User Terminal: 1. 64 X 120 Pixel Backlit Lcd Display And 6 Backlit Keys To Move Between And Change Parameters. 2. Set The Operating Parameters, Monitor The Trend Of The Main Working Parameters, And Read Any Alarm Messages. 3. Capable Of Enabling The Following Functions: A. Temperature And Humidity Control B. Setting Double Temperature And Humidity Set Point C. Complete Alarm Detection System D. Alarm Event History Storage E. Automatic Restart When Power Returns After A Cutout F. Remote Switching On/off Of The Unit G. Graphical Display With Icons Displaying The State Of The Unit Components H. Time Bands For Differential Weekly Switching On/off Of The Unit I. Management Of The Local Network With Setting The Rotation Of One Or Two Units In Standby J. Alarm Sequence History With Up To 100 Alarm Events Viii. Fan Section (indoor): 1. Radial Fan With Electronically Commutated (ec) Motor 2. High-efficiency Ec Motor With Wear-resistant And Maintenance-free Ball Bearing 3. Variable Speed Motor Modulating Fan Speed According To Load Density 4. Eurovent Certification 5. Ce Certification Ix. Air Filter: 1. Made From Self-extinguishing, Synthetic Fiber Cellular Material. 2. Large Filter Surface, Small Pressure Loss, Long Service Life, And Easy Replaceability X. Condenser: 1. Connections To The Remote Condenser 2. Witha Kit Of Legs For Vertical Discharge 3. With Rota Lock Shutoff Valves 4. Regulate The Fan Speed To Ensure Trouble-free Operations F. One (1) Unit - Dehumidifier I. At Least 80 Liters Capacity Ii. Adjustable Humidistat Iii. Auto Restart Iv. Automatic Bucket Full Shut-off V. Automatic Humidistat Control Vi. Bucket Full Indicator Light Vii. External Drain Connect Viii. Removable Water Tank Ix. Washable Air Filter 3. Safety Components A. Eight (8) Units - Fire Suppression System I. Hfc236fa (fe36) / /hcfc-123 Ii. At Least 20 Lbs Iii. Non-residual Iv. Non-corrosive V. Lifetime Chemical Efficacy Vi. Built-in Sensor For Automatic Discharge Vii. Should Include Mounting Plates And Installation Service B. Two (2) Units - Metal Door With Panic Lock Mechanism Note: Included In E-classroom, E-conference Room And Smart Led Solar Powered Light I. The Door Jamb Must Be Able To Hold The Weight Of The Metal Door. Ii. The Door Hinge Must Be Able To Contain The Stress Of The Sudden Swing Of The Metal Door Induced By The Panic Lock Mechanism. Iii. Panic Lock Mechanism Has Priority Over Electronic Security Locks For Exit. C. Four (4) Units - Environmental Monitoring System I. Temperature Sensor And Humidity Data Logger. Ii. Logging Capacity: 60000 Readings Or Higher. Iii. Alarm Status Indicator. Iv. Wired Or Wireless Connection Mode. V. Inclusion Of Cloud Access And/or Mobile Application For Data Access. Vi. Optional: Sms And/or Email Capability. 4. Warranty-three (3) Years Warranty A. Non-electrical Components I. Data Racks Ii. Telephone Terminal Cabinet (ttc) B. Electrical Components I. Electrical Management System Ii. Uninterruptible Power Supply 20kva Iii. Uninterruptible Power Supply 5kva Iv. Power Distribution Units V. 100 Kw Generator With Automatic Transfer Switch (ats) Vi. Air Conditioning Units Vii. Dehumidifier C. Safety Components I. Fire Suppression System Ii. Metal Door With Panic Lock Mechanism Iii. Environmental Monitoring System 5. Included Supply, Installation, And Configuration Services A. Civil Works Services I. Supply And Installation Of Telephone Terminal Cabinet (ttc) (800mm X 500mm X 200mm) With Canopy And Locking Mechanism. Ii. Supply And Installation Of 2 Fire Rated Metal Door With Panic Locking Mechanisms 400mm(w) X 900mm(w) X 2100mm(h)(1-unit) Iii. Supply And Installation Of 2hr Fire-rated Wall Partition 4” Thick (40 Sqm.) Iv. Supply And Installation Of Anti-static Raised Flooring (75 Sqm.) V. Supply And Installation Of The Acoustic-type Ceiling (75 Sqm.) Vi. Supply And Installation Of Led Lighting With Complete Wiring Vii. Painting Inside The Data Center Viii. Water Proofing (covering Part Of Data Center) Ix. Supply And Installation Of Emergency Lights X. Installation Of Generator System Housing B. Electrical Works Services I. Creation And Installation Of An Electrical Design Supporting Ups Power, Air-conditioning, Emergency Light And Exhaust Fan System, With The Capability To Switch To A Generator System With Ats And Auto-start Function. Ii. Independent Circuits For Ups And Regular Power Distributed On A Per Rack Basis. Iii. Independent Circuits For Air Conditioning Systems (ahu) On A Per Unit Basis. Iv. Provision Of Ups Circuits For Security And Environment Monitoring Devices. V. Provision Of Circuits For Future Use. Vi. Installation Of Grounding Systems. Vii. Electrical Panel Boxes Should Be Equipped With Surge Suppressors, Low Voltage Detectors And Power Monitoring. C. Mechanical Works Services I. Plumbing Works For Ahu Drain System. Ii. Plumbing Works For The Dehumidifier Drain System. Iii. Supply And Installation Of Electrical Wire Ways From Main Electrical Panel To Generator Location. Iv. Supply And Installation Of Data Wire Ways For Inter-rack Connections. 6. One (1) Service - System Design Services 7. One (1) Service - Cabling Works 8. One (1) Service - Structured Cabling (including External Cabling) 9. One (1) Service - Forwarding Cost 10. One (1) Service - Project Management Services 11. One (1) Service - User Acceptance Testing (uat) 12. One (1) Service - User's Training And Knowledge Transfer 13. One (1) Service - Scaling And Optimization 14. One (1) Service - Manpower Cost 15. One (1) Service - Mobilization Cost E.19 Data Center Network Switches 1. Two (2) Units - Core Switch A. Hot Swap Power Supply B. Open Ports Configuration With At Least 16 100g Qsfp28 Ports C. Open Ports Configuration With At Least 4 25g Qsfp28 Ports D. All Open Ports Enabled E. Zero License Fee For Modules Inserted I. Four (4) 100 Gbit Fiber Module Ii. Four (4) 40 Gbit Fiber Module Iii. Six (6) 10 Gbit Copper Module Iv. Six (6)10 Gbit Fiber Module V. 100 Gbit Dac Cable 2. Two (2) Units - Core Fiber Switch 3. One (1) Unit - Router A. Redundant Power Supply B. Load Balancing/failover Capability For Unequal Bandwidth C. At Least 12 1gbit Ports D. All Open Ports Enabled E. Zero License Fee For Modules Inserted F. One (1) Lot - X 10g Sfp+ Ports G. One (1) Lot - 10gbit Fiber Module (sfp / Sfp+ / Sfp28) H. One (1) Lot - 10gbit Copper Module 4. One (1) Unit- Top Of Rack (tor) Switch Poe A. Redundant Power Supply B. At Least 48 Gbit Ports C. All Open Ports Enabled D. Zero License Fee For Modules Inserted E. Four (4) X 10g Sfp+ F. Two (2) 40g Qsfp+ G. 48 Poe Ports H. Poe Out Standard: 802.3af/at I. Max Power Output Per Port (input 18-30 V): 1000 Ma J. Max Power Output Per Port (input 30-57 V): 570 Ma K. Total Power: 700w L. Six (6) 40gbit Fiber Module 5. One (1) Unit - Top Of Rack (tor) Switch Non-poe A. Redundant Power Supply B. At Least 48 Gbit Ports C. All Open Ports Enabled D. Zero License Fee For Modules Inserted E. Four (4) X 10g Sfp+ F. Two (2) 40g Qsfp+ G. 48 Poe Ports H. Six (6) 40gbit Fiber Module 6. One (1) Unit - Management Switch A. Redundant Power Supply B. At Least 24 Gbit Ports C. 10gbit Fiber Module D. Sfp+ To Sfp+ Connector 7. Two (2) Units - Access Point Cap-ac 8. One (1) Service - Electrical And Racking Design Services 9. One (1) Service - Network Design And Consultation 10. One (1) Service - Project Management Services 11. One (1) Service - Switch Installation 12. One (1) Service - Network Configuration Services Supplier 13. One (1) Service - Training And Knowledge Transfer 14. One (1) Service - Scaling And Optimization Of Data Center Network Switches 15. One (1) Service - Manpower Cost 16. One (1) Service - Mobilization Cost 17. One (1) Service - Forwarding Cost 18. One (1) Year - Support Warranty E.20 Data Center Compute System & Data Center Block And File Storage 1. Eight (8) Lots - Hci Cluster: A. Form Factor: 2u Rack Server B. A Total Of Eight (8) Hci Nodes C. Must Have 2x 6426y 16c 185w 2.5ghz Processor Per Node D. Must Have A Total Of 256gb 2rx8 4800mhz Memory Per Node. Can Support Up To 8tb Of Memory E. Network Interfaces Must Have A 2x 2-ports 10gb Base-t F. Storage Drives Must Have 2.5" Cache Drives And 3.5" For The Capacity Drives G. Must Have 2x M.2 Nvme 960gb Read Intensive Pcie Gen 4 Ssd For The Boot Drive H. Must Have A Total Effective Capacity Of At Least 500 Tb And 700 Tb Raw Capacity On Rf2 With 0% Savings I. Must Have Redundant 1100w Platinum Psu J. 2u Rack Mounted K. Software Inclusion: I. Must Include Rhel For Virtual Datacenters Premium 3 Years. Ii. Must Include Microsoft Center Licenses, Cals, And Sql Server With Software Assurance For The Education Sector. L. Hypervisor Support: I. Supports Industry-standard Hypervisors Like Vmware Esxi, And Native (bundled) M. Hci Features: Ii. Hci Licenses Should Be Oem Iii. Can Support Heterogeneous Clusters And Storage Nodes Only Iv. Must Have Vm-centric Snapshots & Clones V. Must Have Data Tiering Vi. Must Have Online Cluster Grow/shrink Vii. Must Have Data Path Redundancy Viii. Up To 2 Tunable Redundancy Factor Ix. Basic Compression (lz4) - Inline And Post-process X. Deep Compression (lz4hc) - Greater Efficiency For Cold Data Xi. Cache Deduplication Xii. Capacity Deduplication Xiii. Volume Groups - For In-cluster Vms Xiv. Async Replication (rpo = 1 Hr Or Greater) Xv. Application Consistent Snapshots Xvi. Client Authentication Xvii. Centralized Management Can Support Multi-cluster Management Xviii. Infrastructure Management, Monitoring, And Health Xix. Enterprise Authentication And Rbac Xx. Rest Apis Xxi. Comprehensive Search Xxii. Management Can Support The Report Xxiii. Management Has A Customizable Dashboard Xxiv. Management Can Plan And Forecast The Capacity Xxv. Resource Inefficiency Detection And Right-sizing Xxvi. Low-code/no-code Operations Automation Xxvii. Must Have 50tib Licenses For Unified Storage N. Hardware Management Features: I. Configure An Hci Node Ii. Update An Hci Node Iii. Integrate Into External Apps Through Integrators Or Rest Apis Iv. Manage Servers, Network, And Storage V. Auto-discover Systems Vi. Monitor And Track Multiple Systems, And Handle Faults Including Call Home Or Equivalent Vii. Manage Server, Network, And Storage Updates With Policies Viii. Configure Multiple Servers With Software Patterns Ix. Install Operating Systems And Hypervisors X. View The Status Summary Of All Hardware Components Xi. Encapsulation, Which Enables Us To Configure The Management Software To Change The Firewall Rules For The Devices So That Incoming Requests Are Accepted Only From The Management Software Xii. Compliant With Nist Sp 800-131a Or Fips 140-2. Hardware Management Should Support Self-signed Ssl Certificates (issued By An Internal Certificate Authority) Or External Ssl Certificates (private Or Commercial Ca). Xiii. Must Include An Audit Log That Provides A Historical Record Of User Actions, Such As Logging On, Creating Users, Or Changing User Passwords. O. Hardware Management Platform Should Have A Mobile App With The Following Features: I. View The Status Summary Of All Hardware Ii. Monitor The Detailed Status Of Each Device Iii. Monitor Inventory Of Each Device Iv. Monitor Audit Events, Hardware And Management Events, Alerts, And Jobs. V. Performs Power Actions On The Device. Vi. Act On Common System-level Tasks To Minimize The Risk Of Disruptions And Downtime. Vii. Forward Emails To Share Inventory, Alerts, And Event Information. Viii. Perform Initial Configuration Of Servers, Retrieve Diagnostic Information (virtual Lcd) And Perform Actions, Initiate Hardware Management From A Mobile Device. Ix. Monitor Hardware Inventory For Unexpected Component Changes, And Simply Log The Event Or Prevent Booting X. Enforces Cnsa 1.0 Level Security Xi. Enables Administrators To Manage And Synchronize Configurations And Firmware Levels Across Multiple Servers Xii. Should Be Available On Both Ios And Android. Xiii. The Hci Should Provide A Single Unified Management Console For The Management Of The Entire Environment Including Virtualized Environment As Well As Software Defined Storage Environment, Underlying Hardware, And Associated Components. Xiv. The Hci Should Provide Enterprise Data Services Such As Deduplication And Compression With Erasure Coding Completely In Software Without Dependency On Any Proprietary Hardware. Xv. System Management Must Be Able To Provide Proactive Alerts For Processors, Voltage Regulators, Memory, Internal Storage, Fans, Power Supplies, Raid Controllers, And Server Ambient And Sub-component Temperatures. Xvi. Must Be 100% Software-defined Without Dependency On Proprietary Hardware Or Networking Components. Xvii. Supports Differing Cpu & Memory Configurations Of Nodes Within The Same Cluster Xviii. The Hyper-converged Platform Must Have Fips 140-2 Certification Xix. The Hyper-converged Platform Must Have Common Criteria Security Certification. 2. One (1) Lot - Kvm Switch With Lcd Console A. 16-ports Kvm Switch And One (1) Lcd Console. Must Be The Same Brand As The Hci Nodes. B. Must Be Able To Handle 2 Concurrent Users. C. Local User Connection For Kvm: Vga + Usb D. Maximum Number Of Target Systems: 16 E. Maximum Video Resolution: 1600x1200 (4:3),1680x1050 (wide) 3. Thirty-two (32) Roll - Green Cat6 Cable 4. One (1) Service - Storage System Installation 5. One (1) Service - Storage Network Configuration Services 6. One (1) Service - System Design Services 7. One (1) Service - Application Installation 8. One (1) Service - Project Management Services 9. One (1) Service - User Acceptance Testing (uat) 10. One (1) Service - User's Training And Knowledge Transfer 11. One (1) Service - Scaling And Optimization Of Data Center Compute System 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost 14. One (1) Service - Forwarding Cost 15. Three (3) Years - Software Warranty 16. Three (3) Years - Support Warranty E.21 Data Center Backup And Recovery System 1. One (1) Lot - Enterprise On-premises Data Backup System - Hardware A. Must Have At Least 4410t 10c 150w 2.7ghz Processor. B. Must Have At Least 32gb 4800mhz Memory With Expansion Of Up To 8tb. C. Must Have 4-ports 10gb Base-t. D. Must Have At Least 22tb Storage Capacity. E. Must Have 2x M.2 480gb Read Intensive Sata Ssd. F. Raid Controller Should Support Raid 0,1,10,5,50,6 Configurations With 4gb Cache. G. Must Include Microsoft Windows Server Standard And Client Access Licenses (cals) For The Education Sector. 2. One (1) Lot - Enterprise On-premises Data Backup System – Software A. The Backup And Recovery Solution Should Work With Virtualized Infrastructure Based On Version 6.x, 7.0, 8.0, Microsoft Hyper V 2022 Or Higher And Later Versions, Nutanix Ahv Version 6.5 And Later, And Red Hat Virtualization Version 4.4 Sp1 (red Hat Virtualization Manager Version 4.5.0 Or Later) In A Single Product B. The Solution Should Provide A Centralized Console To Coordinate Backup, Replication, Recovery Verification And Restore Tasks. It Is Also Used To Set Up And Manage Backup Infrastructure Components. C. The Solution Must Provide Immutability To Prohibit Modification Or Deletion Of Backup Data As A Result Of Malware Activity Or Ransomware Attacks. D. Must Provide Agentless Protection Without The Need To Install Agents Inside Each Vm Running On Vmware, Hyper-v, Nutanix Ahv, And Rhv Platforms E. Must Support Direct Attached Storage, Network Attached Storage, Deduplicating Storage Appliances, And Object Storage As Backup Repositories F. Ability To Utilize Forever Forward Incremental, Forward Incremental & Reverse Incremental Backup Methodology. G. Ability To Perform Agentless Transaction Log Backup And Replay And Database Restore To Original Or New Sql Server H. Ability To Select And Choose Multiple Mssql Databases When Performing A Mass Database Export, Restore, Or Instant Recovery. I. The Solution Must Provide Automated Tests And Verification Of Each Backup Or Replica To Assure Recoverability In Case Of Production Failure. The Verification Must Include Vm Files, Os, And Applications Including Custom Testing Using Scripts J. The Solution Must Provide 105 Options To Perform Recovery. K. The Solution Must Have The Ability To Provide Recovery Delegation For Individual Or Group Vms L. Included Built-in Aes 256-bit Encryption, Compression, And Deduplication In A Single Product Without An Additional Option To Purchase M. The Solution Should Support Direct Backup To Object Storage Such As Amazon S3, Google Cloud Storage, Ibm Cloud Object Storage, Microsoft Azure Blob Storage, And Any S3-compatible Object Storage On-premise And In The Cloud. N. Ability To Combine One Or More Backup Repositories Or Object Storage (aws S3, Azure Blob, Gcp & Any S3 Object Compatible) Repositories And Tier Backup Data From Performance To Capacity And Archive Tier. O. Provide Agent-based Data Protection For Physical Server On Windows Or Linux With Support For Bare Metal Recovery, Export As Virtual Disk & Able To Perform Instant Recovery To Vmware Platform, Microsoft Hyper-v, And Nutanix Ahv P. Able To Provide Secure Access To The Backup Console With Optional Two-factor Authentication (2fa) That Is Based On Time-based One-time Passwords (totp) 3. Twenty-four (24) Months - Cloud-based Disaster Recovery System A. The Solution Must Have The Ability To Provide Recovery Delegation For Individual Or Group Vms B. The Solution Should Support Direct Backup To Object Storage Such As Amazon S3, Google Cloud Storage, Ibm Cloud Object Storage, Microsoft Azure Blob Storage, And Any S3-compatible Object Storage On-premise And In The Cloud. C. Provide Agent-based Data Protection For Physical Server On Windows Or Linux With Support For Bare Metal Recovery, Export As Virtual Disk & Able To Perform Instant Recovery To Vmware Platform, Microsoft Hyper-v, And Nutanix Ahv D. The Billing Of Dr Site Resources Must Only Be In Effect When The Resources Are Used. E. Must Provide For Monitoring And Periodic Conduct Of Dr Drills F. Must Have The Capability To Instantiate Test Instances For Non-disruptive Testing G. Must Be Able To Set Up And Initiate Continuous Data Replication. H. Must Provide Replication For At Least 10 Servers 4. One (1) Service - Electrical And Racking Design Services 5. One (1) Service - Network Design And Consultation 6. One (1) Service - Disaster Recovery Site Provisioning And Testing 7. One (1) Service - Application Installation 8. One (1) Service - Project Management Services 9. One (1) Service - Network Configuration Services 10. One (1) Service - User's Training And Knowledge Transfer 11. One (1) Service - Scaling And Optimization Of Data Center Backup And Recovery System 12. One (1) Service - Forwarding Cost 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Three (3) Years - Support Warranty E.22 Cloud Infrastructure-as-a-service 1. Cloud Infrastructure Subscription A. Payment Terms I. Basc Shall Pay The Vendor A Fixed Monthly Fee For All Cloud-related Services. Ii. The Accumulated Payables Within The Validity Of The Subscription Period Must Not Exceed The Budget Set For This Procurement. Iii. All Activated Additional Resources Must Be Billed Not Less Than 30 Calendar Days From The Date Of Activation, Or 60 Calendar Days Should It Be Activated Beyond The Agreed “cut-off” Period. Iv. All Chargeable Costs Must Be Inclusive Of Vat. V. Basc Shall Reserve The Right To Take Over The Root Account And Pay The Billings Directly. To Avail Of This Prerogative, Basc Must Inform The Vendor In Writing At Least 3 Months Prior To Contract Expiration. B. One (1) Lot – Cloud Management Services I. The Vendor Shall Have Cloud Provider Preference, Provided That The Cloud Provider Adheres To The Standards Stated In Section 2.b. Ii. The Vendor Shall Migrate Agreed-upon Resources From The Current Cloud Computing Service Platform Or Its Current Site To The New Cloud Computing Platform In Coordination/collaboration With Basc’s It Team. Iii. The Vendor Shall Provide Counterpart Technical Support In The Setup, Configuration And Monitoring Of Cloud Infrastructure. 2. Cloud Infrastructure Standards A. Cloud Infrastructure Providers Should Have Global Presence. B. Certified For Information Security Management Systems (iso 27001) C. Certified For Code Of Practice For Information Security Controls Based On Iso/iec 27002 For Cloud Services (iso/iec 27017) D. Certified For Code Of Practice For Protection Of Personally Identifiable Information (pii) In Public Clouds Acting As Pii Processors (iso/iec 27018) 3. Data Center Standards A. Must Have The Capability To Deploy A Highly Available And Multi-zone Disaster Recovery Solution Across Multiple Data Centers Within The Asean Region B. Must Have The Ability To Provide A Managed Relational Database Service That Can Be Integrated With Any Chosen Software Solutions. C. Must Have The Capability To Deploy Standard Virtual Machines And Cloud-native Services. 4. Account Management A. The Account Ownership And Its Related Services Shall Belong To The Vendor. Access Rights Should Be Given To Basc, As Deemed Necessary, To Perform Monitoring Services Related To The Project 5. Warranty A. Cloud Management Services - One (1) Year 6. One (1) Lot - Secure Access Path A. Split Tunneling: Routes Only Specific Traffic Through The Vpn. B. Always-on Vpn: Maintains A Constant Secure Connection. C. Kill Switch: Disconnects If The Vpn Tunnel Fails. D. Dynamic Multipoint Vpn (dmvpn): For Dynamic And Scalable Vpn Networks. 7. One (1) Service - Cloud Infrastructure Design And Consultation Services 8. One (1) Service -vpn Network Design And Consultation 9. One (1) Service - Cloud Resources Provisioning And Testing 10. One (1) Service- Project Management Services 11. One (1) Service - User's Training And Knowledge Transfer 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost 14. Three (3) Years - Support Warranty E.23 Ip-pa System And Ip-pabx System 1. Ip-pabx System Components A. One (1) Unit - Ip Phone System I. Base Users / Max Users Up To 300 / 500 Ii. Max Concurrent Calls 60 / 120 Iii. Base / Max Call Center Agents 300 / 500 Iv. Max Fxs Ports 16 V. Max Fxo/bri Ports 16 Vi. Max Gsm/3g/4g Ports 6 Vii. Max E1/t1/j1 Ports 2 Viii. Expandable D30 2 Ix. Nfc Read/write X. Ethernet Interfaces 2 X (10/100/1000 Mbps) Xi. Hard Disk 1 Sata (up To 2tb) Xii. Usb 1 (usb Portable Ssd, Up To 2tb) (usb Flash Drive, Up To 256) Xiii. Power Supply Ac 100-240v 50/60hz Xiv. Form Factor 1u Rackmount Xv. Environment Operation Range: 0°c To 40°c, 32°f To 104°f Storage Range: -20°c To 65°c, -4°f To 149°f Humidity: 10-90% Non-condensing B. One (1) Unit - D30 Expansion Module I. Dsp Module, Used To Expand The Capacity Of Pbx. Ii. Extensions Increase By 100 And Concurrent Calls Increase By 30 Additionally. C. One (1) Unit - Ex 08 Module I. Must Support Up To 4 Modules (8 Rj11 Ports). D. Two (2) Units - O2 Module I. Ports 2 Rj11 Fxo Ports Ii. Supported Model S20, S50, S100, S300 Iii. Ring Frequency Detection 15~50 Hz Iv. Ring Voltage Detection 30+ Vrms (depending On The Fxo Mode) V. Termination Pstn Lines Vi. Echo Cancellation Signaling Modes Foreign Exchange Office: 2-way Connection To Prx Or Key System Trunk. Foreign Exchange Station Defined Network: Provides Access To Major Carrier Services. Private Line Automatic Ringdown (plar)-point-to-point Unswitched Connections. E. One (1) Unit - Voip Gateway I. Rj11 Fxo Ports Ii. Lan 1 10/100mbps Iii. Protocol Sip (rfc3261), Iax2 Iv. Transport Udp, Tcp, Tls, Srtp V. Codec G.711 (alaw/ulaw), G.722, G.723, G.726, G.729a, Gsm, Adpcm Vi. Voice Capability Itu-t G.168 Lec Echo Cancellation, Dynamic Jitter Buffer, Vad, Cng, Plc Vii. Dtmf Mode Rfc2833, Sip Info, In-band Viii. Fax T.30 Ix. Qos Diffserv, Tos, 802.1 P/q Vlan Tagging X. Network Dhcp, Ddns, Openvpn, Pppoe, Static Route, Vlan Xi. Network Protocol Ftp, Tftp, Http, Https, Ssh Xii. Management Protocol Radius Xiii. Signaling Fxs Loop Start, Fxs Kewlstart Xiv. Caller Id: Bell202, Etsi (v23), Ntt (v23-japan), And Dtmf-based Cid Xv. Disconnect Methods: Busy Tone, Polarity Reversal Xvi. Fxo Connectivity: Programmable Ac Impedance, Hangup Detection, Answer Detection, Caller Id Detection Xvii. Power 12v, 1a Xviii. Mounting Desktop, Wall-mount Xix. Compatibility: Interoperable With Asterisk, Lync Server, Freepbx And Certified With Elastix F. Forty-six (46) Units - Ip Phone Handset I. Must Have A Linux Operating System Ii. Must Have 132x64 2.3” Dot-matrix Display Iii. Must Have 6-way Audio Conference Iv. Must Have At Least 600 Call Logs V. Must Have At Least 1000 Local Phonebook Vi. Must Have At Least 1000 Remote Phonebook Vii. Must Have G.722, Opus Wideband Codec Viii. Must Have G.711a/u,g.726,g.723.1, G.729a/b, Ilbc Narrowband Codec Ix. Must Have 2x10/100/1000mbps Network Rate X. Must Have Power Supply Poe Xi. Must Have An Ehs Headset Xii. Must Have Desktop Stand G. Two (2) Units - Enterprise Ip Phone I. Must Have A 3.5-inch Main Color Screen And 2.4-inch Extended Screen For Dss Keys Ii. Hd Audio On Speakerphone And Handset Iii. Support 6-way Audio Conference Iv. Line Keys On The Main Display V. 6 Dss Keys On The Extended Screen, Up To 30 Dss Keys Via 5 Pages Vi. Built-in Bluetooth 4.2, Support Bluetooth Headset; Support Wi-fi Dongle Vii. Support Ehs Wireless Headset Viii. Dual Gigabit Ports, Integrated Poe Ix. Stand With 2 Adjustable Angles Of 45 And 50 Degrees 2. Ip-pa System Components A. One (1) Unit - Digital Ip Network Broadcasting Client Management Software I. Support Each Audio Terminal’s Operation, Audio Streaming Transmission Management, Broadcasting From Each Audio Terminal, And Full Duplex Exchange Of Audio. It Adopts B /s Architecture And Supports Terminal Management, User Management, Program Broadcasting Management, Audio Files Management, Record Storage, And Internal Communication Scheduling Through Web Login. Ii. Support Program Database Sources Management, Timing Broadcast, And Real-time Media Service Vod For All Audio Terminals, Program Broadcasting For Each Terminal, And Data Interface Service For Each Audio Workstation Iii. Support Full-duplex Voice Data Exchange, Paging And Call From Each Intercom Terminal, Various Calling Modes (like One Button To Call, One Button To The Intercom, One Button To Ask For Help, One Button To Alarm, And So On), Automatic Answer, Manual Answer, And Custom Answer Tone. Iv. Support Multiple Calling Strategies, Including Call Waiting, Call Forwarding, No Answer Reminder, And Custom Setting For Time Strategy And Forwarding Strategy. It Supports Setting Up The Call Strategy Of The Intercom Terminal. It Can Customize The Call Time From 0 To 180s Or No Limit. It Can Choose Whether To Answer Automatically Or Not. It Also Supports Customizing The Choice Of Calling Ringtones And Waiting Ringtones. V. Support Terminal Short Circuit Linkage Trigger. Users Can Arbitrarily Set The Trigger Scheme And Trigger Terminal Quantity. The Trigger Scheme Includes Short Circuit Output, Music Playback, And Patrol Alarm. Vi. Support To Program Timing Tasks, Multiple Timing Programs, Support Selecting Any Terminal, And Setting Any Time. Support Timed Task Execution Test, Setting Repetition Period And A Variety Of Audio Source Selections For Timing Tasks (music Playback, Sound Card Acquisition, Terminal Acquisition). Vii. Support Multiple Schemes Of Timed Ringing To Be Enabled At The Same Time. Viii. Support Multiple Tasks To Be Carried Out At The Same Time Ix. Support All Schemes To Be Enabled/ Disabled By One Button. X. Support Bell Scheme Cloning, Task Execution, And Stop Control, Disable And Enable The Function Of A Timing Task. Xi. Support Timing Patrol, Support Execution Time And Repetition Period Of The Custom Patrol Task, 0-30s Customized Interval Of The Indicator Flashing, And External Lock-free Button Short-circuit Switch (with 3.3v Led Indicator Light). Xii. Support Today's Task List View, Which Makes It Easy To Manage All Scheduled Task Information And Execution Status Performed Today. Xiii. Support Terminal Tamper Alarm. Trigger Terminal Alarm When A Terminal Is Demolished Or Trigger Alarm For Other Terminal Linkages. Support Alarm Task To Automatically Cancel The Alarm Function. Xiv. Support External Power Management Of Audio Terminals, Timing Switch O,n And Delay Off. Xv. Support Light Control And The Light Mode Configuration. Xvi. Support All Zones, Part Of The Zones Fire Linkage, N±n Fire Mode, Manual Alarm And Digital Alarm Mixing, Alarm Configuration To Trigger Terminal Collection Tasks Xvii. Support Terminals’ Login Password Central Management, Multiple Priority Management, Easy Automatic Authorization, Task Priority, Terminal Priority, And User Priority Customization. Xviii. Support Sub-control Management Of Multi-users And Arbitrary Degrees To Achieve Remote Program Broadcasting Management. Xix. Support Multi-user, Multi-level, Specified Permissions, Specified Functions, And Specified Terminals To Classify And Manage The Background. Xx. The Terminals Support Three-wire And Four-wire Volume Control Functions; The Four-wire Volume Control Needs An External Power Supply. Xxi. Support To Set The Zones And Control The Power To The 8-channel Terminal Through Web Background Or Sub-control Client Side. Xxii. Support To Set The Time Display In The Terminals Can Set 0 - 6 Level Brightness Value, It Can Realize No Time Display Mode When The Terminal Is Offline. Xxiii. Support Broadcast, Intercom, Real-time Acquisition, Terminal Monitoring ,and Recording. Xxiv. Support Remote On-demand Operation By Remote Controller. Xxv. Support Terminal Audio Acquisition And Broadcast Function. Xxvi. Support Local Audio Collection Function, The Local File Can Be Played To Any Designated Terminal. Xxvii. Support Scheduled Offline Ringing Function, Which Enables The Terminal To Perform Scheduled Ringing Tasks When The Network Is Disconnected Xxviii. Support Offline Downloading Of Ringing Tasks; Xxix. Support To Clear The Offline Tasks On The Terminals. Xxx. Support The Telephone Broadcasting Function, Realize The Function That The Telephone Initiates All Zone Broadcasting Or Part Of The Zones Or Single Zone Broadcasting. Xxxi. Support Remote Firmware Upgrade To The Terminal, No Need To Upgrade Locally, Which Can Reduce The Maintenance Work. Xxxii. Support Background Skin Change Function, You Can Switch Skin Themes Freely According To Your Preference. Xxxiii. Support Terminal Details Exporting Function, Support To Export The Configuration Details Of The Current System Terminal By Table. Xxxiv. Support Batch Modification Of The Time Of Scheduled Tasks And Execution Terminal. Xxxv. Support Sdk Kits, Standard Mfc Dynamic Link Libraries, And Http Protocols To Achieve Integration With Third-party Platforms. Xxxvi. Support The Terminal To Self-define The Area Division, Realizing The Management Of The Terminal’s Real-time Status According To Different Zones. Xxxvii. The Log Records The System Operation Status And Records The System Operation And Terminal Working Status In Real-time. Each Paging, Call, And Broadcast Operation Is Recorded. Xxxviii. The System Is Compatible With Any Network Structure Such As Router, Switch, Bridge Gateway, Modem, Internet, 2g, 3g, And 4g. Xxxix. Windows Service Mode, Support Win7, Server2008, And Higher Systems. Xl. It Uses The Background System Service To Run, Which Is An Enterprise-level Standard Server Working Mode. The System Can Run Automatically When The System Is Turned On. It Has Higher Stability And Reliability Than The Software Running In The Foreground Of The Interface. B. One (1) Unit - Desktop Computer I. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4gb Vram, Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Peripherals: Power Cords, Keyboard & Optical Mouse Viii. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Ix. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) X. Operating System (os): Windows 11 Pro Or Higher Xi. Warranty: 1 Year Courier Or Carry-in C. One (1) Unit - 2kva Ups I. Must Have Capacity 2000va Ii. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac Iii. Must Support Voltage Range 140vac~290vac 81vac~145vac Iv. Must Have A Rated Frequency Range Of 50hz Or 60hz V. Must Have Output Voltage 220/230/240 Vac 110/120 Vac Vi. Must Have Ac Voltage Regulation (batt. Mode) ±10% Vii. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz Viii. Must Transfer Time 2-6ms Ix. Must Support Battery Type & Number 12 V/9 Ah X 2 X. Must Charging Voltage 27.4v±1% Xi. Must Have Indicators: Battery Mode Green Lighting, Ac Mode Green Lighting Xii. Must Have Alarm: Battery Mode Sounding Every 10 Seconds Xiii. Must Have A Low Battery Sounding Every Second Xiv. Must Have Overload Sounding Every 0.5 Second Xv. Must Have Fault Continuously Sounding Xvi. Must Have Protection: Full Protection Overload, Discharge, And Overcharge Protection Xvii. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) Xviii. Must Operating Humidity 0~90% Rh(non-condensing) D. Two (2) Units - Desktop Intercom Paging Microphone I. With Desktop Design, It’s Built-in 7-inch Resistance Touch Screen By 800 × 480 Dot Matrix K600 + Kernel 65k Color, To Fulfill Clear Display And Sensitive Touch. Ii. With Numeric And Function Keys Interface. Iii. Support Paging To Single Or Multiple Zones, All Zones. Support Direct Paging Or Intercom With Terminal, Support Environmental Monitoring To Any Terminal, With Distance Up To 5 Meters. Iv. With Embedded Computer Technology And Dsp Audio Processing Technology, High-speed Industrial-grade Chips. V. Built-in 1 Channel Network Hardware Audio Decoding Module That Supports Tcp / Ip, Udp, Igmp (multicast) Protocol To Achieve 16-bit Stereo Cd Quality Network Audio Signal Transmission. Vi. It Is Compatible With Routers, Switches, Bridges, Gateways, Modem, Internet, 2g, 3g, 4g, Multicast, Unicast, And Other Arbitrary Network Structures. Vii. Support Full-duplex Two-way Intercom Function, Built-in Network Echo Cancellation Module. Viii. Support Two-way Intercom Between The Terminals, With A Network Delay Of Less Than 100ms, And Suppress The Network Echo Howling Completely. Ix. Support Hints Of Asking For Help Signal Ringing And Flashing Lights, One Key To Accept The Call, Intercom, Hands-free Calls And Receive Broadcast, To Achieve Quick Links. X. Support Multiple Paging Modes, Including Paging Waiting, Paging Forwarding, And Answer Reminding. Xi. Support For Answering Automatically, Manual Answering, And Support For Custom Answer Tone. Xii. Support The User-defined Setting Of Time For Call Forwarding, No Answer, And Call Waiting. Xiii. Built-in 2w Full-frequency Hi-fi Speaker, To Fulfill Two-way Conversation And Network Monitoring. Xiv. One Φ3.5 Headphone Jack And One Φ3.5 Mic Input Socket, Matching 95% Headphones And A Portable Microphone In The Market. Xv. With One Line Output For External Amplifier Expansion, And One Line Input For More Audio Source Transmission. Xvi. One-way Alarm Output For Short Circuit Trigger Can Be Cascaded With An External Alarm Device Or Access Control; One-way Short Circuit Input Can Be Used To Trigger Preset Voice Prompts (or Alarm) And Also Can Be Used To Control The Access Control To Linkage With Input Short-circuit Signal. Xvii. The Digital Products Are More Convenient For Extension, With No Limit By The Geographical Position, No Need To Increase Management Equipment In The Control Center, Sharing Network To Save Cabling And Simple Installation. Xviii. It Supports Remote Updating To The Hardware Terminal, With No Need To Upgrade Locally, To Reduce Maintenance Work And Make Simpler Operation. Xix. With 10 Buttons, Supports Customized One-button Paging And One-button Broadcasting. E. Twenty (20) Units - Wall Mount Speakers 30w I. The Equipment Is Designed With Embedded Computer Technology And Dsp Audio Processing Technology. Ii. Built-in 1-channel Network Hardware Audio Decoding Module, Supports Tcp/ip, Udp Protocol, Realizes The Network Transmission Of 16-bit Cd Audio Signal. Iii. Supporting Poe (ieee 802.3af) Power Supply Mode, Only One Network Cable Is Needed To Connect To The Poe Switch, So The Operation Is Simple And Convenient. Iv. Equipped With A Dc 24v Standby Power Interface, It Is Suitable For Power Supply When Power Demand Is Greater Than 10w Or For Non-poe Networks. V. Digital Power Amplifiers With Intelligent Gain Adjustment, Adaptive Power Supply, And Automatic Power Adjustment Are Always In The State Of Performance Optimization And Efficiency Maximization. Vi. Full-band, High-sensitivity Amplifier Unit With Abundant Power And High Fidelity. Vii. Compatible With Any Network Architecture Such As Router, Switch, Bridge Gateway, Modem, Internet, 2g, 3g, And 4g. Viii. Supporting The Broadcasting System To Upgrade The Terminal Firmware Remotely, Without Upgrading To The Terminal Locally, So As To Reduce The Work Intensity Of Maintenance. F. Forty-six (46) Units - Outdoor Column Speaker 20w I. Outdoor Waterproof Column Speaker, Streamlined Design. Ii. The Shell Is Made Of One-piece Thickened Aluminum Alloy, Which Can Effectively Reduce The Resonance Of The Cabinet When The Sound Pressure Is High, And The Surface Adopts Outdoor Powder Spraying To Prolong The Service Life. Iii. The Mesh Cover Is Made Of Aluminum Alloy, One-piece Stamping, And Covered With A High Acoustic Sponge, Further Improving The Waterproof Performance And Increasing The Service Life. Iv. Using Six 2.5-inch Full-range Speaker Units, Bearing High Power, Low Distortion, And Excellent Vocal Performance. V. Built-in High-performance 100v Audio Transformer, Which Can Reduce The Loss In The Circuit Due To Impedance. Vi. Using High-quality Wires, It Can Be Used At Full Load For A Long Time, With Good Anti-scald And Conductivity Capabilities. Vii. L-shaped Bracket Design, Convenient And Flexible Adjustment Scheduling, User-friendly Operation, And Installation Debugging. 3. One (1) Lot - Roughing-in Materials 4. One (1) Lot - Scope Of Works I. Device Installation And Termination Ii. Cable Testing And Tracing Iii. Technical Configuration, Testing, Commissioning, System Configuration, Training, System Design, And System Management. 5. One (1) Service - Network Design, Consultation (signed By Pece) And Permits 6. One (1) Service - Project Management Services 7. One (1) Service - Switch & Access Point Installation 8. One (1) Service - Network Configuration Services 9. One (1) Service - Training And Knowledge Transfer 10. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 11. One (1) Service - Temporary Facility (temfacil), Field Office 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. Two (2) Years - Warranty E.24 E-library Infrastructure 1. Twenty (20) Units – Desktop Computers A. Processor: Intel I5 Or Amd Ryzen 5 Processor (or Higher) B. Memory: 8 Gb Ddr4 Or Higher C. Form Factor: Tower D. Storage: At Least 500 Gb Ssd (or Higher) E. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) F. Display: At Least 23.8” Hd Led Display (or Higher) G. Peripherals: Power Cords, Keyboard & Optical Mouse H. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch I. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) J. Operating System (os): Windows 11 Or Higher K. Warranty: 1 Year Courier Or Carry-in L. Must Have 650va Ups 2. Twenty (20) Units – Desktop Computers Headphones A. Audio Specifications Must Have, Frequency Response: 20 Hz To 20,000 Hz (standard Range For Human Hearing), Impedance: 32 Ohms (standard For Most Headsets; Higher Impedance May Be Better For High-end Audio), Sensitivity: 90-120 Db (decibels) At 1 Mw For Sound Level, Driver Size: 30-50 Mm (larger Drivers Often Provide A Better Bass Response), Sound Output: Stereo Or 7.1 Surround Sound (for Gaming And Multimedia), Total Harmonic Distortion (thd): Less Than 1% (minimizes Audio Distortion), Noise-canceling: Active (anc) Or Passive, B. Microphone Specifications Must Have, Type: Omnidirectional Or Unidirectional, Frequency Response: 100 Hz To 10,000 Hz, Sensitivity: -38 Db ± 3 Db, Noise Cancellation: Active Or Passive Noise-canceling Microphone, Mute Function: Usually Included For Easy On/off Control, C. Connectivity Wired: 3.5 Mm Audio Jack, Usb (type-a Or Type-c) D. Controls Volume Control: On-ear Cup Or Inline Volume Adjustment, Playback Control: Some Models Allow Pause/play/skip For Media. 3. One (1) Lot - Roughing-ins Materials 4. One (1) Service - Project Management Services 5. One (1) Service - User's Training & Knowledge Transfer 6. One (1) Service - User Training 7. One (1) Service - Manpower Cost 8. One (1) Service - Mobilization Cost 9. One (1) Service- Forwarding Cost 10. One (1) - Temporary Facility (temfacil) 11. One (1) Service - Desktop Installation/software Setup And Configuration 12. One (1) Year - Support Warranty E.25 E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 1. Twenty (20) Units - Smart Tv A. Screen Size: 65” B. Resolutions: 3840x2160, Picture Quality: 4, Brightness Detection C. Ultimate Dimming, Contrast Enhancer, Adaptive Sound D. Multi-device Experience, Hdmi At Least Two (2) Port, Bluetooth E. Usb At Least One (1) Port, Wireless Lan Built-in, F. Power-supply: Ac100-240v~ 50/60hz 2. Eight (8) Unit – Smart Led Solar Powered Light I. Independent Distributed Power Supply System Ii. Solar Powered W/ Smart Sensors Iii. High Quality Lithium Battery Iv. Input Voltage Ac 110~220v (+/-10%) V. Pole-mounted Installation Vi. Mounting: Ground Structured Support For Outdoor Smart Led Solar Powered Light 3. Eleven (11) Units - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10;android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panel Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce 4. Eleven (11) Units - Ups A. Must Have Capacity 1500va/900w B. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac C. Must Support Voltage Range 140vac~290vac 81vac~145vac D. Must Have A Rated Frequency Range Of 50hz Or 60hz E. Must Have Output Voltage 220/230/240 Vac 110/120 Vac F. Must Have Ac Voltage Regulation (batt. Mode) ±10% G. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz H. Must Transfer Time 2-6ms I. Must Support Battery Type & Number 12 V/9 Ah X 2 J. Must Charging Voltage 27.4v±1% K. Must Have Alarm: Battery Mode Sounding, Low Battery Sounding, Overload Sounding, And Fault Continuously Sounding L. Must Have Protection: Full Protection Overload, Discharge, And Overcharge Protection M. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) 5. Biometric And Door Access With Connectivity (restricted Rooms And Offices Only) A. Eighty-six (86) Units - Fingerprint And Card Reader I. Must Have Rs-485 Protocol1 Ii. Must Support Mifare 13.56 Mhz Card Or Fingerprint Iii. Must Store Up To 3,000 Fingerprints Iv. Must Have Watchdog Function For Tamper Detection V. Must Have Audible And Visual Indicators Vi. Must Support Surface-mount Installation Vii. Must Support Unlock Mode Ic Card, Fingerprint, Combination Viii. Must Have Card Reader Format 13.56 Mhz Mifare Ix. Must Have Response Time 0.1s B. Eighty-six (86) Units - Access Controller I. Must Have Tcp/ip Communication. Ii. Must Support Communication Protocols Rs-485 And Wiegand. Iii. Must Support Storing 100,000 User And 500,000 Card-swiping Records. Iv. Must Support Multi-door Interlock, Multi-user Unlock, Aand Nti-passback. V. Must Support Remote Unlock. Vi. Must Support Reader Tamper Alarm, Intrusion Alarm, Unlocking Timeout Vii. Must Have An Alarm, Duress Alarm, Invalid Card Exceeding Threshold Alarm, And Incorrect Password Alarm. Viii. Must Support Built-in Rtc, Manual Time Fixing, And Automatic Time Fixing. Ix. Must Support Online Upgrades. X. Must Support A Watchdog Mechanism To Ensure The Operation Stability. C. Eighty-six (86) Units - Ups I. Must Have Capacity 1500va/900w Ii. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac Iii. Must Support Voltage Range 140vac~290vac 81vac~145vac Iv. Must Have A Rated Frequency Range Of 50hz Or 60hz V. Must Have Output Voltage 220/230/240 Vac 110/120 Vac Vi. Must Have Ac Voltage Regulation (batt. Mode) ±10% Vii. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz Viii. Must Transfer Time 2-6ms Ix. Must Support Battery Type & Number 12 V/9 Ah X 2 X. Must Charging Voltage 27.4v±1% Xi. Must Have Alarm: Battery Mode Sounding, Low Battery Sounding, Overload Sounding, And Fault Continuously Sounding Xii. Must Have Protection: Full Protection Overload, Discharge And Overcharge Protection Xiii. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) D. Ninety-eight (98) Units - Electromagnetic Lock I. The Casing Must Made Of Aluminum Alloy Ii. Must Have The Following Functions: Signal Output Com/no/nc, Door Status Detection 1, Relay Iii. Must Have Tension Up To 280 Kg (617.29 Lb), Tensile Force Iv. Must Have Anti-corrosion Level Basic Protection E. Ninety-eight (98) Units - Bracket For Door I. Must Support Up To 280kg Magnetic Lock Ii. Must The Material: High Strength Aluminum Alloy Iii. Must Support Door Type: Wooden, Metal, Fire Door Iv. Must Support Open Way: 90°/180° F. Eight (8) Units - Card Enrollment Reader I. Must Be Equipped With The 32-bit High-speed Processor Ii. Must Have A Built-in Audible Beeper Iii. Must Support Read Format 13.56mhz 125khz Iv. Must Have Read Range 3cm-5cm (max.) V. Must Have Communication Interface Usb To Pc Vi. Must Have Power Supply 5v Dc/100ma Vii. Must Have Ce And Fcc Certificates G. Five Hundred (500) Pcs - Laminated Integrated Circuit (ic) Card I. Must Have Read/write Function Ii. Must Be Made Of Pvc Material Iii. Must Support Standard: Mifare S50, 13.56 Mhz Iv. Must Have Range: Approximately 10 Cm (3.94 In.) H. Accessories I. Eighty-six (86) Units - Infrared Exit Button 1. Must Have Plastic Or Stainless Steel Case 2. Must Support Working Temperature Is -30°c~+60°c Ii. Eighty-six (86) Units - Emergency Break Glass Button 1. Must Have Nc/no/com Ports 2. Must Support Working Temperature Is -20°c~+55°c I. One (1) Lot - Software Note: Stand-alone 1. Must Have Video Surveillance, Access Control, And Various Attendance Functions. 2. Must Built To Be Versatile, Provide Direct Access To The Web Client, And Feature P2p Linking, Real-time Monitoring, Video Playback, Event Center, Access Control And Attendance, 3. Must Have A Monitoring Screen That Can Be Viewed In Real-time On The Platform. Can Also View Snapshots Taken Of The Monitoring Screen, And Play Video Recordings. 4. Built To Work With Access Control Devices, It Can Be Used To Remotely Open And Close Doors, Access Videos From Cameras, And Remotely Configure Alarm Settings. 5. Works Together With Attendance Devices To Allow You To Manage Shifts, Handle Errors, Configure Settings For Business Trips And Leave Of Absence, And Generate Statistics On Attendance. 6. Access Control: Device Type Face Recognition Access Terminal (asi), Access Controller, (asc), Time & Attendance Terminal (asa), Number Of People 1000, Time Template 128, Time Period Up To 4, Holiday Plan Up To 16, Anti-passback Group Max. 2, First Card Unlock Record Max. 64, Multi Card Unlock Record Max. 64, Inter-door Lock Record Max. 64, Real-time Event Display Max. 100 J. One (1) Unit - Desktop Computer 1. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) 2. Memory: 16 Gb Ddr4 Or Higher 3. Form Factor: Tower 4. Storage: At Least 500 Gb Ssd (or Higher) 5. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) 6. Display: At Least 23.8” Hd Led Display (or Higher) 7. Peripherals: Power Cords, Keyboard & Optical Mouse 8. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch 9. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) 10. Operating System (os): Windows 11 Pro Or Higher 11. Warranty: 1 Year Courier Or Carry-in 12. Must Have 1*1500va Ups 6. Thirty (30) Units - Biometric For Employees With Connectivity For Time-in And Timeout A. Thirty (30) Units - Biometric - Time & Attendance I. Must Support Up To 1.500 Fingerprints, Up To 100.000 Record,s And Up To 2.000 Cards (optional). Ii. Must Support Multi-languages. Iii. Must Have Communication: Tcp/ip, Usb-host, Wi-fi (optional). Iv. Must Have High Verification Speed. V. Must Have Professional Firmware And Platform. B. One (1) Lot - Management Software Note: Included In Hris And Payroll Management System C. One (1) Unit - Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Peripherals: Power Cords, Keyboard & Optical Mouse Viii. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Ix. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) X. Operating System (os): Windows 11 Or Higher Xi. Warranty: 1 Year Courier Or Carry-in Xii. Must Have 1*650va Ups 7. One (1) Site - Electrical Works Temporary Facility (temfacil) 8. One (1) Site - Structured Cabling (including External Cabling) / Roughing - In 9. One (1) Service - Smart Tv Installation 10. One (1) Service - Smartboard Installation, Setup, And Configuration 11. One (1) Site - Installation Components (biometric Installation, Setup, And Configuration) 12. One (1) Service - Project Management Services 13. One (1) Service - User's Training & Knowledge Transfer 14. One (1) Service - Manpower Cost 15. One (1) Service Mobilization Cost 16. One (1) Service - Forwarding Cost 17. One (1) Year - Extended Support Warranty E.26 Software And Network Laboratories 1. Twenty (20) Units - Desktop Computers A. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in 2. Four (4) Units - Interactive Smart Tv ( 65") A. Screen Size: 65” B. Resolutions: 3840x2160 C. Picture Quality: 4 D. Brightness Detection E. Ultimate Dimming F. Contrast Enhancer G. Adaptive Sound H. Multi-device Experience I. Hdmi At Least Two (2) Port J. Usb At Least One (1) Port K. Wireless Lan Built-in L. Bluetooth M. Power-supply: Ac100-240v~ 50/60hz 3. One (1) Unit - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10;android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panels Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce B. Ops I5 8+256 Win 10 C. Screen Sharingdongle 4. One (1) Unit - 1500va/900w Line-interactive Ups 5. One (1) Lot - Roughing-ins Materials 6. One (1) Service - Project Management 7. One (1) Service - Temporary Facility (temfacil) For 30 Days 8. One (1) Service - Smart Board Installation, Set Up, And Configuration 9. One (1) Service - Training And Knowledge Transfer 10. One (1) Service - Smart Tv Installation 11. One (1) Service - Desktop Installation/software Setup And Configuration 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost, Demobilization 14. One (1) Service - Forwarding Cost 15. One (1) Service - Cabling Works 16. One (1) Lot - Structured Cabling (including External Cabling) 17. One (1) Year - Support Warranty E.27 Smart Function Hall 1. Smart Function Hall (audio System) A. Six (6) Units - Active Speakers I. Power: 1300w Peak, 650w Rms Ii. Lf Driver: 12" Ferrite Woofer Iii. Hf Driver: 1" Neodymium Tweeter Iv. Frequency Range: 50hz - 20khz V. Maximum Spl: 127db Vi. Mounting Options: Suspension Points, Pole Socket, Universal Yoke Mount B. One (1) Unit - Digital Mixer With Ipad Controller I. Channels: 32 Input, 40 Mix Channels Ii. Inputs: 8 X Xlr, 8 X Xlr-1/4" Combo, 1 X Dual Rca Stereo Iii. Outputs: 2 X Xlr, 1 X Xlr (mono Sum), 6 X Xlr (mix Out) Iv. Effects: Flex Fx Multi-effects Processor, 4 Effects Slots V. Control: Touch-sensitive Motorized Faders, Daw Control C. One (1) Set - Control Room Monitor Speakers I. Driver: 6.5" Composite Cone Lf, 1.25" Silk Tweeter Hf Ii. Power: 130w Rms Iii. Frequency Response: 42hz - 20khz Iv. Maximum Spl: 104db D. Two (2) Units - Wireless Microphones With Stands I. Frequency Response: 50hz - 20khz Ii. Operating Range: 300 Ft Line-of-sight Iii. Battery Life: Up To 14 Hours E. Four (4) Units - Wired Microphones With Stands I. Frequency Response: 50hz - 15khz Ii. Max Spl: 94db Spl F. One (1) Unit - Rack Mount Server I. Cpu: Intel I7 12th Gen Ii. Ram: 32gb Iii. Storage: 1tb Sata, 500gb Ssd Iv. Graphics Cards: 4 G. One (1) Unit - Ptz Camera Ai Auto Tracking I. Resolution: Uhd 4k, 1080p Signal Format Ii. Zoom: 30x Optical, 16x Digital Iii. Connectivity: Ethernet, Hdmi, 3g-sdi H. One (1) Unit - Ptz Camera Controller With Lcd Screen I. Control: Ndi, Ip, And Serial Control Ii. Protocols: Visca, Pelco-p & D Iii. Compatibility: Sony, Newtek Iv. Display: Lcd Screen For Real-time Status I. One (1) Lot - Cabling And Installation Smart Function Hall 2. Smart Function Hall (indoor Video Wall) A. One (1) Lot - Led Panel I. Must Have 4.2x2.025m P0.9375 Indoor Led Screen Ii. Led Lamp Parameter: Color Configuration: Rgb 3in1, Color: Red, Green, Blue, Luminance: 990-1210 Mcd, 1980-2420 Mcd, 495-605 Mcd, Viewing Angle: 160º/160º, Wavelength: 625-630 Nm, 520-525 Nm, 465-470 Nm Iii. Must Have Led Module Parameter: Pixel Pitch(mm) 0.9375, Iv. Pixel Configuration Cob, Module Size(mm) W 300 H 168.75, Module Resolution(dots) W 320 H 180, Drive Ic Icn1069 V. Must Have Led Cabinet Parameter: Cabinet Size (mm) W 600 H 337.5, Cabinet Resolution (dots) W 640 H 360, Cabinet Pixels (dots) 230400, Cabinet Material Die Casting Aluminum, Cabinet Weight (kg) 4.8 Vi. Must Have Led Screen Parameter: Screen Size(m)w 4.2 W 2.025 H, Screen Resolution(dots)w 4480 W 2160 H, Cabinet Quantity(pc)w 7 W 6 H, Pixel Density(pixel/m2) 1137778, Brightness(cd/m2) 600, Brightness Adjusted 256 Grade By Software Or By Auto-optic Induced, Driving Method 1/46 Scan Display Color 439, 804, 651, 110, Viewing Distance (m) ≥0.9375m, View Angle Horizontal 160°; Vertical 160° Color Contrast Ratio 5000:1, Gray Grade 16bit, Refresh Frequency (hz) 3840, Protective Grade Ip43, Working Temperature(ºc) -30~+70, Stored Temperature (ºc) -40~+80, Operation Humidity(rh) 0-95%, Lifetime 100,000 Hrs Maintenance Front Side Working Voltage Ac110 / Ac220v±10% 47~63hz, Power Consumption Max: 800w/㎡ ; Ave:310w/㎡" B. One (1) Lot - Controller I. Must Have Three Kinds Of Led 4k Sending Cards: (1) − H_20xrj45 Sending Card Loads Up To 13,000,000 Pixels, (2) − H_16xrj45+2xfiber Sending Card Loads Up To 10,400,000 Pixels And Provides Two Opt Ports That Copy The Outputs On Ethernet Ports, (3) − H_4xfiber Sending Card Loads Up To 20,800,000 Pixels And Supports Three Working Modes, Including Independent, Copy And Backup. The Three Cards Mentioned Above Cannot Be Used Together To Load The Same Screen. Ii. Must Have Multi-capacity Configuration On A Single Card Slot: − 4x 2k×1k@60hz, − 2x 4k×1k@60hz, − 1x 4k×2k@60hz Iii. Must Have A Simple Screen Configuration Using A Single Card And Connector Iv. Must Have Online Status Monitoring Of All Input And Output Cards V. Must Have Hot-swappable Input And Output Cards Vi. Must Have An H_2xrj45 Ip Input Card That Supports Up To 512 Ip Camera Inputs And Input Mosaic. Vii. Must Have Auto Decryption Of Hdcp-encrypted Sources Viii. Must Have Decimal Frame Rates Supported Ix. Must Have Hdr10 And Hlg Processing X. Each Screen Can Have Its Own Output Resolution. Xi. Must-have Output Mosaic: Adopts The Frame Synchronization Technology, Which Ensures All The Output Connectors Output The Image Synchronously, And The Image Is Complete And Played Smoothly, Without Any Stuck, Frame Loss, Tearing, Or Piercing. Xii. Must Support Irregular Screen Configuration: Supports Irregular Rectangle Mosaic Without Any Limitations. Xiii. Must Have Input Source Grouping Management Xiv. Must Have Eye-saver Mode: Display The Image In A Warmer But Less Bright Way To Relieve Eye Strain. Xv. Lcd Bezel Compensation Xvi. Must Have Multi-layer Display: A Single Card Supports 16x 2k Layers, 8x Dl, Layers, Or 4x 4k Layers. All Layers Support Cross-connector Output And The Layer Quantity Is Not Reduced For Cross-connector Output. Xvii. Must Have High-definition Scrolling Text, Customize The Scrolling Text Content, Such As Slogans Or Notification Messages, And Set The Text Style, Scrolling Direction, And Speed. Xviii. Must Support Up To 2,000 Presets: Fade Effect And Seamless Switching Supported, Less Than 60ms Preset Switching Duration Xix. Must Have Scheduled Playback Of Preset Playlist, Set Whether To Add The Presets To Playlist, Which Is Ideal For Monitoring, Exhibitions, Presentations, And Other Applications. Xx. Must Have Osd Settings On A Single Screen And Adjustable, Osd Transparency Xxi. Must Have Bkg Settings, Bkg Images Do Not Occupy The Layer Resources. The Max Width And Height Of A Bkg Image Are Up To 15k And 8k Respectively. Xxii. Must Have Channel Logo Management: Set A Text Or Image Logo For Identifying The Input Source. Xxiii. Must Have Input Source Cropping And Renaming After Cropping, Crop Any Input Source Image And Form A New Input Source After Cropping. Xxiv. Must Have Hdr And 10-bit Video Processing, Allowing For A More Exquisite And Clear Image. Xxv. Must Have Color Adjustment: Output Connector Color And Screen Color Adjustable, Including Brightness, Contrast, Saturation, Hue, And Gamma. Xxvi. Must Have Xr Scenario Control Xxvii. Must Have Low Latency: Reduce The Latency From The Input Source To The Receiving Card To As Low As 1 Frame. Xxviii. Must Have Web Control: Real-time Response And 1000m/100m Self-adaptive Network Control, Allowing For Multi-user Collaboration. Xxix. Must Have Monitoring Of Inputs And Outputs On A Web Page Xxx. Must Support Firmware Updates On A Web Page Xxxi. Must Have Ark Visualized Management And Control Platform App Control On Pad Device. Xxxii. Must Have Self-test For Fault Detection Xxxiii. Must Have Auto-monitoring And Alarms: Supports Hardware Monitoring, Such As Fan Rotation Speed, Module Temperature And Voltage, And Running Status, And Sends Fault Alarms If Necessary. Xxxiv. Must Support An Optional Power Supply For Higher System Reliability. Xxxv. Must Have Backup Design − Backup Between Devices − Backup Between Led 4k Sending Cards. C. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable 8k 10 Meters Iv. Six (6) Units - 1500va/900w Line Interactive Ups D. Three (3) Units - Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Pro Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 3. One (1) Service - Project Management Services 4. One (1) Service - User Acceptance Testing (uat) 5. One (1) Service - User Training And Knowledge Transfer 6. One (1) Service - Manpower Cost 7. One (1) Service - Mobilization Cost 8. One (1) Service - Forwarding Cost 9. One (1) Year- Support Warranty E.28 Econference Room With Video Conferencing 1. Six (6) Units - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10; Android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panels Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce B. Ops I5 8+256 Win 10 C. Screen Sharingdongle’ D. Must Have 6*1500va/900w Line-interactive Ups 2. Four (4) Lots - Microphones, Speakers And Accessories A. Four (4) Units - Full Digital Conference System Controller I. Microphone Capacity: Wired Microphone≤4096: Wireless Microphone≤300 Ii. Simultaneous Interpretation Channel: 63+1 Channels Iii. Frequency Response: 80~16khz Iv. Main Power: 100-120vac / 200-240vac By Switch V. Audio Input: Linein1: 775mvrms Balanced; 2 Output Phoenix Terminals: 775mvrms Balanced; Linein2: 775mvrms Unbalanced Vi. Audio Output: Lineout1: 1vrms Balanced; 16 Multi-function Output Phoenix Terminals: 1vrms Balanced; Lineout2: 1vrms Unbalanced Vii. Output Load >1kω Viii. Extension Port 1 For Connecting Conference System Extension Equipment Ix. Pc Network Port: 1 For Connect To The Computer X. Delegates Output Interface: 4 For Connecting Conference Speaking Units Xi. Rs-232 Interface: 2 Channels, 1 Channel For Camera Tracking, 1 Channel For Docking External Equipment Xii. Rs-485 Interface: 1 For Camera Tracking Xiii. Wired Microphone Connection Method Special Cable (6 Pins) Xiv. Rack Mountable B. Four (4) Units - Audio Processor, Afc Feedback Suppression Function I. The Panel Is Designed With Afc Touch Keys And Working Indicators. Ii. Equipped With 2 Network Ports For Connecting Wireless Ap And Communicating With The Conference Server; Connect To The Digital Conference Server Through Network Protocol To Realize Audio Data Transmission. Iii. With Automated Functions, Including Gain Sharing Type Auto-mixing And Gate Type Auto-mixing. Iv. Support Afc Feedback Suppression Function, Adopt Dual Notch + Frequency Shift Method, Automatically Grab The Howling Point, And Set The Notch Frequency, The Notch Filter Supports 12 Fixed Points + 12 Dynamic Points To Effectively Eliminate The Howling Function. V. With Automatic Gain Function, It Can Effectively Keep The Microphone Volume Within A Certain Dynamic Range. Vi. With The Microphone Voice Activation Function, Set The Tracking Threshold, And The Camera Tracking Function Can Be Realized When The Microphone Speech Reaches The Threshold. Vii. Working With The Digital Conference Server, With The Auto-mixing Function, It Can Support Up To 16 Wired Microphones And 8 Wireless Microphones At The Same Time. Viii. With 1 Xlr Balanced Output And 1 Rca Unbalanced Output. Ix. With 1 Extension Interface, Used To Connect The Extension Port Of The Digital Conference Server. X. With 1rs-232 Communication Interface (camera Tracking), Connected To The Central Controller Or The Camera Tracking Controller To Realize The Speech Camera Tracking Function. Xi. With 1 Rs-485 Communication Interface, Used To Connect Cameras To Achieve Camera Tracking. Xii. With 1 Rs-232 Communication Interface (speech Transcription), Used To Connect A Speech Transcription Server To Realize The Function Of Speech Transcription. Xiii. Simultaneous Turned-on Microphone: 16 Wired Mics + 8 Wireless Mics Xiv. Main Power Supply: 100-240ac/50-60hz Xv. Audio Output: Line Out 1: 1v Xlr Balanced Output ; Line Out 2: 1v Rca Unbalanced Output Xvi. Output Load: >1kω Xvii. Connection Method: Rj45 Network Port Xviii. Rack Mountable C. Four (4) Units - 5g Wifi Full Digital Conference - Chairman Unit I. Adopt A 48khz Sampling Rate, Clear And Bright Sound. Ii. Using Advanced Processing Chip Architecture And A Unique Processing Algorithm, The Microphone Power-on Connection Time Only Takes 5 Seconds. Iii. Support Intelligent Detection Of Faults, Prompting Users Of Ap Faults, Host Communication Faults, And Low Signal Strength. Iv. Support Charging Through Type-c Port, Support 18w Fast Charging, With Smart Indicator Status. V. Support Setting Ssid Function Through Ui. Vi. Support Multi-language Switching, And Uniformly Set Through Pc Software. Vii. The Chairman Unit Has A Speech Timing Function. When The Timing Speech Function Is Turned On, The Chairman Unit Is Not Restricted. Viii. With A Voice Control Function, The Microphone Can Be Turned On Intelligently. Support Adjusting The Sensitivity Of The Voice Control And Setting The Closing Time Through The Software. Ix. Support Sign-in Function, Set And Initiate Through Pc Software. X. Support Conference Voting Function, Five-key Voting, Three-key Voting Function, Flexible And Convenient. Xi. Adopt 128-bit Aes Encryption Technology, Support Wpa/wpa2 Wireless Security Technology, Prevent Eavesdropping And Unauthorized Access, And Provide Higher Confidentiality Of The Conference System. Xii. Using Wireless Transmission Technology, It Only Takes Very Little Time For The Venue Layout To Carry Out Activities. Xiii. The Chairman Has A Priority Function To Turn Off All Speaking Delegate Microphones. Xiv. Equipped With A 3.5mm Headphone Jack For Connecting An External Microphone. Xv. Built-in Lithium Battery, The Battery Capacity Supports 14 Hours Of Continuous Speech. D. Sixty-eight (68) Units - 5g Wifi Full Digital Conference - Delegate Unit I. Adopt A 48khz Sampling Rate, Clear And Bright Sound. Ii. Using Advanced Processing Chip Architecture And A Unique Processing Algorithm, The Microphone Power-on Connection Time Only Takes 5 Seconds. Iii. Support Intelligent Detection Of Faults, Prompting Users Of Ap Faults, Host Communication Faults, And Low Signal Strength. Iv. Support Charging Through Type-c Port, Support 18w Fast Charging, With Smart Indicator Status. V. Support Setting Ssid Function Through Ui. Vi. Support Multi-language Switching, And Uniformly Set Through Pc Software. Vii. Support Speech Timing And Timing Speech Functions, And The Delegate Unit Has The Function Of Applying For Speech. Viii. With A Voice Control Function, The Microphone Can Be Turned On Intelligently. Ix. Support Adjusting The Sensitivity Of The Voice Control And Setting The Closing Time Through The Software. X. Support Sign-in Function, Set And Initiate Through Pc Software. Xi. Support Conference Voting Function, Five-key Voting, Three-key Voting Function, Flexible And Convenient. Xii. Adopt 128-bit Aes Encryption Technology, Support Wpa/wpa2 Wireless Security Technology, Prevent Eavesdropping And Unauthorized Access, And Provide Higher Confidentiality Of The Conference System. Xiii. Using Wireless Transmission Technology, It Only Takes Very Little Time For The Venue Layout To Carry Out Activities. Xiv. The Delegate Unit Can Apply To Speak With The Approval Of The Chairman. Xv. Equipped With A 3.5mm Headphone Jack For Connecting An External Microphone. Xvi. Built-in Lithium Battery, The Battery Capacity Supports 14 Hours Of Continuous Speech. E. Seven (7) Units - Power Charger, With 10 Usb Charger Interfaces Support 18w Charge I. All Usb Ports Of The Charger Can Be Used Simultaneously For Batch Charging Of Devices. Ii. Use A Usb Cable, Connect One End To The Charger And The Other End To The Conference Unit; Support 18w Fast Charging. Iii. With Auto Circuit Protection, All Usb Ports Support Short-circuit Protection And Self-recovery Functions F. Four (4) Units - Ap Transmitter I. Comply With The Wi-fi 6 Protocol Standard (ieee 802.11ax), Backward Compatibility With 802.11a/b/g/n/ac/wave2, Support Mu-mimo, And Allow The Ap To Receive Data From Multiple Terminals At The Same Time. The Maximum Transmission Rate Of The Whole Machine Can Reach 1.601gbps, Effectively Providing Higher-performance Wireless Access Services In Terms Of Coverage, Access Density, And Traffic Throughput. Ii. Support Ofdma Spatial Multiplexing Technology And 1024 Qam Modulation And Demodulation Algorithm, Which Can Provide Faster Wireless Internet Access And Larger Wireless Coverage. Iii. Through The Virtual Wireless Access Point (virtual Ap) Technology, Up To 32 Essids Can Be Provided. Iv. Layer 2 Isolation Can Be Performed On The Subnets Using The Same Ssid Or Under The Same Vlan To Ensure User Data Security. V. Support Wpa3 Security Protocol. Vi. Support 80/160mhz High Bandwidth Frequency Band. Vii. Support Local Power Supply And Poe Remote Power Supply. Viii. It Is Suitable For Ceiling Mounting, Wall Mounting, And Desktop Installation. G. Eight (8) Units - Speaker I. Adopt 1 Mid-woofer And 2 Cone Tweeters. Ii. 12mm Plywood Housing, Lightweight, Wear-resistant Spray Paint Treatment, And Dust-proof Net Cotton Outside. Iii. The Frequency Divider In Precise Design Optimizes The Vocal Mf Performance H. Four (4) Units - Amplifier I. 1u Cabinet Design, Small In Size And Light In Weight. Ii. Adopt The Latest Class D Digital Amplifier Design, With Low Distortion And High Efficiency. Iii. Adopt Switched Power Supply Technology, With High Efficiency. Iv. Adopt A Smart Peak Clipper To Control The Power Module And Speaker System To Work In A Safe Range. V. Designed With Standard Xlr Input Interface And Link Output Interface. Vi. Support Soft Start To Prevent Absorbing Large Currents From The Power Grid During Startup And Interfering With Other Electrical Equipment. Vii. Smart Control Forced Heat Dissipation Design, Low Fan Noise, And High Heat Dissipation Efficiency. Viii. Support Overvoltage Protection, Undervoltage Protection, Overcurrent Protection, Dc Protection, Output Short Circuit Protection, Temperature Control, Fan, And So On. I. Eight (8) Units - Professional Loudspeaker Wall - Mounted Bracket I. Fixed Panel Size: 34×34mm (length×width) Ii. Cabinet Fixed Panel Size: 110mm Iii. Weight: 0.31kg 3. One (1) Lot - Roughing-ins Materials 4. Six (6) Lots - Cabling Works 5. Six (6) Lots - Structured Cabling (including External Cabling) 6. Three (3) Licenses - Video Conferencing System 7. One (1) Service - Project Management Services 8. One (1) Service - User Acceptance Testing (uat) 9. One (1) Service - User's Training & Knowledge Transfer 10. One (1) Service - Manpower Cost 11. One (1) Service - Mobilization Cost 12. One (1) Service - Forwarding Cost 13. One (1) Year - Warranty Iv. Mandatory Technical Requirements/qualifications A. Statement Of Accumulated Similar Completed Government And Private Contracts Within The Last Five (5) Years With A Total Contract Amount Of At Least Php 500,000,000.00 Or 50% Of The Abc. A. Contract Definition Must Be Supported By The Following Documents: I. Copy Of Contract Or Po; Ii. Certificate Of Completion And Acceptance B. The Software Provider (sp) Should Be In The Business Of Software Development For At Least Five (5) Years With At Least Five (5) Completed And Accepted Combined Network And Software Projects. C. The Sp Shall Have At Least One (1) Software Accredited By The Bureau Of Internal Revenue (bir) Either An Inventory System Or Pos System Or Accounting System. D. The Sp Should Have Delivered At Least (2) Government Projects Within The Past 3 Years. E. The Sp’s Technical Director(s) Such As Senior Project Manager, Senior System Project Manager, Senior Network Project Manager, Senior Infrastructure Project Manager Must Have A Project Management Experience Of At Least Five (5) Years. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. F. The Sp Shall Be A Partner/distributor Of The Oem Of The Devices Which Has Been In The Market For At Least 3 Years. G. The Sp’s Program Director Must Have A Project Management Experience Of At Least Five (5) Years, With Itil Service Management Certification Or Training And Fifteen (15) Years Of Experience In Software Architecture - Development, Service Delivery Management, State-of-the-art Network Infrastructure, And Delivered Project(s) In At Least One Of The 500 Fortune Companies Or At Least One Of The Telecommunication Companies In The Philippines. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. H. The Sp’s Software Architect Must Have A Devops Foundation Certification Of At Least Five (5) Years Of Experience. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. I. The Sp’s Security Lead Must Be A Certified Information Systems Security Professional (isc)2 For At Least Ten (10) Years Of Experience And Certified Ethical Hacker (ceh) For At Least Ten (10) Years Of Experience. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. J. The Delivery Period Of The Project Is Two Hundred Eighty (280) Days. V. Progress Billing The Project Milestones Are Identified And Aimed At Improving The Hard, Soft, And Infrastructure Of The Basc Organization Leading To The Following Output And Outcome: 15% : Upon Submission Of Signed Contract 25% : Submission And Acceptance Of Detailed Work Plan And Systems Design 29. University Information System 30. Learning Management System 31. Cashiering System 32. Human Resource Management System & Time Keeping System 33. Payroll Management System 34. Assets & Fleet Management System 35. Document Management System 36. Trouble Ticketing System 37. Queuing / Appointment System 38. Executive Information System 39. Campus Portal System 40. University Library System 41. Econference Room W/ Video Conferencing 42. Internet Connectivity 43. Campus Network System 44. Fiber Optics Works 45. Structured Cabling Works 46. It Security Operations Center & Network Operations Center 47. Campus Data Center Upgrade 48. Data Center Network Switches 49. Data Center Compute System & Data Center Block And File Storage System 50. Data Center Backup And Recovery System 51. Cloud Infrastructure 52. Ip-pabx System 53. Software & Networking Laboratories 54. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 55. E-library Infrastructure 56. Smart Function Hall 26.43% 1st Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 17. It Security Operations Center & Network Operations Center 18. Campus Data Center Upgrade 19. Data Center Network Switches 20. Data Center Compute System & Data Center Block And File Storage System 21. Data Center Backup And Recovery System 22. Ip-pabx System 23. Software & Networking Laboratories 24. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 25. E-library Infrastructure 26. Smart Function Hall 27. Campus Network System 28. Fiber Optics Works 29. Structured Cabling Works 30. Human Resource Management System & Time Keeping System 31. Document Management System 32. Queuing / Appointment System 1st Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 8. Human Resource Management System & Time Keeping System 9. Payroll Management System 10. Assets & Fleet Management System 11. Document Management System 12. Trouble Ticketing System 13. Queuing / Appointment System 14. Campus Portal System 23.57% 2nd Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 4. Internet Connectivity 5. University Library System 6. Econference Room W/ Video Conferencing 2nd Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 6. Cloud Infrastructure 7. University Information System 8. Learning Management System 9. Executive Information System 10. University Library System Hardware Installation, Configuration And Integration 8. Campus Network System 9. Structured Cabling Works 10. It Security Operations Center & Network Operations Center 11. Data Center Network Switches 12. Data Center Backup And Recovery System 13. Ip-pabx System 14. E-library Infrastructure Acceptance Of Volume Testing 14. University Information System 15. Learning Management System 16. Cashiering System 17. Human Resource Management System & Time Keeping System 18. Payroll Management System 19. Assets & Fleet Management System 20. Document Management System 21. Trouble Ticketing System 22. Queuing / Appointment System 23. Executive Information System 24. Campus Portal System 25. University Library System 26. Econference Room W/ Video Conferencing : Completion Of Training 19. University Information System 20. Learning Management System 21. Cashiering System 22. Human Resource Management System & Time Keeping System 23. Payroll Management System 24. Assets & Fleet Management System 25. Document Management System 26. Trouble Ticketing System 27. Queuing / Appointment System 28. Executive Information System 29. Campus Portal System 30. University Library System 31. Econference Room W/ Video Conferencing 32. Campus Network System 33. It Security Operations Center & Network Operations Center 34. Campus Data Center Upgrade 35. Data Center Backup And Recovery System 36. Smart Function Hall 10% : Project Acceptance And Turnover 29. University Information System 30. Learning Management System 31. Cashiering System 32. Human Resource Management System & Time Keeping System 33. Payroll Management System 34. Assets & Fleet Management System 35. Document Management System 36. Trouble Ticketing System 37. Queuing / Appointment System 38. Executive Information System 39. Campus Portal System 40. University Library System 41. Econference Room W/ Video Conferencing 42. Internet Connectivity 43. Campus Network System 44. Fiber Optics Works 45. Structured Cabling Works 46. It Security Operations Center & Network Operations Center 47. Campus Data Center Upgrade 48. Data Center Network Switches 49. Data Center Compute System & Data Center Block And File Storage System 50. Data Center Backup And Recovery System 51. Cloud Infrastructure 52. Ip-pabx System 53. Software & Networking Laboratories 54. E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 55. E-library Infrastructure 56. Smart Function Hall Vi. Warranties And Guarantees A. Software – At Least 1-year License Coverage, Starts Upon The First Day Of Acceptance. B. Network And Hardware Support – At Least 1-year Warranty In Parts And Labor Upon Acceptance, Onsite 24x7x365. C. Db Services – At Least 1-year License Coverage, Starts Upon Delivery And Installation. D. Implementation Services – At Least 1 Year Of License Coverage With 1,000 Users. E. Technical Support – Local 24x7x365 Online/onsite Support For At Least 1 Year. F. Onsite Support – Within 8 Hours From Receipt Of The Notice, Spare Parts Ready If Necessary. G. Supply Of Spare Parts – Availability Of Parts Shall Be Within 72 Hours. H. Provision Of Service Units If The Repair Will Exceed 3 Days. I. Sp Shall Provide A Testing Facility For Functionality Demonstration. Vii. Training The Project Supports The Capacity Building For Top-level Managers, Trainers, Developers, Network/systems/database/security Administrators, Hardware Maintenance And Troubleshooting. Training For A Minimum Of 10 Persons Per Component/system For The Following Categories: A. 3 -top-level Management – Designed For The Basc Executives B. 10 - Trainers – Specifically For The Trainers Of The Basc To Ensure Continuous Training To End-users. C. 10 - Network/systems/database/security Administrators - Training Designed For Administrators To Ensure 24x7x365 Monitoring Of The Services As Well As Prompt Response As Needed. D. 10 - End-user Training Is Designed For The Users Of The System And/or Encoders. Viii. Manpower The Proposed Project Team Shall Be Composed Of Experts And Specialists As Indicated In The Table Below. The Roster Shall Include A Minimum Of 19 Distinct Physical Persons. There Shall Be No Overlapping Of Functions. In This Respect, The Persons’ Names And Functions Shall Be Explicitly Specified. However, The Sp Has The Option To Add More Personnel Depending On His Work Strategy. The Curriculum Vitae Shall Be Signed By The Person. They Will Closely Collaborate And Coordinate With The Project Management Team Of The Basc. Personnel Role / Qualification Min. No. Program Director Point Person For Issues And Concerns About The Contract And Deliverables. With Project Management Experience Of At Least Ten (10) Years, Cs/it/engineering Degree Or Equivalent. 1 Senior Project Manager With Project Management Experience Spanning Seven (7) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Business Analysts. With Servicenow Certification For Certified System Administrator. 1 Senior System Project Manager With Project Management Experience Spanning Five (5) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Developers. With A Itil Service Management Certification, Cs/it/engineering Degree Or Equivalent. 1 Senior Network Project Manager With At Least Seven (7) Years Of Experience In Planning, Implementing, And Maintaining It Networks. With A Network Cable Installer Certification And A Jablotron 100+ Alarm System Training Course Certification. With A Cs/it/engineering Degree Or Equivalent. 1 Senior Infrastructure Project Manager With At Least Seven (7) Years Of Experience In Taking Charge Of The Planning, Implementation, And Maintenance Of Infrastructure And Service Delivery Management. With A Microsoft Certified Professional Certification With A Cs/it/engineering Degree Or Equivalent. 1 Senior Project Manager For Peripherals With At Least Seven (7) Years Of Experience In Project Management With A Focus On It Networks, Infrastructure, And Peripherals (biometrics, Cctv, And Alarm Systems). With A Fiber Optic Preparation & Splicing And Jablotron 100+ Alarm System Training Course Certification With A Cs/it/engineering Degree Or Equivalent. 1 Business Analyst Person In Charge Of The Business And System Specifications With Experience In Systems Analysis And Design. With A Cs/it/engineering Degree Or Equivalent. 4 Enterprise/ Software Architect Person In Charge Of System Architecture And Structural Design With At Least Ten (10) Years Of Experience In Software Architecture And Development. Microsoft Office Sharepoint Server 2007, Application Development Certification Of At Least Three (3) Years Or Openspan Certified Developer Certification Of At Least Ten (10) Years. With A Cs/it/engineering Degree Or Equivalent. 2 Systems Analyst/ Developers Person In Charge Of The System Specifications With At Least Three (3) Years Of Experience In Systems Analysis And Design. Basic React Programming Certification Or With A Cs/it/engineering Degree Or Equivalent. 9 Senior Database Administrator Person In Charge Of Installing, Administering, Maintaining, And Performance Tuning Databases With At Least Seven (7) Years Of Experience In Rdbms. With A Cs/it/engineering Degree Or Equivalent. 2 Senior Security Analyst Person In Charge Of Securing And Administering Smart Campus Security System With At Least Seven (7) Years Of Experience In It Security. With A Cs/it/engineering Degree Or Equivalent. Certified Information Systems Security Professional (isc) And Certified Ethical Hacker (ceh). 1 Quality Assurance Manager With Quality Assurance Experience Spanning Three (3) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Developers. With A Cs/it/engineering Degree Or Equivalent. 4 Operations Support Lead With Operations Support Experience Spanning Three (3) Years Of The Same Role In A Customer Service, Help Desk, Technical Support, And/or Call Center. With A Bachelor's Degree Or Equivalent. 1 Help Desk And Technical Support With Operations Support Experience Spanning Two (2) Years Of The Same Role In A Help Desk, Technical Support, And/or Call Center. With A Bachelor's Degree Or Equivalent. 5 Senior Trainers With Trainer Or Teaching Experience Spanning Five (5) Years Of The Same Role In Education Institutions. With A Bachelor's Degree Or Equivalent. 2 Total (minimum Physical Count) 36 Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (h) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (m) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: ____________ Project Identification No. 2025-01g To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers______ [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hubin Conformity With The Said Bidding Documents For The Sum Of __________________________________________________________(php____________)[total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2022. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________ Price Schedule Name Of Bidder ____. Invitation To Bid Number 2025-01g Page _____ Of______. 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _________________________ [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address :______________________________________________________________________ Name Of Contract/ Project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstanding Works / Undelivered Portion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : ____________________________________________ Contract Agreement Form This Agreement Made The _____ Day Of __________ 20_____ Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ * This Form Will Not Apply For Wb Funded Project Bid Securing Declaration Form Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we , The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date:
Closing Date7 Feb 2025
Tender AmountPHP 1 Billion (USD 17.1 Million)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Description: Page 2 Of 2
page 2 Of 2
(i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c26225q0398 Is Issued As A Request For Quotation (rfq).
(iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular.
(iv) The Us Government, Veterans Affairs (va) Seeks To Make Procurement For A Root Monitoring System.
(v) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics Code 334510 Having A Size Standard Of 1,250 Employees.
(vi) Product Information:
*the Brand Name Manufacturer Is Piezosurgery Inc*
manufacturer Part #
item Description
quantity
3120134a
accessories - Led Handpiece W/ Infusion Set And Surgical Tray
02 Ea
3230006
accessories-disposable Infusion Set
50 Ea
3900004
cleaning Supplies - Enzymec - Enzymatic Detergent (1-liter Bottle)
02 Ea
11026300a0006
monitor Shelf Multicare
generic Name: Monitor Shelf At The Foot Of The Bed
70 Ea
cr-ec100hr-1
pivp Insert (mc)|hdiv-mount (mc/e4/e5) Chr. Vert. O2 Holder
generic Name: O2 Tank Holder
70 Ea
s6011710-02
iv Pole Bush, Assembly Metal+plastic Ral 9006
generic Name: Iv Pole Bush
70 Ea
4maplucn0306
removable Heavy Duty Iv Pole
70 Ea
4gmkls000003a
kit Of Stabilizing Pads For Aggressive Pulmonary Complications. 9 Parts/set.
generic Name: Stabilizing Pads Kit
2 Ea
salient Characteristics
icu Bed Systems With Mattresses
must-have:
1
at Least 550 Lb. Safe Working Load Capacity
2
frame-based Lateral Turn Assist: Q2h, Repositioning, Cares.
3
microshifting W Frame-based Turn: 1 Degree Increments
4
frame-based Automatic Lateral Rotation Therapy (alt)
5
mobile Lift: Built-in Sit-to-stand Device
6
ergoframe To Prevent Patient Migration
7
vascular Positioning With One Touch Button
8
braking Safety Feature: Automatically Locks Within 1 Minute After Plugin
9
adjustable Speed Motorized Transport
10
combined Lateral And Transversal Tilt
11
dual Usb Chargers In The Upper Side Rail
12
5th Wheel (retractable)
13
double Castors - 5.9"
14
integrated Scale
15
exam Light On Patient Pendant
16
interactive Quick Guides On The Touchscreen
17
undercarriage Obstruction Detection
18
multizone Bed Exit Alarm
19
hands-free Foot Control For Examination Position
20
hands-free Foot Control For Low Position
21
electric Bed Extension And Retraction
22
patient Control Pendant
23
one-touch Chair Position
24
hands-free Foot Control For Turn Assists Of At Least 15 Degrees
25
translucent Deck For C-arm Compatibility
26
weight Of Bed Between 454-606lb
27
open Architecture (can Use Any Standard Mattress With Bed Frame)
28
surface Dual Cover Zone: Slick Middle, Tackier Sides For Safety
29
surface Has Removable Xray Sleeve For Cleaning
30
surface Mobile Mode (adjustable As The Patient Becomes More Alert)
31
surface Prom Mode (adjustable)
32
surface Bod Sensors
offeror Quotations Must Demonstrate Meeting The Salient Physical, And Functional Characteristics Included In This Solicitation, Otherwise, They Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per Far 52.211-6.
the Information Provided Above Is Intended To Be Descriptive, Not Restrictive, And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Satisfy The Requirement By Providing The Brand Name Or Equal To The Supplies Being Requested.
(vii) Delivery Requirements:
place Of Delivery
va Greater Los Angeles Healthcare System | 11301 Wilshire Blvd | Los Angeles, Ca 90073
period Of Performance/delivery Timeframe:
deliver All Items And Provide Any Required Installation No Later Than 30 Days From The Award Date.
(viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation.
far 52.212-1 Addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than Friday, February 17, 2023 At 1:00 Pm Pst. Ensure To Reference Solicitation Number 36c26223q0528 Within The Subject Line Of The Email. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late And Will Not Be Considered For Award. Any Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than Tuesday, February 14, 2023 At 3:00 Pm Pst.
offers And Questions Shall Be Sent By Email To Contract Specialist Deronte Reid At Deronte.reid@va.gov.
authorized Distributor Letter (adl)
any Suppliers, Distributors, And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Items By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award.
if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer.
(ix) The Provision At Far 52.212-2, Evaluation -- Commercial Products And Commercial Services (nov 2021), Applies To This Solicitation.
far 52.212-2 Addendum / Replacement:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And 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:
the Lowest-priced Quotation That Meets All Salient Characteristics Requirements That Are Both Responsive And Responsible.
acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to-items Meet All The Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See Far 52.211-6 Brand Name Or Equal For Additional Information.
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
(x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Products, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Products And Commercial Services, Applies To This Acquisition.
52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022)
(a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights
(1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And
(2) Before Any Substantial Change Occurs In The Condition Of The Item, Unless The Change Is Due To The Defect In The Item.
(b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract.
(c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties.
(d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Federal Acquisition Regulation (far) 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract.
(e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference.
(f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence.
(g) Invoice.
(1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include
(i) Name And Address Of The Contractor;
(ii) Invoice Date And Number;
(iii) Contract Number, Line Item Number And, If Applicable, The Order Number;
(iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered;
(v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading;
(vi) Terms Of Any Discount For Prompt Payment Offered;
(vii) Name And Address Of Official To Whom Payment Is To Be Sent;
(viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And
(ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract.
(x) Electronic Funds Transfer (eft) Banking Information.
(a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract.
(b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures.
(c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft.
(2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315.
(h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings.
(i) Payment.
(1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract.
(2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315.
(3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause.
(4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made.
(5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall
(i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The
(a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment);
(b) Affected Contract Number And Delivery Order Number, If Applicable;
(c) Affected Line Item Or Subline Item, If Applicable; And
(d) Contractor Point Of Contact.
(ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer.
(6) Interest.
(i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid.
(ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract.
(iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If
(a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days;
(b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or
(c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2).
(iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment.
(v) Amounts Shall Be Due At The Earliest Of The Following Dates:
(a) The Date Fixed Under This Contract.
(b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination.
(vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On
(a) The Date On Which The Designated Office Receives Payment From The Contractor;
(b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or
(c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor.
(vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In Far 32.608-2 In Effect On The Date Of This Contract.
(j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon:
(1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or
(2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination.
(k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties.
(l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided.
(m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience.
(n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession.
(o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract.
(p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items.
(q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract.
(r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 4701 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity.
(s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order:
(1) The Schedule Of Supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause;
(3) The Clause At 52.212-5.
(4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software.
(5) Solicitation Provisions If This Is A Solicitation.
(6) Other Paragraphs Of This Clause.
(7) The Standard Form 1449.
(8) Other Documents, Exhibits, And Attachments
(9) The Specification.
(t) [reserved]
(u) Unauthorized Obligations.
(1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern:
(i) Any Such Clause Is Unenforceable Against The Government.
(ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause.
(iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement.
(2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures.
(v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract.
(end Of Clause)
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products, Applies To This Acquisition.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (dec 2022)
(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 And Other Covered Entities (nov 2021) (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) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(6) 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:
[x] (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) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note).
[] (5) [reserved]
[] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[x] (8) 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).
[x] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
[] (10) [reserved]
[] (11) 52.219 3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a).
[] (12) 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).
[] (13) [reserved]
[] (14)(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.
[] (15)(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.
[x] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2022) (15 U.s.c. 637(d)(2) And (3)).
[] (17)(i) 52.219 9, Small Business Subcontracting Plan (oct 2022) (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 2021) Of 52.219 9.
[] (18)(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.
[] (19) 52.219 14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s).
[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)).
[x] (21) 52.219 27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15 U.s.c. 657f).
[x] (22) (i) 52.219 28, Post-award Small Business Program Rerepresentation (oct 2022) (15 U.s.c. 632(a)(2)).
[] (ii) Alternate I (mar 2020) Of 52.219 28.
[] (23) 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)).
[] (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 (oct 2022) (15 U.s.c. 637(m)).
[] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
[] (26) L(26) 52.219 33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s).
[] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755).
[x] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (dec 2022) (e.o. 13126).
[x] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
[x] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
[] (ii) Alternate I (feb 1999) Of 52.222-26.
[x] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
[] (ii) Alternate I (july 2014) Of 52.222-35.
[x] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
[] (ii) Alternate I (july 2014) Of 52.222-36.
[x] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
[x] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
[x] (35)(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).
[] (36) 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.)
[] (37)(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.)
[] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693).
[] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693).
[] (40)(i) 52.223-13, Acquisition Of Epeatâ®-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 Epeatâ®-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 (may 2020) (42 U.s.c. 8259b).
[] (43)(i) 52.223-16, Acquisition Of Epeatâ®-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 (jun 2020) (e.o. 13513).
[] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693).
[] (46) 52.223-21, Foams (jun 2016) (e.o. 13693).
[] (47)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
[] (ii) Alternate I (jan 2017) Of 52.224-3.
[x] (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.
[] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (dec 2022) (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 (jan 2021) Of 52.225-3.
[] (v) Alternate Iv (oct 2022) Of 52.225-3.
[] (50) 52.225 5, Trade Agreements (dec 2022) (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) 52.229 12, Tax On Certain Foreign Procurements (feb 2021).
[] (56) 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).
[] (57) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
[x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332).
[] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
[x] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
[] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
[] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)).
[] (63)(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:
[] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
[] (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).
[] (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).
[] (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022).
[] (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) 52.203-19, 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)).
(iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) (section 1634 Of Pub. L. 115 91).
(iv) 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).
(v) 52.219 8, Utilization Of Small Business Concerns (oct 2022) (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.
(vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
(vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
(viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
(xi) 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.
(xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
(xiii)(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).
(xiv) 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).
(xv) 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).
(xvi) 52.222-54, Employment Eligibility Verification (may 2022) (e. O. 12989).
(xvii) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022).
(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
(xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xx) 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).
(xxi) 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.
(xxii) 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)
(xxiii) In Addition, The Following Clauses Shall Also Apply:
vaar 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018)
(a) This Solicitation Includes Vaar 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside.
(b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement.
(c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs.
(d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement.
(end Of Clause)
vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (sep 2021) (deviation)
(a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That
(1) If Awarded A Contract (see F(a)far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [offeror Check The Appropriate Box]
(i) [ ] In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(ii) [ ] In The Case Of A Contract For Supplies From A Nonmanufacturer, It Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Is Granted.
(2) Manufacturer Or Nonmanufacturer Representation And Certification. [offeror Fill-in Check Each Applicable Box Below. The Offeror Must Select The Applicable Provision Below, Identifying Itself As Either A Manufacturer Or Nonmanufacturer]:
(i) [ ] Manufacturer Or Producer. The Offeror Certifies That It Is The Manufacturer Or Producer Of The End Item Being Procured, And The End Item Is Manufactured Or Produced In The United States, In Accordance With Paragraph (a)(1)(i).
(ii) [ ] Nonmanufacturer. The Offeror Certifies That It Qualifies As A Nonmanufacturer In Accordance With The Requirements Of 13 Cfr 121.406(b) And Paragraph (a)(1)(ii). The Offeror Further Certifies It Meets Each Element Below As Required To Qualify As A Nonmanufacturer. [offeror Fill-in Check Each Box Below.]
[ ] The Offeror Certifies That It Does Not Exceed 500 Employees (or 150 Employees For The Information Technology Value Added Reseller Exception To Naics Code 541519, Which Is Found At 13 Cfr 121.201, Footnote 18).
[ ] The Offeror Certifies That It Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied.
[ ] The Offeror Certifies That It Will Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice.
(iii) [ ] If This Is A Multiple Item Acquisition, The Offeror Certifies That At Least 50% Of The Estimated Contract Value Is Composed Of Items That Are Manufactured By Small Business Concerns. [contracting Officer Fill-in Or Removal. See 13 Cfr 121.406(d) For Multiple End Items. If Sba Has Issued An Applicable Nonmanufacturer Rule Waiver, This Requirement Must Be Removed In The Final Solicitation Or Contract.]
(3) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution.
(4) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following:
(i) Referral To The Va Suspension And Debarment Committee;
(ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And
(iii) Prosecution For Violating Section 1001 Of Title 18.
(b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract Or To Determine Whether The Offeror Qualifies As A Manufacturer Or Nonmanufacturer In Compliance With The Limitations On Subcontracting Requirement. Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed.
(c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate.
(d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award.
certification:
i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Qualifies As A Manufacturer Or Nonmanufacturer As Stated Herein And That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Requirement Specified In The Resultant Contract, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Is Granted. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror].
printed Name Of Signee:________________________________________
printed Title Of Signee:_________________________________________
signature:___________________________________________________
date:_____________________
company Name And Address: ________________________________________
_________________________________________________________________
(end Of Clause)
52.211-6 Brand Name Or Equal (aug 1999)
(a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation.
(b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must
(1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By
(i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
(c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Clause)
52.217-6 - Option For Increased Quantity (mar 1989)
the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
(end Of Clause)
852.212-72 - Gray Market And Counterfeit Items (mar 2020)
(a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory.
(b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics.
(c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions.
(end Of Clause)
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):
http://www.acquisition.gov/comp/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar)
(end Of Clause)
in Addition, The Following Clauses And Provisions Shall Also Apply:
52.232-18
availability Of Funds
(apr 1984)
52.233-1
disputes
(may 2014)
52.233-3
protest After Award
(aug 1996)
852.203-70
commercial Advertising
(jan 2008)
852.232-72
electronic Submission Of Payment Requests
(nov 2012)
52.204-7
system For Award Management
(oct 2018)
52.204-16
commercial And Government Entity Code Reporting
(oct 2016)
52.209-7
information Regarding Responsibility Matters
(oct 2018)
52.233-2
service Of Protest
(sept 2006)
852.233-70
protest Content/alternative Dispute Resolution
(oct 2018)
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
(jan 2008)
852.237-70
contractor Responsibilities
apr 1984
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors
jul 2016
(end Of Solicitation)
Closing Date29 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Description: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number 36c26225q0352 Is Issued As A Request For Quotation (rfq).
(iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular.
(iv) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics
Code 339112 Having A Size Standard Of 1000 Employees. This Solicitation Is For A Brand Name Or Equal.
**all Submissions Shall Include The Following Statement: 605 - 36c26225q0240 Centrifuge
quotes Shall Provide The Following Information.
quotes Received Without This Information Will Be Marked As Non-responsive.
your Quote Should Include The Standard Delivery Cost For Shipment Of The All The Items And Any Installation As All Inclusive (if Required).
quotes Shall Be Submitted On Company Letterhead As A Single Document.
no Other Documents Or Information Shall Be Attached To The Quote.
company
name:
address:
phone Number:
point Of Contact:
name:
email:
phone Number:
sam Unique Entity Id
if Applicable, Provide Your Company Fss Contract Number
company Business Size (large, Sdvosb, Small, Etc.)
firm Delivery Date/time Frame.
separate Documents (required)
provide An Authorized Distributor/reseller Letter For The Items
submit Your Capabilities Statement
(v) Product Information:
brand Name Information:
manufacturer & Part Number: Sorvall Lynx 4000
type: High-throughput Superspeed Centrifuge
possible Capabilities: Centrifuge
equal To Product Information:
main Component: High-throughput Superspeed Centrifuge
possible Capabilities: Centrifuge
brand Name Items Are Listed Solely For A Comparison For The Brand Name Or Equal Purchase Request.
75006580 1 Lynx 4000 200-240 V 50/60 Hz: Sorvall 2 Ea
Lynx 4000: Superspeed Centrifuge,
Capacity: 4 X 1000ml, Max. Rcf: 68,905
X G, Max. Speed: 24,000 Rpm,
Refrigerated: Yes, Superspeed Centrifuge,
Accel/decel Profiles: 9 Accel, 10 Decel
startccen 2 Start-up Svc Compl. Centr: Unity Lab 2 Ea
Services Start-up Service (standing
Centrifuges), Duration: 1 Day, For Use
With: Floor Model Centrifuges, Speedvacs,
Warranty And Service Offering: Start-up Service.
tcwcen3 3 Uls Total Care Wnty Pln Ss Lc: Unity 2 Ea
Lab Services Total Care Warranty For
Thermo Scientific Superspeed And Large
Capacity Centrifuges, For Use With:
Superspeed And Large Capacity Centrifuges.
nc3246059 4 Service Travel: Vendor Catalog # 4 Ea
Svs-travel-zone 4/new
096145075 5 Rotor Lynx F14-14x50cy: Thermo Scientific 1 Ea
Fiberlite F14-14 X 50cy Fixed-angle Rotor,
For Use With: Sorvall Lynx 6000 And 4000
Superspeed Centrifuges, Capacity: 14 X 50ml,
Max. Speed: 14,000 Rpm, Max. Rcf: 33,746 X G,
Carbon Fiber Composite, Fixed Angle
Rotor, Angle: 34 Deg., Biocontainment: Yes
75100378 6 Adpt 50 To 15ml Conical 2/pk: Thermo 3 Ea
Scientific Fiberlite Rotor Adapters,
Description: Adapter For 15ml Conical Tubes.
75003000 7 Rotor Lynx Bioflex Hc 4x1l: Thermo 1 Ea
Scientific Bioflex Hc Swinging-bucket
Rotor, For Use With: Sorvall Lynx 6000
And 4000 Superspeed Centrifuges,
Capacity: 4 X 1000ml, Max. Speed:
5,500 Rpm, Max. Rcf: 7,068 X G,
Stainless Steel Rotor Body With
Aluminum Buckets, Swinging Bucket
Rotor, Angle: Horizontal,
Biocontainment: Yes
75007306 8 Adapter Tx-1000 15mlconicalpk4: 1 Ea
Adapters For Thermo Scientific Tx-1000
Swinging Bucket Rotor, Capacity: 96 X
15ml, For Use With: 15ml Conical Tube,
Max. Tube Diameter: 17.5mm, Max. Tube
Length: 121mm.
75003672 9 37 X 10 Ml Adapter 4 Pk: Thermo 1 Pg
Scientific 10ml Blood Collection Tubes
For Bioliner Rotor Bucket Adapters,
Description: 10ml Blood Collection
Tubes, No. Per Pack: 4.
75003662 10 F14s-6x250 Le Fiberlite Rotor: 2 Ea
Thermo Scientific Fiberlite F14-6 X
250le Fixed Angle Rotor, For Sorvall
Legend T Plus, Multifuge 3 Plus, For
Use With: Thermo Scientific Sorvall
Legend T Plus And Multifuge 3 Plus
Centrifuges, Capacity: 6 X 250ml, Max.
Speed: 10,000 Rpm, Max. Rcf: 15,316 X G,
angle: 23 Deg.
75101073 11 Adpt 250 To 15ml Con 2/pk: Thermo 3 Ea
Scientific Fiberlite F14-6 X 250le
Rotor Adapters, Description: 15 Ml
Conical Tube (set Of 2).
75100136 12 Adpt 250 To 50ml Con 2/pk: Thermo 6 Ea
Scientific Fiberlite F14-6 X 250le
Rotor Adapters, Description: 50ml
Conical Tube (set Of 2).
freight 13 Freight 1 Ea
Total Cost_______________
(vi) The Us Government, Veterans Affairs (va) Seeks To Make A Procurement For 2 Ea Centrifuge Including Delivery.
offeror Quotations Must Demonstrate Meeting The Salient Physical, Functional, Or Performance Characteristics Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per
far 52.211-6.
the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Or Equal To Supplies Being Requested.
statement Of Work
1. Background. The Va Loma Linda Healthcare System Has A Requirement To Acquire
2 Ea Centrifuge Including Delivery.
2. Scope. The Vendor Is To Deliver All Items As Required Per This Solicitation.
3. Place Of Delivery
department Of Veterans Affairs
va Loma Linda Healthcare System
11201 Benton Street
warehouse Building 1c05
loma Linda, Ca 92357
4. Period Of Performance/delivery Timeframe
deliver All Items On Or Before 90 Days Aro.
salient Characteristics
high-throughput Superspeed Centrifuge, Rotors, And Adaptors
superspeed Centrifuge Must Be A High-throughput Floor Model
power Requirements Are 200-240v 50/60hz
must Have Maximum Capacity Of 4l
must Produce Centrifugation Speed Of No Less Than 24,000 Rpm
must Be Able Yield Rotational Force Of No Less Than 68,905 X G
must Be Able To Perform At A Temperature Range Of 10 Degree C To 40 Degree C
must Have A Timer Control That Can Allow 99 Hours Hold-time
must Have Capability Of Quick And Secure Changes Of Rotors
must Use A High Torque Brushless Drive System
must Be Able To Perform No Less Than 9 Acceleration And 10 Deceleration Profiles
must Be Quiet And Produce No More Than 60 Dba
must Offer Installation And Training
must Offer Long-term Warranty
rotor 1 For 4 X 1l Capacity
must Be A Swinging-bucket Rotor
must Be Able To Be Used In The Above Superspeed Centrifuge
must Be Able To Process 35 Or More Tube Styles From Microtubes To 1l Bottles, Conical Tubes, Microplates, Tissue Culture Flasks, And Blood Bags
must Be Stainless Steel Rotor Body And Aluminum Bucket
must Be Able To Handle No Less Than 7,068 X G And No Less Than 5,500 Rpm
must Support A Range Of Capacities And Be Able To Accommodate Adapter For 15 Ml Conical Tube And Adapter For 10 Ml Centrifuge Tubes
adapters For Rotor 1
must Be Adapter Suitable For Use In The Above Rotor.
must Be Adapter For Use In Swinging-bucket Carrying 15 Ml Conical Tubes
must Be Adapter For Use In Swinging-bucket Carrying 10 Ml Centrifuge Tubes
rotor 2 For 6 X 250 Ml Capacity
must Be A Fixed Angle Rotor 1
must Be Able To Be Used In The Above Superspeed Centrifuge
must Be Lightweight, Fiberlite Carbon Fiber Rotors And Be Corrosion- And Fatigue-resistant
must Support A Range Of Capacities And Be Able To Accommodate 250 Ml Centrifuge Bottles Or 10 Ml, 15 Ml, 50 Ml, And 50 Ml Conical Centrifuge Tubes With Corresponding Adapters
must Provide No Less Than 15 Years Warranty
adapters For Rotor 2
must Be Adapter Suitable For Use In The Above Rotor 2.
must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 15 Ml Conical Tubes
must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 50 Ml Conical Tubes
superspeed Centrifuge
must Be A High-throughput Floor Model
must Have Maximum Capacity Of 4l
must Produce Centrifugation Speed Of No Less Than 24,000 Rpm
must Be Able Yield Rotational Force Of No Less Than 68,905 X G
must Be Able To Perform At A Temperature Range Of 10 Degree C To 40 Degree C
must Have A Timer Control That Can Allow 99 Hours Hold-time
must Have Capability Of Quick And Secure Changes Of Rotors
must Use A High Torque Brushless Drive System
must Be Able To Perform No Less Than 9 Acceleration And 10 Deceleration Profiles
must Be Quiet And Produce No More Than 60 Dba
must Offer Installation And Training
must Offer Long-term Warranty
rotor For 6 X 250 Ml Capacity
must Be A Fixed Angle Rotor
must Be Able To Be Used In The Above Superspeed Centrifuge
must Be Lightweight, Fiberlite Carbon Fiber Rotors And Be Corrosion- And Fatigue-resistant
must Support A Range Of Capacities And Be Able To Accommodate 250 Ml Centrifuge Bottles Or 10 Ml, 15 Ml, 50 Ml, And 50 Ml Conical Centrifuge Tubes With Corresponding Adapters
must Provide No Less Than 15 Years Warranty
adapter For The Above Rotor
must Be Adapter Suitable For Use In The Above Rotor
must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 15 Ml Conical Tubes
must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 50 Ml Conical Tubes
(viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation.
far 52.212-1 Addendum:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than 01/26/2025, 4:00 Pm Pst. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late, Marked As Non-responsive And Will Not Be Considered For Award. All Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than 11/22/2025, 4:00 Pm Pst.
Offers And Questions Shall Be Sent By Email To John Harrison At John.harrison2@va.gov
(ix) The Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Applies To This Solicitation.
far 52.212-2 Addendum / Replacement:
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And 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:
technical Acceptability Shall Be Established By Review Of Each Submitted Quote,
attachments, And/or Information By The Designated Technical Evaluator/s And Verification That Any Brand Name Or Equal To Items" At A Minimum Meet The Salient Characteristics Outlined In Section Salient Characteristics Of This Solicitation. No Other Rating Or Quantitative Value Other Than Acceptable Or Unacceptable Will Be Assigned.
award Will Be Made To The Offer That Meets All Minimum Requirements And Provides The Lowest Price.
acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Statement Of Work/salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to Items Meet Statement Of Work/ Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information.
far 52.211-6 Brand Name Or Equalâ (aug 1999)
(a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation.
(b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must-
(1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation;
(2)â clearly Identify The Item By-
(i)â brand Name, If Any; And
(ii)â make Or Model Number;
(3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And
(4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications.
(c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer.
(d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation.
(end Of Provision)
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
(x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Items, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
authorized Distributor Letter (adl)
any Suppliers, Distributors And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Supplies By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award.
if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All Of The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer.
52.212-4 Contract Terms And Conditions Commercial Items (oct 2018)
(a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights
(1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And
(2) Before Any Substantial Change Occurs In The Condition Of The Item Unless The Change Is Due To The Defect In The Item.
(b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract.
(c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties.
(d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Far 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract.
(e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference.
(f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence.
(g) Invoice.
(1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include
(i) Name And Address Of The Contractor;
(ii) Invoice Date And Number;
(iii) Contract Number, Line-item Number And, If Applicable, The Order Number;
(iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered;
(v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading;
(vi) Terms Of Any Discount For Prompt Payment Offered;
(vii) Name And Address Of Official To Whom Payment Is To Be Sent;
(viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And
(ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract.
(x) Electronic Funds Transfer (eft) Banking Information.
(a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract.
(b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures.
(c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft.
(2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315.
(h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings.
(i) Payment.
(1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract.
(2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315.
(3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause.
(4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made.
(5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall
(i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The
(a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment);
(b) Affected Contract Number And Delivery Order Number, If Applicable;
(c) Affected Line Item Or Subline Item, If Applicable; And
(d) Contractor Point Of Contact.
(ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer.
(6) Interest.
(i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid.
(ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract.
(iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If
(a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days;
(b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or
(c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2).
(iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment.
(v) Amounts Shall Be Due At The Earliest Of The Following Dates:
(a) The Date Fixed Under This Contract.
(b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination.
(vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On
(a) The Date On Which The Designated Office Receives Payment From The Contractor;
(b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or
(c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor.
(vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In 32.608-2 Of The Federal Acquisition Regulation In Effect On The Date Of This Contract.
(j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon:
(1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or
(2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination.
(k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties.
(l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided.
(m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience.
(n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession.
(o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract.
(p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items.
(q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract.
(r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 2409 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity.
(s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order:
(1) The Schedule Of Supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause;
(3) The Clause At 52.212-5.
(4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software.
(5) Solicitation Provisions If This Is A Solicitation.
(6) Other Paragraphs Of This Clause.
(7) The Standard Form 1449.
(8) Other Documents, Exhibits, And Attachments
(9) The Specification.
(t) [reserved]
(u) Unauthorized Obligations.
(1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern:
(i) Any Such Clause Is Unenforceable Against The Government.
(ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause.
(iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement.
(2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures.
(v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract.
(end Of Clause)
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (jun 2020)
(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 Items:
(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 And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(6) 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 Items:
[] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402).
[] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (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.)
[] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note).
[] (5) [reserved]
[] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C).
[] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (jun 2020) (31 U.s.c. 6101 Note).
[] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
[] (10) [reserved]
[] (11)(i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (mar 2020) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-3.
[x] (12)(i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a).
[] (ii) Alternate I (mar 2020) Of 52.219-4.
[] (13) [reserved]
[] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020).
[] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (mar 2020) (15 U.s.c. 644).
[] (ii) Alternate I (mar 2020) Of 52.219-7.
[] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)).
[] (17)(i) 52.219 9, Small Business Subcontracting Plan (jun 2020) (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 (jun 2020) Of 52.219 9.
[] (18) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
[] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)).
[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (jan 1999) (15 U.s.c. 637(d)(4)(f)(i)).
[] (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (mar 2020) (15 U.s.c. 657f).
[] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (mar 2020) (15 U.s.c 632(a)(2)).
[] (ii) Alternate I (mar 2020) Of 52.219-28.
[] (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns (mar 2020) (15 U.s.c. 637(m)).
[] (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 (mar 2020) (15 U.s.c. 637(m)).
[] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
[] (26) 52.219-33, Nonmanufacturer Rule (mar 2020) (15 U.s.c. 637(a)(17))
[] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755).
[] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (jan 2020) (e.o. 13126).
[] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
[] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
[] (ii) Alternate I (feb 1999) Of 52.222-26.
[] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
[] (ii) Alternate I (july 2014) Of 52.222-35.
[] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
[] (ii) Alternate I (july 2014) Of 52.222-36.
[] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
[] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
[x] (35)(i) 52.222-50, Combating Trafficking In Persons (jan 2019) (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).
[] (36) 52.222-54, Employment Eligibility Verification (oct 2015). (e. O. 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.)
[] (37)(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.)
[] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693).
[] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693).
[] (40)(i) 52.223-13, Acquisition Of Epeatâ®-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 Epeatâ®-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. 8259b).
[] (43)(i) 52.223-16, Acquisition Of Epeatâ®-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 (jun 2020) (e.o. 13513).
[] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693).
[] (46) 52.223-21, Foams (jun 2016) (e.o. 13693).
[] (47) (i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
[] (ii) Alternate I (jan 2017) Of 52.224-3.
[] (48) 52.225-1, Buy American Supplies (may 2014) (41 U.s.c. Chapter 83).
[] (49)(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. L. 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.
[] (50) 52.225 5, Trade Agreements (oct 2019) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
[x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (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. 2302 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) 52.229 12, Tax On Certain Foreign Procurements (jun 2020).
[] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[] (57) 52.232-30, Installment Payments For Commercial Items (jan 2017) (41 U.s.c. 4505, 10 U.s.c. 2307(f)).
[x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332).
[] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
[] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
[] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
[] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)).
[] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631).
[] (ii) Alternate I (apr 2003) Of 52.247-64.
[] (iii) Alternate Ii (feb 2006) 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) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
[] (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).
[] (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).
[] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
[] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (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 Items. 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 (jun 2020) (41 U.s.c. 3509).
(ii) 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)).
(iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(v) 52.219 8, Utilization Of Small Business Concerns (oct 2018) (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.
(vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
(vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
(viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
(xi) 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.
(xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
(xiii)(a) 52.222-50, Combating Trafficking In Persons (jan 2019) (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).
(xiv) 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).
(xv) 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).
(xvi) 52.222-54, Employment Eligibility Verification (oct 2015) (e. O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706).
(xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xx) 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).
(xxi) 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.
(xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) 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 Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
(xxiii) In Addition, The Following Clauses Shall Also Apply:
52.211-6 Brand Name Or Equal (aug 1999)
(a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation.
(b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must
(1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By
(i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification.
(c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Clause)
52.217-6 - Option For Increased Quantity (mar 1989)
the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
(end Of Clause)
852.212-72 - Gray Market And Counterfeit Items (mar 2020)
(a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory.
(b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics.
(c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions.
(end Of Clause)
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):
http://www.acquisition.gov/comp/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar)
(end Of Clause)
in Addition, The Following Clauses And Provisions Shall Also Apply:
52.232-18
availability Of Funds
(apr 1984)
52.233-1
disputes
(may 2014)
52.233-3
protest After Award
(aug 1996)
852.203-70
commercial Advertising
(jan 2008)
852.232-72
electronic Submission Of Payment Requests
(nov 2012)
52.204-7
system For Award Management
(oct 2018)
52.204-16
commercial And Government Entity Code Reporting
(oct 2016)
52.209-7
information Regarding Responsibility Matters
(oct 2018)
52.233-2
service Of Protest
(sept 2006)
852.233-70
protest Content/alternative Dispute Resolution
(oct 2018)
852.252-70
solicitation Provisions Or Clauses Incorporated By Reference
(jan 2008)
852.237-70
contractor Responsibilities
apr 1984
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors
jul 2016
Closing Date27 Jan 2025
Tender AmountRefer Documents
3961-3970 of 3983 archived Tenders