Architect Tenders
Architect Tenders
Offizielle Bezeichnung Gemeindevorstand Der Gemeinde Haina Kloster Tender
Others
Germany
Description: Restricted invitation to tender with public competition Vob/a electrical installation 01.The relevant rules, guidelines and provisions in their latest version apply to the execution of the system. All VDE regulations that must be applied to this construction project. ... More01.The relevant rules, guidelines and provisions in their latest version apply to the execution of the system. All VDE regulations that must be applied to this construction project. Other relevant guidelines and regulations, such as: - The requirements of the building inspectorate - The requirements of the building regulations office - The requirements of the trade inspectorate - The requirements of the local fire brigade - The building police and official regulations - Those of the fire protection office - The recommendation of the building trade association - The guidelines and regulations of Deutsche Post AG Fo and Ftz - The specific requirements of the building permit - The accident prevention regulations - Afa - The recommendation of the office for occupational safety - Avb - Electrical regulations - Lbo - State building regulations with all partial regulations - Vdew, Zvei, Zveh - Vds - The recommendation of the association of property insurers - Tab - Technical connection conditions for medium and low voltage systems of the responsible Evu. All regulations must be conscientiously observed and followed. 02.As a general rule, only overview plans with the system devices are provided. The cable dimensions must be selected according to the system functions and special features of the manufacturer. 03.The upstream overcurrent and short-circuit devices must be adapted to the actual conditions and corrected as appropriate. The person who created the system is liable for its accuracy. Particular attention must be paid to an even load distribution across the three external conductors. The evenness must be verified by measurements. 04.The products offered that have the addition "or equivalent" serve solely to determine the technical requirements to be met by these materials. It is up to the bidder to offer other products that meet these quality standards. 05.There are no lockable rooms available on site for the accommodation of workers, the storage of materials and tools, etc. 06.If the work coincides with that of other contractors, the closest possible contact must be maintained with these companies to ensure that the work is carried out smoothly. All routings must be precisely coordinated with the companies responsible for the building services systems. 07.Samples of all essential components, particularly switches, sockets, lights, ducts, platforms, etc. must be submitted to the construction management without being asked to do so before the order is placed. The final selection is made by the construction management. 08.Before the distribution boards are built, view and sectional drawings of the planned design must be submitted to the construction management for approval. 09.The bidder undertakes to appoint an assembly manager before work begins, who will accept instructions from the construction management and the client at construction meetings and ensure that they are carried out. This assembly manager must remain the same for the entire construction period. If this contact person changes, all costs for damage or inconvenience caused to the client as a result will be deducted from the final invoice. 10.All necessary daily wage work will be billed according to the hourly rates listed in the separate appendix. If the entry is not made, the wage rate will be set by the construction management. Daily wage work will only be approved if it has been agreed with the construction management beforehand. This work may only be carried out on the instructions of the construction management. Daily wage records must be presented to the construction management daily. 11.The measurements must be carried out in a time that ensures that the work can be clearly identified. The measurements must be drawn up in order by circuit. The measurement check must be requested in good time. 12.After completion of the system, the contractor must prepare valid inventory plans with the final status of the installation. The inventory plans must contain all the necessary details such as distribution boxes, circuit designations, etc. The completeness and accuracy must be confirmed from then on by means of a stamp, signature and the inscription "inventory plan". The contractor or his representative only checks the number of plans for completeness. The inventory plans are to be delivered as follows: 2 copies in paper form, folded, in folders, laid out in color 1 copy in digital form on a data carrier All audit documents are to be handed over correctly in a professional form. Handwritten sketches or entries are not accepted! Documentation documents Structure and content of the documentation documents: Cover sheet (in transparent cover) - Project name and address - Trade name - Name and address of the executing company - Name and address of the specialist planner Table of contents (in transparent cover) - Structure according to the following specification (to be separated by index sheets) 1. General 1.1 Protocol for instruction of operating personnel 1.2 List of participants in the inventory acceptance 1.3 List of participants in the functional acceptance 2. Certificates 2.1 Approval certificates 2.2 Certificates of compliance with VDE and DIN standards 2.3 Certificate according to BGV A3 2.4 TÜV acceptance 2.5 Proof of uniform phase loading 3. Functional descriptions 3.1 Functional description of complex systems 4. Measurement reports 4.1 All measurement reports according to DIN VDE 0100, Part 610 4.2 Measurement report for antenna system 4.3 Measurement report for IT cabling 5. Operation and maintenance 5.1 Operating instructions 5.2 Maintenance instructions 6. Manufacturer documents 6.1 Manufacturer brochures (labeling of all components used) 6.2 Equipment file (contains make list and spare parts list of all components used) 7. Diagrams 7.1 Installation diagrams 7.2 Block diagrams 8. Distribution/central documents 8.1 Functional description of the system 8.2 Marshalling plans 8.3 Terminal assignment plans for distributors 9. Revision plans 9.1 Installation plans, scale 1:50, specifying all operating resources with designations in accordance with the distribution documents. An operating manual and a circuit diagram must be attached to each technical center. The diagram must show the structure, function and performance data. 13.To specify the work carried out, the architect and the contractor carry out a joint acceptance of the electrical systems. This acceptance is not a test within the meaning of the VDE regulations, but a test for completeness of the service in accordance with Vob. For this purpose, it is necessary that proof of the implementation of the tests required by VDE is kept in the form of a test report. The personnel costs for participation in acceptance tests are to be included in the unit prices. 14. Partial commissioning, earlier use or final invoice do not replace a final acceptance. This can only take place after the entire work has been completed. Defects identified during acceptance must be remedied within a period to be specified more precisely, without further notice. 15. The contractor is liable for all damage caused by non-compliance with the aforementioned offer and order conditions. He is obliged to inform himself about the other tradesmen involved in the construction and their work and to report any defects that could have an impact on the execution of his services to the construction management in writing before the electrical systems are carried out. The contractor is liable for the completeness of a system component until the final acceptance. 16. References must be included with the offer or it must be stated in a list with amounts that the bidder has already installed systems of the same or larger size several times. 17. If this proof is not included, the offer will be automatically excluded. C. Additional preliminary remarks on the electrical systems 01. Within the suspended ceilings, the cables must be properly fastened with plastic clamps or plastic holders at least every 60 cm. Cable trays are only installed where the frequency of cables justifies this. 02. All cable feedthroughs through metal parts, webs, profile rails, etc. must be provided with PVC grommets. All costs for this must be included in the unit price, as must all necessary drilling. 03. All dimensions for the arrangement of the devices, such as switches, sockets, lights, etc. must be determined with the construction management before installation. 04.Multiple sockets must be designed as a combination with combination cover plates. 05.All built-in devices, such as switches and sockets, etc. must be fastened in the device boxes with screws. Claw fastening is not permitted. 06.Particular attention must be paid to the use of flame-retardant switch boxes, switch terminal boxes and junction boxes in hollow walls, etc. All of these boxes must be calculated accordingly in the Lv, even if this is not specifically mentioned, including the creation of the installation openings. 07.The cables for the building services trades, RWA systems, etc. must be laid according to the instructions of the specialist companies. A cable dimension and position plan must be requested from the specialist companies at an early stage so that these cables can be laid as part of the overall installation. 08.Socket holes in exposed brickwork must be milled cleanly in coordination with the construction management. Damage is the responsibility of the person responsible. 09.All electrical cables must be flame-retardantly coated or sheathed. Only cables from certain brands that have a test certificate for these properties may be used. The bidder must provide proof and present it without being asked to do so before installation begins. If this is neglected or if cables are not laid accordingly, the bidder must bear all costs for replacing the cables. 10.As required by the local fire protection officer, the fire brigade, the city or the relevant authority, appropriate fire barriers must be installed for breakthroughs and cable routes as a fire protection measure. Acceptance must be arranged with the fire protection officer in good time before the ceilings are closed. An acceptance certificate must be presented to the construction management without being asked to do so. All costs for this must be included in the unit prices. 11.The current MLAR must be taken into account. 12. All cable trays, risers and cable ducts must be designed with appropriate dividers to accommodate both high and low voltage systems. 13. In schools, all switches and sockets must be fitted with screwed covers in accordance with school building guidelines. 14. E30 and E90 cables may only be laid using type-approved, tested fastening material for individual installation and with appropriately approved cable tray systems for collective installation. 15. All sockets must be clearly and permanently marked with circuit numbers on the support frame. For surface-mounted sockets, the marking must be attached to the housing using a labelling device. 16. All requirements for the electrical installation listed in the preliminary remarks must be included in the EPs. There is no separate remuneration for this service. Since there are dependencies between the trades, instructions for the completion of services which are, for example, mandatory requirements for the start of a subsequent trade, must be implemented immediately. Any short-term changes to the construction process must be followed immediately. Flexible action with fast reaction times and short arrival and departure times is essential for this construction project. In view of the short execution time, this also applies to instructions from the construction management to carry out work at short notice in order not to hinder or delay subsequent trades and the overall construction process. Any additional work resulting from this must be included in the unit prices. D. General information on the service description Each item shown is to be understood as a finished job and as a service that complies with the regulations, is properly crafted and is ready for use and operation, including all ancillary services. - Additional technical contract conditions - Electrical installation DIN 18 382 The general technical regulations (ATV) for construction work of the Vob, Part C, become part of the contract. Measurements and quantity compilations as the basis for calculation are only to be prepared on forms from the engineering office. The forms are provided free of charge and must be requested in good time. The presence of a contractor employee with technical and local knowledge during the acceptance of the high and low current technical systems, in accordance with the construction certificate and the applicable building inspection regulations, by a building inspector-approved expert, is covered by the unit prices. The contractor must coordinate the provision of his services with - previous and subsequent - trades that technically affect his own services, so that his own services and his own execution dates are carried out correctly in terms of the detailed execution steps and functional accuracy. The usual work sequences, technical dependencies and individual steps of partial services that are separated in time are taken into account in the offer calculation. - General description of the measure - 1. The construction measure is the extension of the fire station with 4 vehicle parking spaces and the required social rooms. The existing building will be partially demolished and rebuilt. For the vehicle hall, the additional base, including the foundation and upstands, will be built using solid construction. The social wing on the ground floor and the building dividing wall to the hall will be rebuilt using solid construction. The upper floor of the social wing and the roof and walls of the vehicle hall will be made of wood. The "sports center" part of the existing building will be retained and in use during the construction period. Fire service access roads, the access to the depot (the fire service's location during construction) and escape and rescue routes must be kept clear throughout the entire construction phase, see attachment. Everything else, especially exceptions, must be agreed with the construction management. 2. During the project, some work may be carried out by municipal yard employees and firefighters themselves. This may result in various items being omitted altogether or quantities in parts of various items being reduced. The omission or reduction in quantities of these items does not entitle the contractor to make claims for lost profits or claims for an increase in unit prices. The price inquiry or requirement items must be filled in without fail, as it is possible that these items will also be carried out. The bidder acknowledges these preliminary remarks by signing the list of services. 3. The material costs and wage cost components requested in the individual items must be filled in without fail. Reference is made to the Vob/a (§25 ff). Here, if various items are omitted, the order may also be for the delivery of the material alone. 4. The construction site toilet and the break rooms must be provided by each contractor. Energy, water and electricity are provided free of charge. 5. A construction meeting is held weekly with all contractors in the community center/construction site. The company representatives who are currently working on the construction site and who will begin work in the next three weeks are required to attend and coordinate construction progress. Any costs must be included in the EPs. 6. Upon acceptance of the order, the contractor recognizes the dates stated in the preliminary remarks and the construction schedule as binding and will, if necessary, carry out necessary work outside of working hours at no extra cost so as not to jeopardize the deadlines for subsequent work. The contractor undertakes to provide the appropriate number of workers based on the amount of work and working days. 7. The contractually binding partial deadlines are set out in the construction schedule. 8.The work advertised must be carried out in parts in accordance with the progress of the construction. This does not give the contractor any right to make additional claims. 9.The disposal of rubbish and debris must be carried out every two days at most, analogous to the work steps. Each contractor is responsible for this himself. 10.All further details can be found in the list of services. 11.Contrary to DIN 1961 Vob Part B § 13 (4), the limitation period for claims for defects is set at five years. 12.Services that exceed the contract amount require prior written approval, otherwise no payment will be made! Accordingly, supplementary offers must be approved in good time (at least three weeks) before execution. 13.Daily construction reports must be kept. The forms from "Zweckform - Daily Construction Reports No. 177" or equivalent must be used as a template. These must be presented to the construction supervisor every 2-3 days for signature and countersignature. The work carried out, the number of workers and the hours worked must be entered here. 14. Depending on the trade, all inventory and inspection documents must be enclosed with the final invoice in duplicate in paper form and digitally (copied onto a CD or data storage device): Final payment will only be approved after the documents have been submitted. 15. By signing the list of services, the bidder acknowledges these preliminary remarks.
Closing Date21 Feb 2025
Tender AmountRefer Documents
City Of Valenzuela Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Item No. Quantity Unit Of Issue Item Description/specification 1 2 Pcs "digital Electronics (hb) Kumar, V. 2024" 2 2 Pcs "introduction To Electrochemistry Ritu Tomar 2024" 3 2 Pcs "basic Electrical Engineering Mathew West & Sara Miles 2025" 4 2 Pcs "core Concepts In Engineering: Electronics Engineering 2nd Edition Weinert, E. 2024" 5 2 Pcs "electronics Engineering: Principles And Applications Clark, H. 2021" 6 2 Pcs Statics And Analytical Geometry (2nd Edition) 3g Editorial Board 2022 7 2 Pcs "electrical Installation And Maintenance Basic And Intermediate Laxman Singh 2024" 8 2 Pcs "theory Of Machines (hb) Clark, Z. 2024" 9 2 Pcs "optimization Techniques In Power Distribution System Donchin Parasuraman 2024" 10 2 Pcs "core Concepts In Physics: Electricity (2nd Edition) (with Access Code) Carlos Suarez 2024" 11 2 Pcs "environment, Urbanisation And Development (hb) Jain, A.k. 2021" 12 2 Pcs "question Bank In Electrical Engineering 5th Ed Gupta 2017" 13 2 Pcs "industrial Instrumentation Engineering Richard Brawn 2024" 14 2 Pcs "handbook Of Maintenance Management And Engineering Principles And Practices Tomar R.p. 2021" 15 2 Pcs "advances In Classical Mechanics (hb) Kumar, A. 2023" 16 2 Pcs "intelligent Control And Automation (hb) Pehcevski, J. 2023" 17 2 Pcs "vector Analysis Pal, M. 2021" 18 2 Pcs "control Engineering Handbook Modeling, Analysis And Applications (hb) Set Vol. 1&2 Singer, C. 2024" 19 2 Pcs "handbook Of Linear And Partial Differential Equations Haque, M.n. 2021" 20 2 Pcs "textbook Of Mechanics (hb) Yadav, B.s. 2024" 21 2 Pcs "geotechnical Engineering (hb) Kulkarni, R.s. 2023" 22 2 Pcs "structural Mechanics Kashyap, D. 2023" 23 2 Pcs "fluid Mechanics, Fluid Dynamics And Pipe Flow Turbulence, Simulation And Dynamics Brown, W." 24 2 Pcs "indeterminate Structural Analysis Sahoo, D.r. 2021" 25 2 Pcs "earthquake Engineering For Structural Design Mckenzie, L. 2023" 26 2 Pcs "foundation Course For Civil Drafter (book With Dvd) 3g Editorial 2021" 27 2 Pcs "discrete Mathematics Panwar, R. 2024" 28 2 Pcs "computer Organization Anju Gautam 2023" 29 2 Pcs "robotics And Artificial Intelligence (hb) Peeri, R. 2023" 30 2 Pcs "digital Logic Design Murray, L. 2024" 31 2 Pcs "high Performance Computer Architecture Prasad, V. 2022" 32 2 Pcs "engineering Physics Ayouch, N. 2020" 33 2 Pcs "theory, Practice And Techniques In Graphics And Multimedia 3g E-learning 2018" 34 2 Pcs "theory, Practice And Techniques In Object Oriented Programming 3g E-learning 2018" 35 2 Pcs "database Management System Uzair Bashair 2024" 36 2 Pcs "web Technologies Avadhesh Kumar Gupta 2023" 37 2 Pcs Fundamentals Of Software Engineering Mason, H. 2022 38 2 Pcs "methods Of Research And Statistics J. Vidya Sagar 2021" 39 2 Pcs "foundation Course For Computer Network Architect (book With Dvd) 3g Editorial 2021" 40 3 Pcs "events Management Second Edition Dela Cruz, M. Et. Al. 2024" 41 3 Pcs "professional Salesmanship Serrano 2023" 42 3 Pcs Strategic Business Analysis With Management Palma, N. Et.al. 2023 43 2 Pcs Financial Markets Bairan 2024 44 2 Pcs "personal Finance Cabrera, E.et. Al. 2022" 45 2 Pcs Financial Accounting And Reporting Fundamentals Cabrera, E. Et Al. 2022 46 3 Pcs Credit And Collection Flores 2023 47 3 Pcs "thesis And Dissertation Writing Made Easy Mendoza, E. C. Et. Al. 2023" 48 3 Pcs "risk Management As Applied To Safety, Security, & Sanitation Somoray 2023" 49 4 Pcs Practical Research 1 Maranan, M.h. Et. Al. 2023 50 3 Pcs Training And Development 2nd Edition Flores, M. Et. Al. 2023 51 3 Pcs Organization Development 2nd Edition Flores, M. 2023 52 2 Pcs Advance Management Information System Abante, M.v. 2023 53 2 Pcs Data Analytics & Business Intelligence Abante, Et, Al. 2023 54 2 Pcs "income Taxation 2024 Edition Tabag, E. & Garcia, E. 2024" 55 3 Pcs "labor Relations Management And Negotiations (second Edition) Camilar-serrano, A. & Ducut, R. 2023" 56 3 Pcs Advanced Human Resource Management For Private Abante, Et, Al. 2024 57 3 Pcs "strategic Marketing Management Serrano 2024" 58 2 Pcs "advanced Financial Accounting & Reporting Punzalan, Angelito 2022" 59 2 Pcs "government Accounting (ngas) Punzalan & Cardona 2022" 60 2 Pcs "auditing Practice, Cpa Reviewer Roque, Gerardo 2023" 61 2 Pcs "conceptual Framework And Accounting Standards Cabrera, E. Et Al. 2022" 62 2 Pcs Conceptual Framework And Accounting Standards Valix, C. 2024 63 2 Pcs Intermediate Accounting Volume 3 Valix & Peralta 2023 64 2 Pcs "practical Financial Accounting Volume 1 Valix, C. 2023" 65 2 Pcs "practical Financial Accounting Volume 2 Valix, C. 2023" 66 2 Pcs Theory Financial Accounting Valix, C. 2022 67 2 Pcs Notes In Business Law Soriano, F. 2023 68 3 Pcs "obligations And Contracts (law And Application) Soriano, F. 2022" 69 2 Pcs "cost Accounting And Control De Leon, N. 2022" 70 2 Pcs Managerial Accounting - An Integrated Approach Cabrera, E.et. Al. 2022 71 2 Pcs Cpa Reviewer In Taxation 2024 Edition Tabag, E. 2024 72 2 Pcs Income Taxation 2024 Edition Tabag, E. & Garcia, E. 2024 73 2 Pcs Income Taxation Laws, Principles And Application 2023-2024 Edition Banggawan, R. B. 2023 74 2 Pcs Philippine Income Tax Volume 1 -part 1 & 2 Set Llamado, C. & De Vera, J. 2023 75 2 Pcs Transfer And Business Taxation 2023 Edition Tabag, E. & Garcia, E. 2023 76 2 Pcs Nirc + Train + Create: National Internal Revenue Code Of The Philippines, As Amended Aguirre, U.m. 2022 77 2 Pcs Gender And Society With Peace Education Towards An Inclusive Higher Education Perspective Espinol, Et Al 2023 78 2 Pcs Statistics And Probability Revised Edition (shs) Carpio, J. 2023 79 3 Pcs Strategic Management Essentials (tools, Techniques And Best Practices) Pasahol Et Al 2024 80 3 Pcs Advanced Human Behavior Organization With Ethics Abante, Et, Al. 2024 81 3 Pcs "introduction To Qualitative Research Writing: Handbook-worktext For Practical Research 1 Casinto, C.d. 2023" 82 3 Pcs Understanding Society And Culture: A Sociological And Anthropological Approach Riodique Iii, F.c. Et Al. 2024 83 2 Pcs "current Issues: Child And Youth Safety Online (hb) Maria-dolores 2024" 84 3 Pcs Midnight Monologues: Poems And Short Stories Ong, C. 2016 85 3 Pcs Applied English For Academic And Professional Purposes For Senior Highschool (shs) Tandoc, S. 2016 86 2 Pcs Teaching And Assessment Of Grammar Atkinson, I. 2024 87 2 Pcs "social Linguistics And Literacies Basa, R. 2021" 88 3 Pcs "the Teaching And Assessment Of Literature Studies Bacus, Terogo, Bustos, Dapat 2022" 89 3 Pcs "teaching Beginning Literacy Pado, F. 2020" 90 2 Pcs "an Introduction To Linguistics Ortega, S. 2019" 91 2 Pcs Meaning In Language (hb) Wilson, E. 2021 92 3 Pcs Guidebook For Writers And Editiors Lantican, A. 2021 93 2 Pcs Stories From The Other Side And Other Narratives De Viana, A. 2022 94 3 Pcs "technical Writing Mananay, Sumalinog 2022" 95 2 Pcs Laut Stories The Philippine Writers Series 2022 Gayangos, S. 2022 96 3 Pcs Mathematics In The Modern World Reyes 2023 97 3 Pcs Mathematics Of Investment 4th Ed. Sirug 2023 98 3 Pcs Advance Mathematics Adao & Chavez 2023 99 3 Pcs Pre-calculus Senior High School (shs) Chavez, S. 2023 100 3 Pcs Arts: Beyond Borders (contemporary Arts From The Regions) (shs) Constantion Jr., & Marquez 2023 101 3 Pcs Purposive Communication Atkinson, I. 2024 102 3 Pcs Essentials Of Purposive Communication Caudilla 2023 103 2 Pcs Purposive Communication (revised Edition) Zoleta 2023 104 3 Pcs English For Purposive Communication (a Modular Approach) Gutierrez-ang, J. 2023 105 3 Pcs Understanding The Self Developing Life Skills (revised Edition) Magalona, E. 2023 106 3 Pcs The Art Of Self Discovery: An Understanding The Self Workbook-textbook Villanueva; Egargo 2023 107 3 Pcs Understanding The Self:new Normal Edition Palean Et Al 2024 108 3 Pcs Teaching Science In The Elementary Grades Vol. 2 Physics, Earth & Space Bilbao, Larroder, Liaugo 2024 109 3 Pcs "assessment In Learning 1 A Modular Approach 2nd Ed. Helen Boholano,joje Mar,sanchez 2023" 110 3 Unit "action Research For Beginners In Classroom-based Context (a Guide For Pre-service And In- Service Teachers) By De Leon, E.""" 111 3 Pcs Field Study 1 2nd Edition Observation Of Teaching-learning In Actual School Environment Marcela J. 2023 112 2 Pcs Learning Disabilities And Remediation Alice Mathew 2022 113 2 Pcs Childhood And Growing Up (hb) Bhalerao, T. / Damle, S.v. 2023 114 3 Pcs "inclusive Education In Early Childhood Settings Boholano,menorianavarro,jamon,corte S 2024" 115 3 Pcs Exploring Children's Literature To Enhance Literacy In The Elementary Grade Conjusta, G. 2022 116 3 Pcs Children And Adolescent Literature Bacus, Terogo, Bustos, Dapat 2022 117 3 Pcs Field Study 2 Participation And Teaching Assistantship Brawner, D. Et. Al. 2019 118 3 Pcs The Teaching Profession Fernando, Et Al 2024 119 3 Pcs The Teaching Profession In The 21st Century Sarandi & Babao 2024 120 3 Pcs The Teacher And The School Curriculum Fernando, M. & Oamil, E. 2022 121 3 Pcs Teaching And Assessment Of The Macroskills Alda, R.c.et Al. 2022 122 3 Pcs The Teaching Profession Fernando, Et Al 2024 123 3 Pcs Assessment Learning 1 Boholano, H. 2023 124 3 Pcs Let Rev. Professional Education Corpuz Et. Al. 2023 125 3 Pcs Research Writing Made Easy Basilan 2022 126 3 Pcs "let Rev. Prof Ed Assessment In Learning Corpuz, B. And Cuartel, I. 2023" 127 3 Pcs Linya At Galaw (mga Dula Sa Filipino At Ingles) Torres, Jose Victor Z. 2023 128 2 Pcs Sinesosyedad (panunuri Ng Piling Pelikulang Panlipunan) Elmer B. De Leon 2023 129 3 Pcs Borador Isang Pagkilala Sa Layunin Ng Komunikasyon Sa Kolehiyo Alvin B Yapan 2022 130 3 Pcs Global Culture And Tourism Geography Donesa, L. 2020 131 3 Pcs Principles Of Total Quality Management Pasahol Et Al 2024 132 3 Pcs Strategic Management Austria Et Al 2024 133 3 Pcs Strategic Operations Management, 2e Serrano 2024 134 3 Pcs Information Management Cortez 2023 135 2 Pcs E-governance For Development Administration Abante, Et, Al. 2024 136 3 Pcs Philippine Politics And Governance With 1987 Philippine Constitution Sanchez, R. Et. Al. 2023 137 3 Pcs Advanced Public Fiscal Management, Finance And Accountability Abante, Et, Al. 2024 138 3 Pcs Advanced Local Government And Regional Administration Development Abante, Et, At. 2024 139 3 Pcs "transcendence Understanding Contemporary Global Dynamics Issues And Challenges Dc Coronacion; Fc Calilung 2024" 140 2 Pcs "introduction To Sociology (hb) Ralhan, S.s./ Lambat, S.r. 2023" 141 2 Pcs "political Social And Economic Sociology Chandrama Singh 2024" 142 2 Pcs Essentials Of Environmental Science (hb) Palani, V. 2024 143 2 Pcs Heat, Light And Optics (hb) Singh, A.p. 2023 144 2 Pcs Advances In Plant Cell Physiology (theory And Practice) (hb) Joshi, D. 2023 145 2 Pcs Basics Of Magnetism (pb) 3g Elearning 2024 146 2 Pcs Fundamentals Of Physics 3g Editorial Board 2022 147 2 Pcs The Life, Works, Writings And Travels Of Dr. Jose P. Rizal Ayson 2022 148 3 Pcs The Contemporary World Mananay,sanchez,sumalinog,argate,cadosales 2024 149 3 Pcs A History Of The Philippines Student Edition (reprint) Tan, Samuel K. 2023 150 2 Pcs Readings In Philippine History 2nd Edition Outcome-based Module Asuncion. N. 2022 151 2 Pcs The Life And Works Of Rizal Balili Et Al 2023 152 3 Pcs Unravelling The Absolute Moral Principle:ethics For College Students. Rev. Ed. L.e. Buenaflor, Et Al 2024 153 3 Pcs Guidebook For Writers And Editors Lantican, A. 2021 154 2 Pcs Introduction To Broadcasting James, B. 2024 155 3 Pcs Events Management (revised Edition) Rodolfa, B. 2022 156 2 Pcs Disaster Readiness And Risk Reduction For Senior High School (shs) Serapio, M. 2016 157 3 Pcs The Advertiser's Blueprint Sygaco, S.b. 2024 158 2 Pcs Introduction To Journalism Warner, A. 2024 159 2 Pcs Communication Research Methods Warner, A. 2024 160 3 Pcs Sinesosyedad (panunuri Ng Piling Pelikulang Panlipunan) Elmer B. De Leon 2023 161 3 Pcs Disaster And Risk Reduction Management With Covid19 Modules Mogol 2022 162 2 Pcs Understanding Media, Culture And Technology Stewart, F. 2021 163 2 Pcs "public Administration In The Developing World: Operating In A Poorly Funded Context (hb) Buama, C. A. 2021" 164 3 Pcs "promoting Community Change Through Civic Welfare Training Service 2 Briones, M. Et.al. 2024" 165 5 Pcs (path ? Fit 2) Physical Activity Towards Health And Fitness Combative Sports And Outdoor Recreational Activities Bulatao Et. Al. 2023 166 5 Pcs "physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program Punzalan, M.d, Et. Al. 2023" 167 5 Pcs Physical Activity Towards Health And Fitness (path-fit 4 Sports) Individual/dual And Team Sports Medina-bulatao, M. G. Et. Al. 2023 168 5 Pcs Physical Education 4 Path Fit 2 Sports College Textbook Punzalan, M.d. Et. Al. 2019 169 5 Pcs Physical Activity Towards Health & Fitness 3 (path-fit 3) Menu Of Dance Punzalan, M. D. Et. Al. 2023 170 5 Pcs Physical Education And Health: Aquatic (basic Swimming) And Mountaineering Revised Edition Latorre 2023 171 5 Pcs Physical Activities Towards Health And Fitness Pathfit 2: Exercise-based Fitness Activities Ballecer, M. 2023
Closing Date13 Jan 2025
Tender AmountPHP 858.9 K (USD 14.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement.
the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 526-23-107 Replace Domestic Water Distribution System Phase 2 (a/e) At The James J. Peters Vamc, Bronx, New York. This Project Seeks The Expertise Of An Architectural Engineering Firm To Design A State-of-the-art Hot Water Heater System, Design For Construction To Install New Sections Of Water Main Pipes And Conduct A Comprehensive Survey Of The Existing Water Main System At The James J. Peters Va Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468.
this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 And Small Business Size Standard Of $25.5m. Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before April 15, 2025. Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award.
in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation.
all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action.
scope Of Service Required
526-23-107. See The Attached Statement Of Work.
x. Location
bronx Va Medical Center.
cost Range
estimated Construction Cost Range: Between $5,000,000.00 And $10,000,000.00.
type Of Contract Contemplated
the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract.
design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In Accordance With The Ae Design Schedule From The Issuance Of The Notice To Proceed (ntp).
selection Criteria Descriptions
the Selection Criteria Descriptions Are Provided Below.
professional Qualifications Necessary For Satisfactory Performance Of Required Services.
provide Brief Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record Proposed For This Project Only. Include Specific Experience And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm). The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located.
specialized Experience And Technical Competence
specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials.
capacity
this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time.
the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated.
list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office.
indicate The Firms Present Workload And The Availability
of The Project Team (including Sub-consultants) For The Specified Contract Performance Period;
describe Experience In Successfully Delivering Projects Per
performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates
past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm.
recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought.
relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts.
respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation.
location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project
to Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor S Main Office Or Official Satellite Office To The James J. Peters Va Medical Center, Bronx, Ny 10468
this Distance Is Determined According To Http://maps.google.com/
this Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above.
the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors.
experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services.
please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications.
limitations
852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022)
(a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb :
(1) Means A Small Business Concern -
(i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition);
(ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran;
(iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document;
(iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And
(v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause.
(2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16).
(3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632).
(4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause).
(b) General.
(1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered.
(2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award.
(3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences.
(c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70.
(d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows:
(1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract.
(2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract.
(ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements.
(3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs.
(4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs.
(5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6.
(e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows:
_x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or
__by The End Of The Performance Period For Each Order Issued Under The Contract.
(f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program.
(h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment).
submission Requirements:
unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below.â Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements.
email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Akkil.kurian@va.gov And Patricia.cordero@va.gov No Later Than 10:00am, Eastern Standard Time (est) On January 31, 2025. Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc.
all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document:
cover Page With Solicitation Number, Project Number And Title
table Of Contents
copy Of Valid State Registration For Each Lead Designer
copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification
duns Number
cage Code
tax Id Number
email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
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 541330 Engineering Services With A Small Business Size Standard Of $25.5 Million.
the Fsc/psc Is C219 Architect And Engineering General: Other
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 (sow)
contract Title: Engineering Drawings For Monochloramine Injection Systems
background: The Department Of Veterans Affairs Greater Los Angeles Healthcare System (vaglahs) Has A Requirement To Provide Engineering Drawings For Already Installed Monochloramine Injection Systems Located In Building #501 Central Plant For The Purpose Of Guidance Document 1061-6.0 Design And Startup Compliance (attachment 5).
scope Of Work: The Contractor Shall Provide Required Supplies, Equipment, Travel, Labor, And Personnel Needed To Complete The Engineering Drawing Of The Monochloramine Injection Systems Located At The West Los Angeles Va Medical Center. Contractor Shall Provide All Required Items For The Requirement Described In This Statement Of Work. Contractor Shall Provide Equipment, Supplies, And Perform Work In Strict Accordance With The Specifications, Statement Of Work, Schedule, All Va Local, State, Federal Policies, Regulations, And All Other Supporting Documents Required For This Contract.
period Of Performance: The Period Of Performance Shall Be For 90 Days From The Date Of Award.
place Of Performance:
department Of Veterans Affairs
greater Los Angeles Va Healthcare System
west Los Angeles Va Medical Center
11301 Wilshire Blvd. Building 501
los Angeles, Ca 90073
hours Of Operation:
work Shall Be Performed During Normal Working Hours; 8am-4pm, M-f.
work Hours:
contractor Shall Perform The Following Work At The Va Los Angeles Healthcare System During Normal Working Hours (i.e., 8:00 A.m. 4:00 P.m.) During Normal Workday (one Day, M-f).
before Commencement Of Work, The Contractor Shall Confer With The Poc Or Designee By Phone To Obtain Access To Building 501.
work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Poc Or His/her Designee.
all Time Shall Be Approved In Advance By The Program Point Of Contact (poc). Allow 1-day 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.
tasks:
engineer Must Be Licensed And Have Experience In Water Treatment System Design.
drawings Must Include Structural Engineering Calculations For Wall Mounted Units.
drawings Must Include Plumbing Diagrams To And From Units.
drawings Must Include All Components Of System.
drawings To Be Provided As One Hard Copy In Binder And One Pdf. Hard Copy Will Be Delivered By Hand Or Mail To The Poc Within 72 Hours Of Completion. Pdf Will Be Emailed To The Poc Within 24 Hours Of Completion.
equipment Identification:
cold Sanikill Tec Lt 1005
s/n 3599/24/stlt1005
hot Sanikill One 060 (pvdf)
s/n 3530/23/sk060s
contractor Qualifications & Other Responsibilities:
licensed Engineer With Experience In This Field.
license Requirements:
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 Poc With The Final Decision Being Made By The Contracting Officer.
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.
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 Cor 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 Cor 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
veterans Health Administration (vha) Directive 1085, Dated March 5, 2019, Provides A Comprehensive Smoke-free Policy For Patients, Visitors, Contractors, Volunteers, And Vendors, At The Department Of Veterans Affairs (va), Veterans Health Administration (vha) Health Care Facilities. This Updated Vha Directive Implements A Smoke-free Policy For Patients, Visitors, Contractors, Volunteers, And Vendors At Va Health Care Facilities, As Defined In This Directive, Based On Scientific Evidence Regarding The Adverse Health Effects Of Secondhand And Thirdhand Smoke Exposures.
the Assistant Deputy Under Secretary For Health For Administrative Operations (10na) And The Assistant Deputy Under Secretary For Health For Clinical Operations (10nc) Are Responsible For The Contents Of This Directive. Questions May Be Referred To Vha Smoke Free: Vhasmokefree@va.gov.
this Vha Directive Is Scheduled For Recertification On Or Before The Last Working Day Of March 2024. This Vha Directive Will Continue To Serve As National Vha Policy Until It Is Recertified Or Rescinded.
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.
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.
invoicing:
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 Poc 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 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. Payment Of Invoices May Be Delayed If The
appropriate Invoices As Specified In The Contract Are Not Completed And Submitted As Required.
all Interested Companies Shall Provide Quotations For The Following:
**price/cost Schedule
base
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
engineering Drawings Of Monochloramine Injection Systems Located At The Greater Los Angeles Va Healthcare System- Building 501
1
jb
**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)
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), (9), 18(i), (23), (25), (26)(i), (33), (39)(i), (51), (55), (59), (c)(1), (2), (7), (8)
all Quoters Shall Submit The Following In Accordance With Far 52.212-1, Attachment 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, 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 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 Statement Of Work. 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 Period Of Performance: 03/10/2025 06/09/2025.
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.
site Visit Will Be Scheduled For February 12th From 11:00 Am To 12:00 Pm Pacific Standard Time (pst). Please Reach Out To Loan Dho At Loan.dho@va.gov No Later Than February 10th At 14:00 Pacific Standard Time To Make A Reservation For Site Visit. Instructions Will Be Provided Via Email After Reservation Interest Of Site Visit.
questions Should Be Submitted No Later Than February 14th, 2025, 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 February 17th, 2025.
submission Of Your Response Shall Be Received No Later Than February 21st , 2025 At 14:00 Pacific Standard Time At Loan.dho@va.gov. Subject Line Shall Include: Response To Rfq 36c26225q0401 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
Closing Date21 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All Information Needed To Submit Sf330 Documents Are Contained Herein. No Additional Solicitation Package Or Technical Information Will Be Issued.
project: 534-24-916 Hematology & Chemistry Renovation
work Location: Ralph H. Johnson Health Care System, Charleston, Sc
estimated/target Completion Period: 195 Calendar Days After Award.
construction Magnitude: Between $300,000 And $400,000
naics: 541330 Engineering Services
small Business Standard: $25.5 Million
set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb)
site Visits Will Not Be Arranged During This Phase.
the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before 2 July 2025.
sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf330 And Attachments If Any, No Later Than
(nlt) 6 February 2025 1500 Est.
project Overview:
provide Professional Engineering Services For The Design And Construction Administration To Renovate The Hematology And Chemistry Labs In Accordance With The Til And All Applicable Codes, Standards, And Regulations.
remove Act Flooring And Replace With Vinyl Sheet Flooring, Replace Existing Casework With New Casework As Specified, Move All Outlets In Existing Casework To The Adjacent Wall, Remove All Gas Fixtures And Cap At The Nearest Junction/hub In Accordance With Nfpa 55, Replace All Ceiling Grid And Tile In Work Areas As Needed, Repaint Work Areas To Match Existing Color As Needed.
provide A Dual Sink, Lab Grade, With A Goose Neck Spigot Incorporating A Spray Nozzle With Hose. Spigot Shall Have Hands Off Temperature Control, Either By Foot Pedals Or Other Approved Method. Provide Means To Cover The Sink For Use As Counter When Needed. Remove Existing Hood Back To The Nearest Junction And Cap. Install Wall Mounted Cabinets As Shown On Drawing.
remove Existing Hood Back To The Nearest Junction And Cap. Provide A Dual Sink, Lab Grade, With A Goose Neck Spigot Incorporating A Spray Nozzle With Hose. Spigot Shall Have Hands Off Temperature Control, Either By Foot Pedals Or Other Approved Method. Provide Means To Cover The Sink For Use As Counter When Needed. Install Wall Mounted Cabinets As Shown On Drawing.
sdvosb Set-aside:
this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Small Business Administration Veteran Small Business Certification (vetcert) Database Https://veterans.certify.sba.gov Prior To Submission And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites:
system For Award Management (sam): Https://www.sam.gov/
vets100/100a Report Must Be Complete: Http://www.dol.gov/vets/vets4212.htm
important Notice: Prior To Submitting A Package Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Small Business Administration In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Verification Of Their Sdvosb Status If They Have Not Already Done So.
for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Small Business Administration Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award.
sf 330 Selection Criteria:
specialized Experience And Technical Competence In The Type Of Work Required.
submission Requirements:
sf 330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications.
complete Using Blocks F. And H. Of The Sf330 Form. Complete Block F. For Each Relevant Project. Complete Block H. Summary Sheet For The Offeror And Each Key Consultant; Each Summary Sheet Shall Be Not More Than One (1) Page In Length.
submit No More Than Five (5) Projects Similar To Required Work In The Solicitation From The Date The Solicitation Closes To Five (5) Years Prior.
at Minimum, Three (3) Projects Must Be Construction Complete Or Construction Substantially (50%+) Complete.
projects/data Submitted Shall Be Projects With Total Construction Costs Of $400,000, Greater.
projects May Include Federal, State, Or Local Government, As Well As Private Industry Projects. Offerors Are Responsible For Providing Project Description And Applicable Information In Sufficient Detail To Permit Evaluation Of Project Relevancy Versus These Minimum Requirements.
basis Of Evaluation:
specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Solicitation.
specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company.
technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In The Solicitation. Technical Competence Also Includes Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials.
similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In The Solicitation.
specific Emphasis Of Experience And Technical Competence Shall Be Geared Towards Fire Protection.
adjectival Scoring:
offerors Unable To Demonstrate Proven Specialized Experience And Technical Competence For Relevant Projects May Be Considered Non-responsive Or Scored Negatively.
failure To Provide Requested Data May Negatively Impact An Offeror's Rating.
past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules.
submission Requirements:
complete A Summary Sheet Using Block H. Of The Sf 330 Describing The Offeror S Past Performance. The Summary Sheet Shall Be Not More Than Two (2) Pages In Length.
provide The Contractor Performance Assessment And Reporting System (cpars), Interim And Final Reports, For Each Submitted Federal Entity Project Under Specialized Experience Criteria, Above. If A Cpars Is Not Available, Provide A Ppq.
if A Relevant Project Submitted Under Specialized Experience Criteria Does Not Have A Cpars Because It Is A Non-federal Entity Project, Provide A Past Performance Questionnaire (ppq).
cpar And Ppq Reports Will Not Count Towards Page Limitations.
basis Of Evaluation:
past Performance Is A Measure Of The Degree To Which An Offeror Satisfied Its Customers Needs And Requirements And Compliance With Applicable Codes, Standards, Laws, And Regulations. The Evaluation Of Past Performance Will Include But Is Not Limited To:
the Customer S Assessment Of The Offeror's Commitment To Customer Satisfaction.
timely Delivery Of Quality Work.
the Offeror's Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws, And Regulations.
successful Implementation Of A Quality Control Plan And Quality Control Procedures.
addressing Design Errors/omissions Timely.
adherence To Approved Schedules.
history Of Timely And Professional Communication And Cooperative Behavior.
include Information On Problems (errors/omissions) Found, How The Problems Were Corrected, And The Impacts To The Successful Completion Of The Project (time Delays, Cost Impacts, Design Modifications, Etc.).
provide Information Supporting Favorable Cost Control, Quality Of Design Submissions, And Schedule Compliance.
include A Discussion On The Offeror S Record Of Significant Claims For Improper Or Incomplete Design Services.
higher Ratings May Be Given For Work Performed On Va Medical Center Campuses.
adjectival Rating:
offeror Risks Receiving A Lower Rating If Fewer Than Three (3) Ppqs Are Provided Or If The Ppqs Were Not Completed By Project Point Of Contact.
failure To Provide Requested Data Or To Provide An Accessible Point Of Contact (poc) May Negatively Impact An Offeror's Rating.
failure To Demonstrate Proven Competence To Perform Projects Like The Requirements Of The Solicitation May Be Considered Ineligible For Award.
if No Cpars Or Ppqs Are Submitted Or Responses To Requests Were Not Provided, The Rating Shall Be Neutral .
professional Qualifications Necessary For Satisfactory Performance Of Required Services.
submission Requirements:
complete Using Block E. Of The Sf 330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Block E. Shall Be Not More Than One (1) Page In Length Per Individual.
the Offeror Shall Have A Professional Engineer, Currently Registered In Any Us State Or Territory Of The United States, Knowledgeable In Their Registered Design Discipline, To Be The Lead Designer Responsible For Reviewing And Approving Design Submissions.
the Offeror Shall Have A Professional Engineer, Qualified And Knowledgeable Of South Carolina State And Local Regulations, Be The Lead Designer Responsible For Reviewing And Approving Design Submissions And Facilitating Permit Documentation (depending On The Nature Of The Design I.e. Environmental, Hazardous Material Abatement, Stormwater, Etc.).
key Personnel To Provide Qualifications To Meet This Criterion Include Principal(s), Project Manager(s), Key Consultants, Individuals Responsible For Implementation Of The Design Qa/qc Plan, Licensed Fire Protection Engineer, Licensed Asbestos Inspector, Physical Security Specialist, Life Safety Specialist, And Other Individuals That Are Responsible Or Accountable For Design Submissions And Regulatory Compliance.
physical Security Subject Matter Experts Shall Meet The Requirements Of Section 10.1.5 Of The Physical Security & Resiliency Design Manual.
basis Of Evaluation:
evaluation Of Professional Qualifications Will Include But Is Not Limited To The Subjective Assessment Of The Offeror's Individual Resumes.
the Offeror Shall Describe And/or Depict Which Projects And How Well Key Personnel Of The Design Team Have Worked Together.
higher Ratings For This Criterion May Be Given When The Offeror's Specific Personnel Demonstrate Relevant Credentials, Such As Involvement And Degree Of Involvement In Professional Organizations, Research/publications, Code/standard Body Involvement, Etc.
adjectival Scoring:
offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Non-responsive .
failure To Provide Sufficient Data Supporting Professional Qualifications May Negatively Impact An Offeror's Rating.
failure To Provide All Key Personnel And Key Personnel Requirements Shall Result In No Greater Than A Marginal Rating.
experience In Construction Period Services.
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Performance Completing Construction Period Services (cps) For Construction For Each Submitted Project Under Specialized Experience Criteria, Above. Narrative Shall Be Not More Than Two (2) Pages In Length.
basis Of Evaluation:
experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services.
evaluation Of The Offeror S Knowledge, Skills, And Abilities To Complete Necessary Cps To Support Successful Project Completion.
provide A Narrative Describing The Below Services, But Not Limited To:
professional Field Inspections, Both Scheduled And Emergent.
maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc.
review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance.
providing Timely And Complete Responses To Requests For Information.
providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications.
providing Record Drawing Documentation.
process For Correcting Design Errors/omissions Identified During Construction; And,
other Requirements Defined Under Cps In The Statement Of Work.
capacity To Accomplish The Work In The Required Time.
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Work Capacity. Narrative Shall Be Not More Than One (1) Page In Length.
basis Of Evaluation:
identify The Offeror S Past, Present And Projected Future Workload, Including Va Contracts Over The Previous 12 Months.
describe The Offeror S Capacity To Incorporate This Solicitation S Work While Meeting Prescribed Dates For Current Workload. Each Key Team Member To Include % Of Available Capacity To Take On New Projects.
evaluation Of This Factor Will Be An Assessment Of The Offeror S Ability To Complete Design Documents Within The Period Of Performance And Meet Solicitation Requirements.
data Is Acceptable In Tables Or Charts.
capacity < 25% Shall Be Rated No Greater Than Marginal.
higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements.
location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility:
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Charleston, Sc Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length.
basis Of Evaluation:
offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Charleston, Sc And The Low Country Geographical Area.
if Prior Experience In Charleston, Sc Is Minimal, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design.
data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of The Charleston, Sc Geographical Area Or Areas Of Similar Nature.
adjectival Scoring:
offerors That Submit Relevant Projects Outside Of The Charleston, Sc Geographical Area May Be Given A Lower Rating Than Projects Within The Charleston, Sc Geographical Area.
offerors That Demonstrate No Experience In The Geographical Area Shall Be Rated Neutral .
the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors:
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length.
offerors Shall Complete And Submit The Following Statement In Block H. :
I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 .
basis Of Evaluation:
offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses.
offerors Shall Be Evaluated On The Expected Amount Of Work Versus Key Personnel To Verify The Above Signatory Statement. If Less Than 50% Of Work Is Estimated To Be Performed By The Prime Sdvosb, The Offeror May Be Given A Lower Rating.
offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation.
selection Process:
federal Acquisition Regulation (far) Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of South Carolina. Firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Email Of Selection And Provided Further Instructions.
selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating.
evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Removed From Consideration.
firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract.
submission Criteria/requirements: The Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages.
email Capacity Is Limited To Five (5) To Seven (7) Megabytes (megs).
the Following Format Shall Be Used:
cover Page With Solicitation Number, Project Title
table Of Contents
sf 330 S
copy Of Current A/e License
copy Of Current Vetbiz.gov Sdvosb Certification
uei Number
cage Code
tax Id Number
the E Mail Address And Phone Number Of The Primary Point Of Contact.
all Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Cayley Blommers, Contract Specialist At Cayley.blommers@va.gov. Please Provide Pre-solicitation Number, Project Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated. Facsimile Submittals Will Not Be Accepted. All Information Must Be Included In The Sf330.
the Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Not Exceed A Total Of 50 Pages In A Common Font Size 12 Font, Single Spaced. The Package Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information. The Page Limitation Does Not Apply To The Licenses, Contract Performance Evaluations, (i.e., Cpars) And Award Documentation. This Information Should Be Provided As Attachments To The Sf 330.
it Is The Offeror S Responsibility To Check The Sam.gov Contracting Business Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s.
attachments:
see Attached Document: Ae Past Performance Questionnaire And Cover Letter.
Closing Date6 Feb 2025
Tender AmountRefer Documents
Department Of Social Welfare And Development Main Tender
Software and IT Solutions
Philippines
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Dswd Rfp No. 25-gop-svp-cf-004 (pr No. 2024111680) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2025 Funds Intends To Apply The Sum Of Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Being The Approved Budget For The Contract (abc) For The Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Under (dswd Rfp No. 25-gop-svp-cf-004). 2. Objectives The Consulting Firm Shall Be Hired To Implement The Software Development Cycle To Establish The Bts And Agapp Website, Web, And Mobile Application. Specifically, The Project Aims To: A. Analyze The Business Requirements Of The Program; B. Design And Develop The Bts And Agapp, Including A Public-facing Website Based On The Specified Business Requirements; C. Perform The Necessary Quality Assurance Tests For The Bts And Agapp, Including The Privacy Impact Assessment; D. Assist In The Deployment Of The Bts And Agapp, Including The Conduct Of Training Of Trainers; And E. Provide A Warranty Service Upon Post-deployment Of The Bts And Agapp Application. 3. Scope Of Work A. Project Planning. The Consulting Firm Shall Formulate An Inception Report Or Project Plan Indicating The Framework, Approaches, Methodologies, And Specific Timeline For Tasks, Activities, And Deliverables Of The Project, Including Privacy Impact Assessment. B. Requirements Analysis, Design, And Project Management. Conduct A Thorough Requirements Analysis, Create System Designs Such As Wireframes And High-fidelity Prototypes, And Manage The Project. This Phase Includes Understanding Dswd’s Needs, Defining System Specifications, And Overseeing The Project’s Progress To Ensure Meeting Objectives. C. Software Development. Develop The Software According To The Specified Requirements. This Involves Coding, Configuring, And Creating All Necessary System Components, Ensuring Functionality And User-friendliness. D. Testing. Perform Extensive Software Testing To Ensure It Meets All Functional, Security, And Performance Requirements. This Includes Identifying And Fixing Bugs And Verifying System Integrity And Efficiency. E. Deployment Support. Assist With The System’s Deployment In The Identified Domain Environment, Including Support During The User Acceptance Testing (uat) Phase And Final Deployment In The Production Environment. F. Learning And Development Intervention. Design And Implement Learning And Development Interventions To Manage And Use The Application. This Service Also Includes The Development Of Print And Multimedia Assets Such As Walkthroughs, Audio-visual Presentations Highlighting The Features, And Brochures. G. Maintenance. Provide Maintenance Services Post-deployment For A Specified Support Period To Address Any System Issues, Updates, Or Enhancements. 4. Technical Specification A. General Requirements • Web-based Compatibility: This Application Must Be Accessible Via Popular Web Browsers And Support Both Computer And Mobile Device Use. This Ensures Broad Accessibility And Ease Of Use For Diverse Users. • Offline Compatibility: This Application Must Be Accessible Via Mobile Or Similar Devices Without Internet Connection. • Provide An Intuitive User Interface With Easy Navigation And User-friendly Features For Users Of Varying Technical Expertise. • Implement Robust Security Measures, Including Encryption For Data At Rest And In Transit, And Comprehensive Security Protocols. • Reference Material: Shall Have Training/learning Avp Materials Of The System. • Must Be Designed Using A Platform Preferably Aligned With This Min. Requirement: Online Offline Relational Database Management System Mysql 8.0 Or Higher Sqlite 4.0 Or Similar Tools Front-end Flutterflow Back-end Api With Json Returns Data Visualization Google Looker, Tableau, Or Similar Tools Applicable For Flutterflow • Shall Provide Comprehensive Documentation On Front-end And/or Back-end Tools Using Swagger Or Similar Tools Deployed On Dswd Managed Infrastructure. • The System Shall Cover An Unlimited Number Of Users With No Additional Cost From The Proponent. • User Load Capacity: The System Should Be Capable Of Handling An Unlimited Number Of Users, Ensuring Consistent Performance Even During Peak Usage Periods. • Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Property Of Dswd. • Service Provider Access Limitations: The Service Provider Will Not Have Access To The Dswd Production System. They Must Provide Comprehensive Instructions And Support For The Dswd System Administrators For System Deployment And Setup. • Learning And Development Intervention: The Service Provider Shall Provide Comprehensive Capability Building Activities Focusing On Building The Necessary Skills For Effective Implementation And Continuous Utilization Of System. • The Low Code Development Tools Must Be Provided By The Service Provider With No Additional Cost During The Development And Within The 2-year Warranty Period Following The Production Deployment Of The Application. B. Non-functional Requirement • Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity, Data Privacy Policies, And Other Relevant Legal And Ethical Standards Concerning Data Privacy And Protection. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. • Disclosure Of Third-party Libraries: The Service Provider Must Disclose All Third-party Libraries Used In The System’s Development. These Libraries Must Be Verified To Be Free From Security Vulnerabilities, Ensuring The Overall Security And Integrity Of The System. • Multi-factor Authentication: The System Shall Implement Multi-factor Authentication (mfa) To Enhance Security By Requiring Users To Provide Multiple Forms Of Identification Before Granting Access. This Extra Layer Of Security Will Prevent Unauthorized Access, Even If A User’s Password Is Compromised. The Mfa May Include Combinations Such As Passwords, Security Tokens, Or One-time Passwords (otps). • Audit Trail: The System Shall Maintain A Comprehensive Audit Log That Records All User Activities. This Includes Logins, Data Access, Modifications, And Any Other Actions Performed Within The System. The Audit Trail Is Essential For Monitoring User Behavior, Detecting Security Breaches, And Facilitating Troubleshooting. The Records Shall Be Tamper-proof And Stored Securely To Ensure Data Integrity. • Support: The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period. C. Deployment Requirements • Compatibility With Dswd Managed Infrastructure: The System Shall Be Hosted On Identified Cloud Infrastructure And Be Compatible With Existing Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards That Need To Include The Following Set Of Environments: ○ Development, Staging, Uat, And Production Environment • Performance Testing: The Service Provider Must Perform Load Testing To Validate The System’s Performance And Stability Under Varying Degrees Of User Traffic, Ensuring Reliability And Efficiency During Peak Usage Including But Not Limited To Load Testing, Stress Testing, Etc. • Quality Assurance: The Service Provider Shall Conduct A Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. The Service Provider Must Address All Identified Quality Assurance Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. • Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure Against Potential Cyber Threats. The Service Provider Must Address All Identified Vulnerability Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. D. Use Case The System Shall Ensure The Inclusion Of These Min. Use Case Requirement: Application Use Case Advanced Data Gathering For Assistance Preparedness For Protection (agapp) • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • Report Generation For: ○ Disaster Incident Reports ○ Evacuation Report • Capture Geolocation Beneficiary Transactional Account Information System (bts) • Data Processing Of Beneficiary Payment Modality Registry • Integration To 4ps Api Support Features: • Shall Be Integrated With The Philsys Authentication • Shall Be Mobile Responsive • Shall Include Role-based Access Control (rbac) • Customized Profile Pages • Dashboard And Report Generation • User Management • Data Visualization And Exporting • Data Migration Fron Existing Platform • Shall Provide The Low Code Development Platform At No Additional Cost During The Development And Within 2 Years Warranty Period Following The Production Deployment Of The Application. Any Additional Use Cases Identified During The Business Process Review And Analysis Must Be Discussed With The Service Provider And Approved By The Dswd For Inclusion In The Development Of This Project. Likewise, All Forms, Intake Sheets, And Other Relevant Documents Required For The Development Of This Application Shall Be Subject To Approval By The Dswd E. Phases Of Development Component/activities Deliverables Sprint 0: Project Initiation Inception Report Sprint 1: Completion Of Design Discovery Team 1: Beneficiary Transactional Account Information System (bts) • Conduct Of Business Process Review And Requirements • System Design • Business Process And Requirements Analysis Report • System Requirements Specification • Business Requirements Document • Document: Approved System Design (wireframe And Use Case Document) And Implementation Plan Approved By The Business Owner Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 2: Completion Of Baseline Development Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • Philsys Authentication • Data Processing Of Beneficiary Payment Modality Registry • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission ○ System Security (i.e. Audit Trail, Mfa, Etc.) ○ Data Exporting Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission • System Security (i.e. Audit Trail, Mfa, Etc.) • Data Exporting Sprint 3: Completion Of Data Integration, Generation, Migration, And Other Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • 4ps Integration And Other Use Cases Identified During The Bpra • Dashboard And Report Generation • Data Migration Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Dashboard And Report Generation • Data Migration • Other Use Cases Identified During The Bpra Sprint 4: Completion Of Learning And Development Interventions Team 1: Beneficiary Transactional Account Information System (bts) Completed Learning And Development Interventions (ldis) With Documentation Report Action: At Least Two (2) Training Of Trainers Conducted With Comprehensive Documentation Either Onsite Or Virtual Documentation: Comprehensive Documentation Report Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Team 1: Beneficiary Transactional Account Information System (bts) Completion Report • Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • User’s Manual/guide (for System Users And System Administrators) • Technical Systems Documentation • Comprehensive Api Documentation • Installation Guide • Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 5: Final Systems Documentation And Turn-over Team 1: Beneficiary Transactional Account Information System (bts) Final Systems Documentation And Turn-over • Full System Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • Final User’s Manual/guide (for System Users And System Administrators) • Final Technical Systems Documentation • Final Comprehensive Api Documentation • Final Installation Guide • Final Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) F. Work Deliverables And Payment Schedule Milestone Deliverables Timeline % Of The Contract Price Sprint 0 Inception Report Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% Sprint 1 Completion Of Design Discovery Within 25 Calendar Days Upon Receipt And Approval Of Inception Report 20% Sprint 2 Completion Of Baseline Development Requirements Within 25 Calendar Days Upon Completion Of Sprint 1 20% Sprint 3 Completion Of Data Integration, Generation, Migration And Other Requirements Within 25 Calendar Days Upon Completion Of Sprint 2 20% Sprint 4 Completion Of Learning And Development Interventions Documentation And Turn-over Within 25 Calendar Days Upon Completion Of Sprint 3 20% Sprint 5 Final Systems Documentation And Turn-over Within 15 Calendar Days Upon Completion Of Sprint 4 20% Outputs Of The Consultant Will Undergo Evaluation Before Proceeding To The Next Step. Each Deliverable, Particularly On The System Modules, Must Be Provided To The Ictms And Ico, Along With The Source Code. Deliverables Will Be Subject To Liquidated Damages If Submitted Beyond The Allotted Timeline, Which Is 15-30 Calendar Days Upon Acceptance And Approval. Only Work Outputs Or Deliverables Deemed Acceptable Will Be Compensated. Failure To Submit The Expected Output On Time Will Result In A Deduction Of One-tenth Of One Percent (0.001) Per Day From The Payment For The Covered Work Output/deliverable Unless Satisfactorily Justified. G. Institutional Arrangements Service Provider • Pre-development And Installation ○ The Service Provider Should Provide A Project Implementation Plan That Must Be Approved By The Dswd ○ Engage The Business Owner In The Conduct Of Business Process And Requirements Analysis As The Basis Of System Requirement Specification (srs) For The Information System That Will Be Developed ○ Ensure Approval On The Sign-off Documents On All The Identified Deliverables • During Development And Installation ○ The Service Provider Should Manage And Execute Project Tasks Alongside The Dswd In Accordance With The Project Scope Period Of Performance And Quality Standards ○ The Service Provider Shall Ensure Compliance With The Data Sharing Agreement ○ The Service Provider Shall Ensure Timely Completion Of Deliverables Identified In This Project ○ The Service Provider Should Lead The Deployment Project In Collaboration With The Dswd And Provide Weekly Project Updates, Bi-weekly Steering Committee Meetings, Milestone Reports, And Closeout Reports ○ The Service Provider Should Provide A Status Report Of The Project In The Form Of Charts/graphs ○ The Service Provider Should Assume Full Responsibility For The Project Plan And Lead The Change Management Process ○ The Service Provider Should Formulate And Execute A Training Approach And Strategy ○ The Service Provider Should Establish A Dedicated Project Team As The Primary Point Of Contact For Dswd Throughout The Deployment Process ○ The Service Provider Should Have A Project Manager Responsible For Overseeing The Integrated Project Plan, Managing Risk Mitigation, And Resolving Issues ○ The Service Provider Should Have A Technical Deployment Architect Responsible For Coordinating And Supporting The Implementation Of Technical Tasks, Providing Best Practices, And Troubleshooting ○ The Service Provider Should Have A Change Manager Responsible For Executing The Change Management Plan, Publishing Communication Plans, And Designing The Training Curriculum ○ The Service Provider Shall Inform The Proponent Office Of Any Challenges Requiring Further Assistance ○ The Service Provider Should Have A Trainer Responsible For Conducting And-user Training And Technical Training Workshops • Post Installation ○ The Service Provider Representative Shall Co-manage The Project With The Assigned Project Focals From The Dswd Ensuring That The System Is Operational 24/7 ○ The Service Provider Should Provide An Escalation Procedure In Reporting Issues And Concerns ○ The Service Provider Should Ensure End-to-end Security To The System To Safeguard Against Breaches And Potential Threats, Including Administration Tools And Best Practices ○ The Service Provider Should Perform Capacity Planning, Identify Requirements, And Provide Recommendations To Enhance The Performance And Usability Of The System. The Service Provider Is Responsible For All Configurations, Including Those For Future Requirements Identified By Dswd ○ The Service Provider Shall Provide A 2-year Warranty Period At No Additional Cost To Address Errors/bugs/vulnerabilities After All The Sprint Has Been Completed • Service Level Agreement ○ The Service Provider Shall Maintain 24/7 Availability ○ The Service Provider Shall Include Unlimited 24x7 Service Support Via Phone, Email, Remote, Or On-site When Needed At No Additional Cost Within The Warranty Period ○ The Service Provider Shall Respond To Support Requests Within The Following Timeframes: 1. Critical Issues: Within 4 Hours 2. High Priority Issues: Within 24 Hours 3. Medium Priority Issues: 1-3 Business Days 4. Low Priority Issues: 1-7 Business Days ○ The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period ○ The Service Provider Shall Provide Thorough Guidance And Comprehensive Documentation For All Changes, Enhancements, And Interventions Made During The Warranty Period ○ The Service Provider Shall Document All Interventions, Changes, Troubleshooting Activities, And Enhancements, Ensuring Approval From The Depaartment’s Designated It Team And Submission Within The Prescribed Period ○ The Service Provider Shall Strictly Adhere To The Existing Ict Policy And/or Guidelines Of The Department Department Of Social Welfare And Development (dswd) • Provide Overall Management Directions To The Project • Support The Offices, Bureaus, Services And Units (obsus) In Establishing Institutional Mechanisms For The Sustainability Of The Project • Enforce A Data Sharing Agreement / Non-disclosure Agreement Among The Project Stakeholders (if Needed) • Ensure That The Project Is Aligned With The Secretary’s Directive Regarding Digitalization, Specifically On The Transition To Online Systems, And Consistent With The Department’s Pgs And Strategy Map • Ensure The Project’s Inclusion In The Dswd Information Systems Strategic Plan • Provide Contextual Inputs To The Service Provider To Ensure Alignment Of The Design And Development Of The Application To The Business Requirements • Review The Quality Of Operations-related And Ict Related Outputs Submitted By The Service Provider Under The Terms Provided Herein • Provide Appropriate Documents Relevant To The Project Within The Duration Of The Engagement • Create A Policy And/or Document Supporting The Sustainability Of This Project • Lead The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets • Ensure Timely Monitoring Of This Project Including But Not Limited To: ○ Deliverables Of The Service Provider ○ Timely Monitoring, Tracking And Updates Of Procurement And Financial Related Activities • Assist In The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets H. Learning And Development Interventions The Following Learning And Development Interventions (ldis) For Dswd End-users And Technical Staff Shall Be Conducted By The Service Provider Who Shall Also Issue Certificates Of Completion To The Participants Duly Signed By A Certified Trainer, At No Extra Cost To The Dswd: • Onboarding Sessions And Other Learning And Development Interventions On The Proposed Platform For Administrators And End-users Within The Subscription Period • At Least Four (4) Training-of-trainers During The Development And/or Prior Development • At Least One (1) Capability-building Session Must Be Held Per Semester During The Warranty Period To Keep Participants Updated On The System Enhancements And Best Practices • At Least One (1) Capability-building Session Must Be Held Per Semester For The Administration Management Console Technical Training For It Administrators I. Confidentiality And Non-disclosure Agreement • All Data And Information Used In This Service Shall Be Governed By Republic Act 10173 – Data Privacy Act Of 2012 • Any Information, Including But Not Limited To The Information Related To Dswd Provided To The Service Provider For The Purpose Of Warehouse Inventory Management Solution Agreement, Are The Sole Property Of The Dswd. The Service Provider Shall Treat This Information As Confidential And Shall Not Disclose It To Any Company, Firm Or Person During The Duration Of The Agreement, Or At Any Time Thereafter. • All Business, Personnel And Technical Information And Any Related Documentation, In Whatever Form, Which The Dswd May Provide Shall Be Used By The Service Provider Solely For The Purpose For Which It Was Provided And Shall Be Treated In Strictest Confidence And Protected; If In Tangible Form, The Same Shall Be Returned To Dswd Upon The End Of The Service Agreement. • All Account Information And Data Are Sole Property Of The Dswd. The Service Provider Shall Not Retain Copies Of It In Any Form Upon The End Of The Service Agreement J. Minimum Qualifications • With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development • With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage • With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients • With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications K. Ownership And Publication Rights • All Documentation Produced Under The Terms Of This Engagement Shall Remain The Property Of Dswd. Dswd Retains The Exclusive Right To Publish Or Disseminate The Knowledge Products Arising From The Engagement Even After The Termination Of This Project • The Service Provider Must Submit A Written Letter When Requesting Raw Data, Versions, And/or Parts Of The Outputs That Will Be Used For Purposes Other Than What Was Originally Agreed Upon With The Terms Of This Engagement • The System Including Source Code That Will Be Developed Shall Be Fully And Exclusively Owned And Used By The Dswd And Shall Not Be Transferred In Favor Of Any Entity And In Any Other Mode. Intellectual Property Over The Design And Implementation Of The Requirements (including Custom Code And Configurations) Shall Remain With Dswd • Source Code Or Binaries, Database Schema And Definitions, Configuration Files And Build Artifacts, Documentation, Licenses And Any Other Custom-developed Artifact Of The Application Specifically Developed For This Project Must Be Submitted To The Dswd In Order For The End-users To Carry Out Independent Maintenance And Updating/modification Of The Application In The Future. The Complete Source Code And Scripts, Properly Versioned, Must Be Submitted To The Dswd Immediately At The Start Of The Implementation Phase L. Budgetary Requirements: The Total Budgetary Requirement Amounts To Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Chargeable Against Ictms 2024 Funds And Payment Will Be Staggered Per Milestone Achievement Following Dswd – Approved Policies And Guidelines. 5. Evaluation Criteria This Project Shall Be Procured Using Section 53.9 (negotiated Procurement-small Value Procurement) Of The Revised 2016 Implementing Rules And Regulations Of Republic Act No. 9184 Or The Government Procurement Reform Act And Pursuant To The Following Criteria: Qualification Rating With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 35% B. The Consulting Firm Has Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 25% With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 35% B. The Consulting Firm Has Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 25% With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% A. The Consulting Firm Has More Than Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% B. The Consulting Firm Has Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 5% With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications 20% A. The Consulting Firm Has 2 Or More Team Of Over Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications 20% B. The Consulting Firm Has Less Than 2 Team Of Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications Role Quantity Project Manager 1 Developers 2 Quality Assurance (qa) Specialist 1 Analyst 1 15% Total 100% Passing Rate 70% Note: Failure To Meet Any Of The Minimum Requirements Per Criteria Stated Above Will Automatically Be Given A Zero (0%) Rating And Will Be Automatically Disqualified. 9. The Dswd Now Invites Interested Consulting Firms To Submit The Following: A. Company Profile/portfolio (highlighting The Years And Experiences Of The Firm And With Proof Of Engagements With The Government); B. Comprehensive Curriculum Vitae (cvs) Of The Project Team Members Including Evidences; C. Financial Proposal (annex A); D. Bir Certificate Of Registration; E. 2025 Mayor’s/business Permit Or 2024 Mayor’s/business Permit With Proof Of Application And/or Official Receipt Of Renewal For 2025 (2025 Mayor’s/business Permit Must Be Submitted As Condition For Payment); F. Income/business Tax Return; G. Duly Notarized Omnibus Sworn Statement With Secretary’s Certificate; And H. Proof Of Philgeps Registration/ Philgeps Registration Number. 10. The Required Documents Shall Be Submitted At The Address Below Or Through Email At Quotations@dswd.gov.ph Not Later Than 5:00pm Of 21 February 2025. 11. The Project Duration For Cy 2025 Is Four (4) Months Upon Receipt Of The Notice To Proceed (ntp). 12. The Consulting Firm Shall Be Required To Issue Official Receipt (or) As Acceptable Evidence Of Receipt Of Payment For Disbursements. The Chairperson Bids And Awards Committee C/o Bids And Awards Committee Secretariat As-procurement Management Division Dswd Central Office Ibp Road, Constitution Hills. Quezon City Telephone Nos.: (02) 8931 8101 To 07 Voip Nos. 10095 Email Address: Bacsec@dswd.gov.phquotations@dswd.gov.ph Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee
Closing Date21 Feb 2025
Tender AmountPHP 992.7 K (USD 17.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Details: Sources Sought Notice Medical Waste Sterilizing Autoclave
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
response Instructions:
do Not Provide More Than 8 Pages, Including Cover Letter Page.
submit Your Response Via Email To: Barron.long@va.gov
submit Your Response Nlt 14:00 (mst) On Friday February 7th
mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive.
va Has Identified The Appropriate North American Industry Classification System (naics) Code 332420 - Autoclaves, Industrial-type, Heavy Gauge Metal, Manufacturing With A Small Business Size Of 750 Employees. Please Identify And Explain Any Naics Codes Your Company Believes Would Better Represent The Predominated Work Included In The Attached Statement Of Work Draft / Salient Characteristics List;
information Requested From Industry:
in Response To The Sources Sought, Interested Contractors Shall Submit The Following Information And Any Capabilities/qualifications Statement To Include But Not Limited To An Overview Of Proposed Solution(s) And A Description Of The Product Your Company Possesses Accordance With The Statement Of Work Draft / Salient Characteristics List.
vendor Name:
sam Uei #:
name Of Manufacturer:
manufacturer Address:
estimated Delivery Time:
sac Fss Contract Number
vendor Point Of Contract (poc) Name
poc Phone Number:
poc Email Address:
statement Of Work
introduction:
the Autoclave Shall Be Delivered Within 120 Calendar Days After The Effective Date Of The Contract. Delivery Dates Specified May Be Adjusted By The Co To Coincide With The Date The Tcpf Will Be Ready To Receive Installation. The Co Will Advise The Contractor Of The New Delivery Date At Least 45 Days Prior To The Original Or Adjusted Delivery Date(s). Deliveries, Cranes, Or Haulage Will Be Arranged With The Contracting Officer Representative (cor), As To Not Interfere With Day-to-day Ancillary Va Medical Services Such As Nutrition/food Service, Laundry Delivery, Maintenance Routes, Etc.
the Autoclave Shall Be Delivered Within 120 Days After The Effective Award Date. Installation Of The Autoclave Shall Take Place No More Than 30 Days After The Delivery Date. The 2 Days Onsite Shakedown And 1-day Onsite Training Are Included In The Installation Timeframe. Training Shall Consist Of Both Operator And Maintenance Personnel At A Minimum.â trainingsâ shall Not To Be Conducted Concurrently. The Total Contract Duration Is 150 Days.
note: Installation Shall Be Continuous, Without Interruption, Monday Through Friday, Excluding Federal Holidays, Until All Installation And Testing Work Has Been Completed. Installation May Take Place On The Weekends If Pre-approval Is Given By The Cor.
site Specific Project Requirements
the Contractor Shall Furnish The Supervision, Labor, Equipment, Tools, Safety, Rigging, Hoisting, Supplies And Installation Services Necessary To Meet The Terms And Conditions In Accordance With The Statement Of Work (sow).
this Sow Includes Removal Of Trade-in Equipment, Delivery, Installation, And Training Of The New Laundry Equipment Installed. The Equipment And Installation Shall Be Conducted In Conformance With The Sow And Technical Specifications Provided Herein. All Items Provided By The Contractor Shall Be New. The Contractor Shall Not Utilize Any Refurbished Equipment, Machinery, Or Parts.
the Autoclave Is To Be Located Within Building 154, Near The Waste Removal Area.
within The New Design Layout Of The Autoclave Area, The Contractor Shall Relocate Existing Lighting Fixtures, And Provide New Energy-efficient, Light-emitting Diode (led) Lighting For Any New Workstation Or Storage Area. New Lighting Shall Comply With Va Lighting Design Guide, January 2022; And Shall Be 50 Foot-candles (minimum) Measured 30-inches Above Floor For Workstation Task Areas, And 35 Foot-candles (minimum) For Storage Areas.
all Valves Within The Layout Of The Autoclave And Equipment Shall Be Ball Valves With The Appropriate Ratings And That Are Part Of The Scope Of Work Within This Rfq.
all Old Piping, Drain Piping, Ductwork, Vents, Hangers, And Water Piping Associated With Equipment Shall Be Removed.
all Piping, Water, Steam, Condensate, And Air Will Be New And Originate From The Nearest Header Within 35 Of The New Autoclave And Electrical For The New Equipment Will Originate From The Electrical Panel Identified By The Station. All Piping, Water, Conduit, Steam, Condensate, And Air Lines Within This Rfq Shall Be New.
waste Material Sorting/recycling
the Contractor Shall Divert Discarded Items And Other Wastes To Recycling Trash Disposal Scheduled Regularly. Items Which Need To Be Sent For Recycling Or Resale Unless Not Feasible Include Pallets, Metals (iron, Copper, Brass, Etc.) Cardboard, Mercury Items, Used Oil, Electronic, Rechargeable Batteries, Wood Products And Debris.
the Contractor Shall Not Store Waste Materials And Items Held For Recycling. Waste Materials Shall Be Stored Prior To Pick Up In A Manner That Does Not Allow The Items To Become A Fire, Health, Environmental Or Safety Hazard Or Provide Harborage For Pests And Consistent With Federal, State And Va (listed In Order Of Preference) Laws And Regulations Governing Storage Of Waste Materials. Actions Include Using Drip Drains Pans, Storing Liquid Wastes Or Items That Rot In Closed Containers, Removing Freon From Junked Air Conditioning, Observing Occupational Safety And Health Administration (osha) And National Fire Protection Association (nfpa) Limits On Sizes Of Piles Of Lumber Or Wood Products. Dumpsters Larger Than One And One-half (1 ½) Cubic Yards In Size Must Be Located At Least Ten (10) Feet From Exterior Walls Of Buildings.
painted Or Treated Lumber, Paint Chips, A Potential Asbestos Containing, Or Asbestos Contaminated Items Should Not Be Recycled But Shall Be Disposed Of Properly. No Waste Material Disposal Is Allowed On Government Property.
the Cor Designated Contractor Staging Area (tbd After Award) Will Be Fully Enclosed Completely With Fencing And Fence Covering Provided By The Contractor. The Fencing Height Shall Be A Minimum Of Six (6) Feet High, With Covering, Signage And Sandbags Or Plastic Temporary Fence Weights.
external Equipment/motor Protection Filters Are To Be Provided For All Air Intakes To Include But Not Limited To Washer Extractors, Electronic Boxes, Mechanical Equipment, Etc., Wherever Air Intakes Are Located. These Are Used As A Primary Pre-filtration Defense To Help Prevent Damage And Extensive Maintenance That Large Volumes Of Lint/debris Can Cause. They Are To Fit All Air Intakes, Motors Etc. And Be Made Of Three-dimensional Electrostatic Media And Encased In A 1/8"-3/8" Rigid Magnetic Galvanized Steel Frame And Contain 2 Layers Of Polypropylene Media. The Media Will Not Shed Fibers, Absorb Moisture, Or Promote Bacterial Growth; The Filter Should Be Designed For Uv Protected, And Stands Up To Extreme Outdoor Or Indoor Exposure, Corrosive Chemicals, High Velocity Air Flow, As Well As Industrial Cleaning And Maintenance Handling.
the Contractor Shall Supply Lock-out/tag-out Devices For Each Piece Of Equipment. All Lock-out/tag-out And Confined Space (cs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Cs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Air Lines, Hydraulic, Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Lines Etc.
the Contractor Shall Supply One (1) Lock-out And Tag-out Kit With The Lock-out/tag-out Devices For Each Piece Of Equipment. The Kits Shall Turned Over To The Cor. All Lock-out / Tag-out And Permit Required Confined Space (prcs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Prcs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Steam, Condensate, Air Lines, Hydraulic Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Etc.
number And Nomenclature Will Separately Identify All Equipment With No Less Than Two (2) Inch Numbers And Letters. Each Piece Of Equipment Will Be Separately Identified And Labeled. Example: Hot Water Heater 1, Hot Water Storage Tank Etc. The Equipment Shall Be Made Compatible To Meet Production Requirements Specified In The Technical Specifications.
contractor Bears All Responsibility For All New Utility Connections. All New Utility Piping That Has Been Added Shall Be Leak Tested (air, Water, Steam And Condensate).
connections To Va Supplied Utilities Shall Be Within 35 Of New Equipment Supplied And Electrical Panel Identified. Penetrations In Floors, Walls And Ceilings Not Utilized Will Be Filled With Existing Floor, Wall, And Ceiling Like Material. All Braces, Pipes (air, Gas, Water, Steam, Condensate, Electrical), Conduit And Duct Work That Will Not Be Utilized Shall Be Removed Back To The Source That Pertains To The Equipment Directly Associated With This Rfq.
the Contractor Shall Not Damage Equipment Frame, Door Panels, Cylinder, Cylinder Panels, Control Box On The Government Installation. If The Contractor Causes Damages To Any Government Property, The Contractor Shall Replace Or Repair The Damage At No Expense To The Government As The Co Directs. If The Contractor Fails Or Refuses To Make Such Repair(s) Or Replacement(s), The Contractor Shall Be Liable For The Cost, Which May Be Deducted From The Contract Price.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
utility Shutdowns And Hot Work Permits
contractor Shall Provide Ten (10) Calendar Days Advance Notice For Any Planned Utility Shutdowns And Should Be Indicated On The Project Schedule.
contractor Shall Follow Stations Protocol On Notice Of Any Hot Work Permits Needed.
the Tcpf Will Be Open During The Project. The Contractor Will Have Access To The Tcpf Seven Days A Week From 7:00 Am Through 3:30pm. On The Weekends There Will Be A Staff Member On Station To Allow Entrance And Will Monitor The Contractor While They Are On Station.
note: With Cor Approval The Contractor May Work Evenings And/or Weekends To Accomplish The Work Required.
badge Requirements
the Contractor S Personnel (including Subcontractors) Anticipated To Be On Site For More Than Two (2) Days Will Need To Obtain A Piv Badge Through The Va Cor. [note: Piv Badges Require At Least 30 Days To Secure So It Would Be Beneficial For The Contractor To Start This Process Immediately.]
site Visit
the Contractor Has The Responsibility Of Visiting The Site And Examine The The Installation Area. Failure On The Part Of The Contractor To Accomplish A Site Visit And Become Thoroughly Familiar With All Conditions That May Affect Their Quote Will Be At The Contractor S Risk.
the Ft. Harrison Tcpf Will Accommodate Site Visits As They Are Requested. The Site Visits May Be On Different Dates Or All On The Same Date, Depending On If/when Requests Are Made By The Contractor. The Contractor Must Request A Scheduled Date To Visit The Ft. Harrison Tcpf And The Cor Will Determine If The Requested Date Is Available. Site Visit Requests Shall Be Made By Contacting.
exemption Certificate
the Cor Will Provide A Valid Certificate Of Exemption For The State Of Montana Sales And Use Tax To The Contractor.
general Installation Requirements
existing Utilities Shall Be Utilized To Meet The Performance Requirements Of The Technical Specifications. Connection Points For All Equipment Shall Be Within 35 Of New Equipment. When Existing Service Lines Require Demolition, They Shall Be Removed Back To The Source.
the Contractor Shall Ensure Maximum Utilization Of Existing Equipment Space To Prevent Additional Plumbing, Electrical Or Other Utilities.
should Additional Utilities Be Required For The Equipment, These Utilities Shall Be The Responsibility Of The Contractor. Utilities Are Electric, Water, Steam, Condensate And Air Lines.
all Exposed Utility/ductwork/piping Systems, Control Boxes And Motors That Are Exposed To Floor Traffic Shall Be Appropriately Guarded And Protected.
equipment And Materials Shall Be Suitable For Installation In Available Space, Arranged For Safe, Efficient, And Convenient Operation And Maintenance, And If Applicable With Referenced Specifications To Include A Summary Of Routine Preventative Maintenance For Each Piece Of Equipment.
the Contractor Shall Furnish All Labor And Materials Necessary For Storage And Installation Of New Equipment. Installation Shall Include, But Is Not Limited To:
all Mounting Holes Shall Be Utilized For Anchoring Equipment. Secure Mounts Shall Be Laid Out In Advance For Review And Approval By The Cor.
any And All Penetrations Of Walls, Ceilings And Floors For The Installation Or Removal Of Electrical Conduit, Pipes, Ductwork, Liquid Supply Lines, Communication Wiring, Etc. Shall Be Sealed With An Approved Fire-retardant Material (not Foam) And Shall Match Existing Materials On Both Sides Of The Penetration.
contractor Is To Supply New Utility Connections (i.e., Wall/ceiling Mounts, Junction Boxes, Raceways, And Conduits).
the Contractor Shall Be Responsible For All Control Wiring Including Disconnects Interconnections, And Conduit. Interconnecting Consists Of All Control Wiring, All Ductwork, Interconnecting Pieces Of Equipment And Outside Vents, All Airlines, And All Connections From Va Supplied Utilities.
all Installation And/or Modifications Of Utilities And Structures, Shall Match Existing Materials. No Wooden Platforms Allowed.
all Pipes, Vents, Drains, Electrical Boxes, Ductwork, And Conduit Shall Be New.
all Pipes And Ductwork Shall Be Insulated. All Conduits And Air Pipes Shall Not Be Painted. All Vents And Drains Shall Be Painted, (refer To The Table Below For Colors). All Insulation Shall Be Wrapped With White Pvc Plastic As Indicated Below. Pvc Covering Shall Be A Minimum .030 Thickness. Flow Markings And Identification Of All Pipes, Vents, Ductwork, And Airlines To Equipment Shall Be Appropriately Marked With A Minimum Of Two (2) Inch Letters. Pre-made Adhesives Are Acceptable, Spray-painting Stencils Are Not Acceptable.
air Piping:
(only Identification/flow Markings)
air Intake Ductwork:
safety White Pvc (identification And Flow Markings)
large Dryer Air Exhaust Ductwork:
safety White Pvc Textured Aluminum (identification & Flow Markings)
small Dryer Air Exhaust Ductwork:
safety White Pvc (identification & Flow Markings)
vent Pipe:
painted Flat Black (identification And Flow Markings)
drain Line:
painted Flat Black (identification And Flow Markings)
domestic Water:
safety White Pvc (identification And Flow Markings)
fire Suppression Piping:
painted Bright Red (identification And Flow Markings)
outside Exposed Ductwork:
sealed Watertight And Weather-proofed To Protect From The Environment
all Conduits:
not Painted
installation Of Piping, Sleeves, Inserts, Hangers, And Equipment Shall Be In Accordance With The Installation Design Drawing And Shall Be Sealed By A Licensed Professional Architect And Engineer, Which Were Previously Approved By The Cor. In The Installation Design Drawings, The Contractor Shall Locate Drains, Piping, Sleeves, Inserts, Hangers, And Equipment Out Of The Way Of Windows, Doors, Openings, Light Outlets And Other Services And Utilities. All Piping Shall Be Installed To Comply With Accepted National And Local Plumbing Practices. Mechanical Or Grooved Fittings On Mechanical Piping Are Acceptable.
if Necessary To Drill Through Structural Sections, The Contractor Shall Notify The Cor Immediately. The Cor Shall Work With A Structural Engineer To Determine Proper Location. The Cor Shall Instruct Contractor On Structural Location To Continue Work.
install Gauges, Thermometers, Valves, And Other Mechanical And Electrical Devices For Ease Of Reading, Operating, And Maintaining. Servicing Shall Not Require Dismantling Of Adjacent Equipment, Electric Or Pipe Work.
valve Tags - Furnish And Install Valve Tags On All Compressed Air, Gas, Steam, Condensate And Water Valves On Equipment And Connection Points. Tags Shall Be Engraved With Identification (gas, Air Etc.), Black Filled Identification, Numbers, And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2-inch Round Brass Disc; Tags Shall Be Attached With Brass Hooks Or Brass Chain.
trap Tags: Furnish And Install All Steam Trap Tags On Equipment And Connection Points Of The Textile Care Processing Equipment. Tags Shall E Engraved, Black Filled Numbers And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2 Inch Round Brass Disc, Tags Shall Be Attached With Brass Hooks Or Brass Chain.
the Contractor Shall Provide Two (2) Valve Lists And Two (2) Steam Trap Lists On Typed Plastic-coated Cards, Sized 8-1/2-inch X 11 Inch Showing Tag Number, Valve Type, Valve Function And Location Area Of Valve For Each Service Or System To The Cor.
equipment, Motors, Piping, Ductwork And Any Other Components Or Materials Shall Be Protected Against Physical Damage From Carts With Guardrails Supplied By The Contractor.
belts, Chains, Pulleys, Couplings, Motor Shafts, Gears Or Other Moving Parts Shall Be Fully Guarded In Accordance With Osha 1910.219. Guard Parts Shall Be Rigid And Suitably Secured And Be Readily Removable Without Disassembling The Guarded Unit.
a Minimum Clearance Of 36 Inches Between Moving Parts And Fixed Objects And 24 Inches Between Non-moving Parts And Fixed Objects Is Required In Accordance With Osha 1910.219. All Conveyor Rollers Shall Have Roll Caps Installed And Guards Will Be Provided Under All Conveyors.
plumbing Requirements
plumbing
grooved Or Mechanical Fittings Are Allowed On Piping.
the Contractor Shall Not Use Cast Iron Fittings, And Components Or Malleable/ductile Fittings Anywhere In The High-pressure And Medium Pressure Steam System (15 Psi Or Above). The Contractor Shall Only Use Cast Steel Or Forged Steel Fittings And Components, In Accordance With Applicable Va Master Specifications Found At Https://www.cfm.va.gov/til/spec.asp
traps
the Contractor Shall Provide Traps On All Sanitary Branch Waste
connections From Fixtures Or Equipment Not Provided With Traps. Exposed Brass Shall Be Polished Brass Chromium Plated With Nipple And Set Screw Escutcheons. Concealed Traps May Be Rough Cast Brass. Slip Joints Are Not Permitted On Sewer Side Of Trap. Traps Shall Correspond To Fittings On Cast Iron Soil Pipe Or Steel Pipe Respectively, And Size Shall Be As Required By Connected Service Or Fixture.
plumbing Installation
in Accordance With The National Standard Plumbing Code, 2021 Edition.
pipe Saddles Shall Be Installed On The Outside Of All Insulation And Pvc Coverings.
escutcheons Shall Be Installed At All Floors, Wall And Ceiling Locations That Pipe, Conduits, Vents And Ductwork Penetrate.
pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Pipe, Except For Plastic And Glass, Shall Be Reamed To Full Size After Cutting.
all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work.
install Valves With Stem In Horizontal Position Whenever Possible. All Valves Shall Be Easily Accessible.
piping Shall Conform To The Following:
waste, Storm Water Drain And Vent: Drain To Main Stack As Follows:
pipe Size Minimum Pitch
3 Inch And Smaller 1/4 Inch To The Foot
4 Inch And Larger 1/8 Inch To The Foot
exhaust Vent
extend Exhaust Vents Separately Through Roof. Sanitary Vents Shall Not Connect To Exhaust Vents.
insulation Requirements
unless Specified In Other Sections Of The Technical Specifications, Cellular Glass Insulation Is Required For Hot Water Piping. A Minimum 1.5 Inches Thick For Hot Water Is Required. All Insulation On Piping And Equipment Shall Be Terminated Square At Items Not To Be Insulated, Access Openings And Nameplates. Cover All Exposed Raw Insulation With Sealer Or Jacket Material That Does Match The Color Of The Insulation.
water Piping
interior Domestic Water Piping Shall Be Copper Tube, Type L Drawn Per Astm B88. Fittings For Copper Tube Must Be Wrought Copper Or Bronze Castings Conforming To Ansi B16.18 And B16.22. Unions Shall Be Bronze In Accordance With Federal Specification Ww-u-516 With Solder Or Braze Joints Including Adapters For Joining Screwed Pipe To Copper Tubing.
air Piping
interior To The Building And Outdoor External Air Piping Shall Be Copper Tube.
all Piping Shall Be Installed Parallel To Walls And Column Centerlines. Pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Except For Plastic And Glass, Pipe Shall Be Reamed To Full Size After Cutting. Copper Piping Work Shall Be Performed In Accordance With Best Practices Requiring Accurately Cut Clean Joints And Soldering In Accordance With The Recommended Practices For The Material And Solder Employed.
all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work.
install Ball Valves In Horizontal Position. All Valves Shall Be Easily Accessible.
pipe Saddles Shall Be On The Outside Of All Insulation And Pvc Coverings.
pipe Escutcheons Will Be Used For All Pipe Penetrations Through Walls, Floors, And Ceilings.
electrical Requirements
electrical
electrical Installation
conduits, Fittings, And Electrical Wire
all Electrical Installations Shall Conform To Requirements Of The National Electrical Code (nec).
install A New Power Disconnect Box For Each Piece Of Equipment.
all Electrical Wire Shall Be Copper, Heat Resistant Grade, Thermoplastic Insulated. Control Wiring Shall Be (stranded) Thermoplastic High Heat Nylon (thhn)/thermoplastic Heat And Water-resistant Nylon (thwn) Or Equal. Intermediate Wall Conduit Is Required. Provide Conduit Trapeze Hangers.
all Power Wiring Shall Have A Minimum Conduit Size Of 3/4-inch In Diameter. Color Coding Of All Wiring Shall Be In Accordance With Established Nfpa 70.
all Low Voltage Communication Wire Used For Data Management Systems, Liquid Supply Systems And Intercoms Shall Be Installed In Minimum 3/4-inch Diameter Protective Conduit. Wire Nuts Shall Not Be Used For Any Connections.
electrical Wiring Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
wiring Shall Not Be Cut, Abraded, Nor Have Excessive Insulation Stripped, And Shall Be Properly And Tightly Joined At Terminals.
wire Nuts Shall Not Be Used, And Solderless Connectors Shall Have Insulation Grip. Wiring Shall Have Adequate Slack To Provide Strain Relief. Wire Nuts Are Only Acceptable For Electrical Installation Of Motors And Terminal Boxes.
wiring Shall Be Provided Between Motors, Controllers, Timers, Pushbuttons, Starters, And Limit Switches Installed On Or Within The Equipment And Shall Be Done With Materials As Applicable, Except Liquid Tight Flexible Conduit Shall Be Used Where Required For Belt Adjustment By Moving A Motor Or For Vibration Isolation.
all Wiring Shall Terminate In Connection Boxes With Provisions For Connections Beyond The Machine; Each Conductor Shall Be Identified By A Different Color.
the Line Voltage Side Of The Work Is A Single Point Demo And Termination To A Prewired Control Cabinet.
electrical Identification Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
install Nameplates - Center On Device, Cover Plate, Or Enclosure.
use Power Source Designations Defined In The Technical Specifications. Indicate Electrical Power Loads Served Using Designations From Electrical Schedules And Designations From The Appropriate Trade Furnishing The Equipment Served.
lettering Shall Include Name Of Equipment, The Specific Unit Number, And Any Reference To On/off Or Other Instructions That Are Applicable.
all Labeling Shall Be On Laminated Phenolic Nameplates And Shall Be Placed On Equipment.
nameplates Shall Be Laminated Phenolic With A Blue Surface (480 Volts)/black Surface (208 Volts) And White Core. Use 1/16-inch Thick Material For Plates Up To 2 Inch X 4 Inch. For Larger Sizes, Use 1/8-inch Thick Material.
the Contractor Shall Mark All 4-plex Outlets And Boxes With The Electrical Panel, Circuit, And Branch Identification.
electrical Protection
the Contractor Shall Provide Any Protective Methodology Or Devices Necessary To Protect The Equipment From:
damage Due To Electrical Power Problems, Including Brownouts, Emergency Power Interruptions, Electrical Surges, Sags, And Electrical Storms.
any Equipment Located Outside The Building Or On The Roof Shall Have Lightning Protection Installed.
data Loss Due To Electrical Power Problems. All Equipment Electronics Shall Be Protected With A Power Monitor Hook-up Point And Power Monitor.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
uninterrupted Power Supply (ups) Shall Be Installed For All Equipment Supplied. (minimum 2-hour Back-up).
electrical Receptacles And Outlets
receptacles Shall Be Underwriters Laboratories Certified.
mounting Screws, Mounting Strap And Terminal Screws Shall Be Brass Or A Copper Alloy Metal.
receptacles Shall Have Provisions For Back Wiring From Four (minimum) Separate Wiring Holes And Side Wiring From Four Captivity Held Binding Screws.
ground Fault Interrupter (gfi) Four-plex Receptacles Shall Be Single Phase, 20 Ampere, 120 Volts, 2-pole, 3-wire, Us National Electrical Manufacturers Association (nema) 5-2or.
the Duplex Type Receptacles Shall Have Break-off Feature For Two Circuit Operation. The Ungrounded Pole Of Each Receptacle Shall Be Provided With A Separate Terminal.
the Receptacle Bodies Shall Be White In Color.
four-plex Receptacles With Gfi Shall Be An Integral Unit Suitable For Mounting In A Standard Outlet Box.
gfi Shall Consist Of A Differential Current Transformer, Solid State Sensing Circuitry And A Circuit Interrupter Switch And Shall Be Rated For Operation On A 160 Hz, 120-volt, 20 Ampere Branch Circuit. The Device Shall Have Nominal Sensitivity To Ground Leakage Current Of Five (5) Milliamperes And Shall Function To Interrupt The Current Supply For Any Value Of Ground Leakage Current Above Five (5) Milliamperes On The Load Side Of The Device. The Device Shall Have A Minimum Nominal Tripping Time Of 1/30th Of A Second.
receptacles 20, 30 And 50 Ampere, 250 Volt: Shall Be Complete With Appropriate Cord Grip Plug.
weatherproof Receptacles
shall Consist Of A Duplex Receptacle, Mounted In Box With Gasket, Weatherproof, Cast Metal Cover Plate And Cap Over Each Receptacle Opening. The Cap Shall Be Permanently Attached To The Cover Plate By A Spring Hinged Flap. The Weatherproof Integrity Shall Not Be Affected When Heavy Duty Specification Or Hospital Grade Attachment Plug Caps Are Inserted. Cover Plates On Outlet Boxes Mounted Flush In The Wall Shall Be Gasket To The Wall In A Watertight Manner.
wall Plates
wall Plates For Switches And Receptacles Shall Be As Specified By The Cor. Oversize Plates Will Not Be Acceptable.
wall Plate Color Shall Be White.
standard Nema Design, So That Products Of Different Manufacturers Must Be Interchangeable.
for Receptacles Or Switches Mounted Adjacent To Each Other, Wall Plates Shall Be Common For Each Group Of Receptacles Or Switches.
the Contractor Shall Provide 4-plex Receptacle At Each Equipment Location For Mechanic S Use.
marking Pen Labeling
use For All Junction And Outlet Boxes Or Portions Of Junction Boxes With Power Wiring, Communication Systems, Pull And Junction Boxes, And Conduit Installed For Future Use. For All Boxes With Power Wiring, Indicate Appropriate Panel And Circuit Number(s) Where Applicable, Etc. Label Inside Covers In Finished Areas And Outside Covers In Unfinished Areas. Labeling Shall Be Completed Using Permanent, Waterproof, Quick Drying Marking Pen.
label Tapes
label Each Conductor At Origin And Destination Points And At All Junction Boxes Where Two Or More Feeder Or Control Circuits Are Present. Identify With Branch Circuit Or Feeder Number For Power And Lighting Circuits, And With Control Conductors, Number As Indicated On Schematic And Interconnection Diagrams Or Equipment Manufacturer's Drawings For Control Wiring. Using Cloth, Plastic, Split Sleeve Or Tubing Type Wire And Cable Label Markers.
dielectric Fittings
provide Dielectric Couplings Or Unions Between Ferrous And Non-ferrous Pipe. In Addition, Provide Threaded Dielectric Unions For Pipe Sizes 2 Inches And Under. For 2-1/2 Inches And Above, Provide Copper And Steel Flanges Electrically Isolated At Gasket And By Sleeves At Bolts. Fittings On Cold Water And Soft Water Lines Shall Be Rated For 100 Psi, 80 Degrees F. Fittings On Other Services Shall Be Rated For The Maximum Pressure And Temperature Conditions Of The Service. Where Copper Piping Is Connected To Steel Piping, Provide Dielectric Connections.
prefabricated Roof Curbs
galvanized Steel Or Extruded Aluminum 12 Inches Overall Height, Continuous Welded Corner Seams, Treated Wood Nailer, 1-1/2 Inch Thick, 3-pound Density Rigid Mineral Fiberboard Insulation With Metal Liner, And Built-in Curved Cantilever Strip. Provide Raised Cantilever Strip (recessed Mounting Flange) To Start At The Upper Surface Of The Insulation. Curbs Shall Be Constructed For Pitched Roof Or Ridge Mounting As Required To Keep Top Of Curb Level.
installation Requirements
approval For The Contractor To Proceed With Installation Shall Be Contingent Upon The Acceptance Of The Design Submittals And Written Notification To Proceed With Installation From The Cor.
the Contractor Shall Be Responsible For The Determination Of, And Compliance With, Federal, State, And Local Code Requirements, Design Data, And Other Factors Necessary To Design And Install The System.
the Contractor Shall Verify The Location Of Extant Utilities. Contractor Shall Connect To Designated Utilities In A Manner Conforming To A Nationally Recognized Code And At A Time Satisfactory To Minimize Or Preclude Disruption To Existing Functions Or Clinical Services.
the Contractor Shall Be Responsible For Installation, Which Consists Of Assembling, Positioning, And Mounting Of All Equipment And Connections Of All Cables. The Contractor Is Responsible For Furnishing And Pulling All Interconnecting Wiring And Cabling, Including Wiring, And Cabling To Be Pulled Through Conduit And Raceways. It Is The Responsibility Of The Contractor To Supply And Install Junction Boxes; Wall/ceiling Mounts And Support Structures.
the Contractor Shall Provide Certified Field Engineers Or Technicians To Conduct All Necessary Tests During Installation. Contractor Shall Provide Copies Of The Certifications Upon Government Request.
the Contractor Shall Inform The Co And Cor Of Any Problems As They Occur In Connection With Installation, Or Issues Which Will Affect Optimum Performance Shall Be Reported Prior To The Start Of Installation. Installation Shall Not Proceed Under Such Circumstances Until Authorized By The Co.
availability Of Parts And Service
the Quoter Shall Guarantee The Contractor Availability Of Servicing And Replacement Parts For A Period Of Ten (10) Years To The Government For The Laundry Equipment Being Procured Under This Rfq.
incorporation Of Documents
the Following Documents Are Hereby Incorporated By Reference And Made A Part Of This Rfq.
the Equipment And Installation Supplies Shall Conform To The Following Standards:
air Moving And Conditioning Association, Inc. (amca) Standards, 2009 Edition.
american National Standards Institute (ansi), 2021 Edition. Z8.1-2006 Safety Requirements For Commercial Laundry And Dry Cleaning Operations.
femp: Federal Energy Management Program (energy Efficient Product Rating).
hvac Duct Construction Standards-metal & Flexible.
national Electrical Manufacturers Association (nema), 2021 Edition.
national Fire Protection Association (nfpa), 2021 Edition. All Nfpa Standards And Codes. National Electrical Code (nec), 2020 Edition.
national Standard Plumbing Code, 2021 Edition.
occupational Safety And Health Administration (osha) 29 Cfr 1910.
sheet Metal And Air Conditioning Contractors National Association (smacna), 2021 Edition.
sheet Metal Contractors National Association Inc. Publication, 2019 Edition.
underwriters Laboratories Standards, 2022 Edition.
city, County, State, Federal, Va And National Environmental, Fire And Safety Regulations/standards.
Closing Date7 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or A Request For Quote (rfq). The Department Of Veterans Affairs Is Not Soliciting Offers Of Any Kind. No Contract Award Will Be Made On The Basis Of Any Response(s) To This Notice. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. In Accordance With The Federal Acquisition Regulation (far) Part 10 On Market Research And Public Law 109-461, The Department Of Veterans Affairs Is Conducting Market Research To Identify Verified Service-disabled Veteran-owned Small Business (sdvosb) Concerns That Have The Capability To Provide Contractor Support Services To The Government At A Fair And Reasonable Price. This Announcement Is For Informational And Planning Purposes Only And Should Not Be Interpreted As A Commitment By The Government To Issue A Solicitation Or Award A Contract. A Sources Sought Notice (36c776-24-q-0280) Was Posted On Sam.gov On July 22, 2024. Initially, The Va Sought To Consolidate Acquisition Support Services And Acquisition Utilization Services Into A Single Indefinite Delivery, Indefinite Quantity (idiq) Contract. However, The Va Has Decided That Combining The Roles Of 1101 And 1102 Is Not The Best Approach. This Request For Information (rfi) Aims To Inform The Industry Of Our Revised Plan To Conduct Market Research Specifically For 1102 Contract Specialist Support Only. The U.s. Department Of Veterans Affairs (va), Veterans Health Administration (vha), Regional Procurement Office Central (rpo-c) Has A Need For An Experienced Contractor Who Has Five (5) Or More Years Of Experience Supplying Acquisition Support Services To Federal Agencies.â The Contractor Is Needed To Assist Various Contracting Teams In Their Procurement Requirements. The Contractor Shall Provide Experienced Entry-level Contract Support (ecs), Mid-level Contract Support (mcs), And Senior Contract Support (scs). Contractor Acquisition Support Services Will Be Required Throughout The Life Of This Contract. The Contractor S Office And Contractor Personnel Shall Be Located Within The Continental United States, Alaska, Hawaii And Puerto Rico. The Contractor Shall Provide Non-personal, Non-inherently Governmental Acquisition Support Services In Support Of The Vha S Contracting Offices. The Contractor And Contractor Personnel Shall Not Be Designated As The Co Or Cor Or Make Decisions; Rather They Will Support The Various Va Procurement Teams In Their Procurement Needs. Contractor Personnel May Not Supervise Or Otherwise Direct Government Employees. Va Cos, Css, Cors And Other Staff Shall Ultimately Be Responsible For Making Decisions On Behalf Of Va.â Final Contract Support Services Performance Work Statement (pws) Introduction The U.s. Department Of Veterans Affairs (va), Veterans Health Administration (vha), Regional Procurement Office - Central (rpo-c) Has A Need For Contract Support Services To Assist Various Vha Central Region Contracting Teams In Their Procurement Requirements. The Contractor Shall Provide Experienced Contract Acquisition Specialists As Outlined In Section 4 Of This Performance Work Statement (pws). Scope Of Work Contractor Support Services Will Be Required Throughout The Life Of This Contract. The Contractor S Office And Contractor Personnel Shall Be Located Within The Continental United States, Alaska, Hawaii And Puerto Rico. The Contractor Shall Provide Non-personal, Non-inherently Governmental Contract Support Services In Support Of The Vha S Contracting Offices. The Contractor And Contractor Personnel Shall Not Be Designated As The Co Or Cor Or Make Decisions; Rather They Will Support The Various Va Procurement Teams In Their Procurement Needs. Contractor Personnel May Not Supervise Or Otherwise Direct Government Employees. Va Cos, Css, Cors And Other Staff Shall Ultimately Be Responsible For Making Decisions On Behalf Of Va. Contract Support Services May Include, But Are Not Limited To Strategy, Planning, Data Analysis, Requirements And/or Documentation Development, Preparing Independent Government Cost Estimate (igce), Compliance Reviews For Acquisition Documents And Forms. Services May Include Advisory Support And Assisting Functional Area Technical Experts With The Development Of Writing Requirements Into Sound/sufficient Statement Of Work (sow), Pws And/or Orders. Other Support Functions May Include Acquisition Planning, Solicitation Preparation, Market Research/analysis, Source Selection Document Preparation, Administration Of Terms And Conditions, Preparing Contract Modifications And Documents, Cost/price Analysis, Development Of Analytics, Creating Reports, Preparation Of Contract Termination Documents, And Drafting Contract Close-out Documents. Successful Performance Of This Contract Requires A Wide Variety Of Associated Procurement Skills And Activities Including Research, Analysis, Data Entry, Writing, Document Preparation, Editing, Scanning, Document Management, Phone Calls, Faxing, Filing, And Other Activities As Necessary To Complete The Tasks Assigned. Description Of Services During The Life Of The Resulting Contract The Contractor Will Be Required To Provide Three Contract Support Categories Which Include Diverse And Various Support Responsibilities In Support Of The Nco/pcac. The Contractor Shall Provide Qualified Personnel Who Can Perform Cradle To Grave Acquisitions Functions In Accordance With The Federal Acquisition Regulations (far), Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Contractor Personnel Shall Perform Pre-award Procurement Functions Such As Requirements Definition, Market Research, Drafting Contractual Documents Such As Solicitations, Awards, And Amendments Using The Electronic Contract Management System (ecms), Coordinating With Requiring Activities, Industry, And Other Stakeholders, And Completing Contractual Files. Contractor Personnel Shall Perform Post-award Procurement Functions Such As Drafting Modifications, Drafting Option Year Notices And Modifications, Monitoring Contractor Performance, And Preparing Contracts For Close-out. Requirement Qualifications And Categories Minimum Qualifications: Each Proposed Candidate Shall Possess All The Demonstrated Experience And Educational Requirements Described In This Section For The Specific Discipline Needed On Each Task Order Executed. Pre-screened Detailed Resumes Showing Work Experience (to Include Actual Duties Performed, Contract Types And Actions; Not Only Job Descriptions) Must Be Submitted To And Approved By The Cor To Start The Onboarding Process. If An Nco/pcac Is Looking For A Specific Type Of Acquisition Experience, Such As Construction, Complex Services, And/or Leasing, The Contractor Will Be Advised When A Task Order Is Issued. Entry-level Contract Support (ecs): Each Proposed Ecs Shall Possess All The Demonstrated Experience And Educational Requirements As Delineated In This Section. Experience Must Reflect Abilities To Support Federal Acquisitions. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Applicant Must Possess All Minimum Qualifications. Education: Four (4) Years Above High School From An Accredited College Or University As Recognized By The Secretary, U.s. Department Of Education. Experience: The Ecs Shall Have A Minimum Of Two (2) Years Of Federal Contracting Experience Working On Government Acquisitions Within The Last Five (5) Years. Additional Required Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.1.1. And 4.1.2., The Ecs Must Possess The Following Knowledge And Skills: Ability To Conduct Comprehensive Review Of Procurement Documents For Accuracy, Adequacy, And Completeness. Ability To Identify And Resolve Inconsistencies Through Communication. Ability To Read And Interpret Federal And Agency Acquisition Policy, Regulations, And Directives. Ability To Draft And Prepare Contract Related Documents And Forms. Ability To Perform And/or Evaluate Market Research, Trends, Conditions, Alternative Sources, And Technological Advances As They Apply To The Program. Ability To Prepare And Process Purchase Requisitions And Procurement Packages To The Supporting Co For Award. Ability To Research, Analyze, Prepare, And Review Invoice Receipts, Receiving Reports, Fund Status, Final Payments, Release Of Claims, Certificates Of Completion, Close-out Documents, And Any Additional Supporting Documents Or Activities Needed For Contract Closeout. Ability To Investigate, Review, And Prepare Open Obligations/undelivered Orders (udo) For Closeout. Ability To Perform Post-award Administration In Support Of Co. Ability To Monitor Quality Assurance Surveillance Plans (qasps) To Ensure Contracted Services Meet Contract Requirements Along With The Expectations And Needs Of The Facility. Mid-level Contract Support (mcs): The Mcs Shall Possess All The Demonstrated Experience And Educational Requirements Delineated In This Section. Experience Must Reflect Abilities To Support Federal Acquisitions. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Candidate Must Possess All Minimum Qualifications As Verified By A Signed And Dated Resume By The Individual And A Corporate Executive. Resume Must Reflect Documented Experience Of Pre- And Post-award Acquisition Processes And Activities. Experience: A Minimum Of Three (3) Recent Years (within The Last Five Years) Relevant Experience In Conducting Comprehensive Contract Acquisition Support Services With Knowledge Of Federal Acquisition Regulation (far), Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Education: Bachelor's Degree With A Major In Any Field; Or At Least Twenty-four (24) Semester Hours In Any Combination Of The Following Fields: Accounting, Business, Finance, Law, Contracts, Purchasing, Economics, Industrial Management, Marketing, Quantitative Methods, And Organization And Management. Additional Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.2.1. And 4.2.2., The Mcs Must Possess The Knowledge And Skills Of An Ecs As Described In Section 4.1.3. As Well As The Following Knowledge And Skills: Possess A Working Knowledge Of The Federal Acquisition Life Cycle. Ability To Conduct Comprehensive Research And Analysis Of Technical And Cost/price Data. Ability To Read And Interpret Federal Acquisition Policy, Regulations, And Directives. Ability To Review And/or Write Requirements, Ensuring Receipt Of Sound And Sufficient Procurement Packages Submitted By Nco Customers. Ability To Provide Business Advice And Assistance To Functional Area Technical Experts, Requiring Activities, And Customers. Ability To Analyze And Assist In The Development Of Igces. Ability To Work With The Technical Experts And The Co To Ensure Project Milestones Are Reflected In The Contractual Documents And Project Plan. Ability To Plan, Coordinate, Evaluate, And Execute The Logistical Actions Required To Support The Mission Of The Organization. Ability To Support, Coordinate, And Assist With The Planning, Preparing, Developing, Executing, And Maintaining Of Current Acquisition Plans, Strategies, And Overall Program Office Acquisition Administration Functions Including Program Control And Tracking. Ability To Research And Review All Applicable Policies, Guidance, And Regulations To Support The Customer And Contracting Officer (co) In Their Decision Making. Ability To Coordinate With Leadership, Staff, And Other Stakeholders To Conduct Analyses And Recommend Or Develop A Course Of Action. Ability To Assist In The Performance Of Cost Benefit Analysis. Ability To Analyze And Evaluate Pricing Data And Other Types Of Pricing Information To Draft A Price Reasonableness Recommendation For The Co. Ability To Establish Parameters And Maintain Controls To Ensure Contracts Are Executed In Accordance With Terms And Conditions. Ability To Assist With Monitoring Contract Performance Over The Life Of The Concerning Contract And Demonstrate The Ability To Solve A Broad Range Of Problems Relating To Proposals For Change, Claims, Payments, And Similar Problems. Ability To Prepare Or Draft Contract Modifications And Associated Modification Documentation Requirements. Ability To Support Cos And Css On All Phases Of Acquisition For Contract Modifications, Change Orders, Supplemental Agreements And Delivery Order Processes Including Requirements Requiring Definitions, Justification And Approval For Service Contract Extension, Method Of Contracting, Evaluation Of Proposals And Advice Concerning Contract Administration. Senior Contract Support (scs): The Scs Must Possess All The Demonstrated Experience And Knowledge Requirements Delineated In This Section. Experience Must Reflect Abilities To Support All Federal Acquisitions Regardless Of Acquisition Type Or Dollar Value. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Candidate Must Possess All Minimum Qualifications As Verified By A Signed And Dated Resume By The Individual And A Corporate Executive. Resume Must Reflect Abilities To Support All Aspects Of Acquisition To Include Experience With Contracts Greater Than The Sat. Experience: A Minimum Of Five (5) Recent Years Within The Last Seven (7) Years Relevant Experience In Conducting Comprehensive And Complex Contract Acquisition Support Services With An Extensive Knowledge Of The Far, Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Resume Must Reflect Documented Experience Of Pre- And Post-award Acquisition Processes And Activities Along With Related Training And Certifications. 4.3.1.1. Construction/architect-engineering (ae) Specialized Experience Requirements. Ability To Apply The Required Knowledge Of Laws, Regulations, And Procedures To The Act Of Properly Issuing And Administering A Construction Contract In Accordance With Federal Acquisition Laws, Regulations, And Best Business Practices. Have Knowledge Of Construction And Ae Contracting Request And Develop Construction/ae Solicitation Packages In Accordance With Far, Vaar, And Agency Policies And Procedures. Familiar With Far Part(s) 14, 15, 36, And 43. Unless Otherwise Approved By The Va Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Construction/ae Requirements Must Also Have The Following Experience: (1) 3 Years Of Experience In Developing Ae Solicitations And Administrating Ae Contracts And Modifications; (2) 3 Years Of Experience Developing Construction Solicitations And Administering Construction Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. 4.3.1.2. Complex Service Contracts (such As Health Care Contracts) Experience Requirements. Have In-depth Knowledge Of Far 13/15. Familiarity With Medical Language. Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Complex Service Contracts Must Also Have The Following Experience: 5 Years Of Experience Developing Complex Service Solicitations And Administering Complex Service Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. 4.3.1.3. Leasing And Specialized Experience Requirements: Be Familiar With Real Property Leasing, Utilities Contracts, Sharing Of Space And Other Non-medical Agreements (selling/sharing Agreements, Revokable Licenses, Interagency Agreements), And Hotel Services For Veterans Using Procedures Outlined In The Far, Vaar, General Services Acquisition Manual (gsam), General Services Acquisition Regulation (gsar), Public Laws, And Agency Policy. Unless Otherwise Approved By The Va Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Leasing And Specialized Contracts Must Also Have The Following Experience: 2 Years Of Experience Developing Real Property/lease Related Solicitations, Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. Education: Bachelor's Degree With A Major In Any Field; Or At Least Twenty-four (24) Semester Hours In Any Combination Of The Following Fields: Accounting, Business, Finance, Law, Contracts, Purchasing, Economics, Industrial Management, Marketing, Quantitative Methods, And Organization And Management. A Federal Acquisition Certification In Contracting (fac-c Level I, Ii, Or Iii), Fac-c (professional), Or Dawia Level Iii In Contacting Certification Or Courses Leading To Certification, Or Demonstration Of The Completion Of Commercial Courses Equivalent To Certification. Additional Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.3.1. And 4.3.2., The Scs Shall Possess The Following Knowledge And Skills An Mcs As Described In Section 4.2.3. As Well As The Following Knowledge And Skills: Ability To Provide Clear Leadership, Technical Direction, And Guidance To All Lower-level Acquisition Personnel. Possess Excellent Time Management And Writing Skills. Ability To Collaborate With Customers And Stakeholders On Performance Requirements Among Multiple Sites And Service Lines To Obtain Agreement, Standardize Enterprise Equipment, Supply And/or Service Requirements In Support Of Strategic Acquisition Plans. Ability To Refine And Improve Source Selection Evaluation Criteria. Ability To Make Suggestions By Analyzing Difficult Contracting Issues And Identifying Alternative Courses Of Action To Satisfy Specialized Requirements And Solve A Variety Of Contracting Problems. Ability To Conducting Gap Analyses And Understanding Of Cost Elements Which Go Into The Production, Management Or Delivery Of A Healthcare Resource Service Or Product. Ability To Provide Advisory Support And Prepare Procurement Packages For Review In Accordance With Customer Requirements And In Compliance With Va Policy And Procedures, To Include Federal And State Laws And Regulations. General It Systems And Applications: The Following It Systems And Applications Are Utilized For These Positions. All Candidates Must Have A Working Knowledge Of These Systems And Websites: Ms Teams, Word, Excel, Outlook, Powerpoint, Internet Explorer, And Edge Sharepoint Adobe Acrobat Google Chrome Government Contract Writing Systems System For Award Management (sam.gov) Contractor Performance Assessment Reporting System (cpars) Fpds-ng (federal Procurement Data System) Gsa Ebuy/gsa Advantage! Small Business Administration (sba.gov) English Language Requirement: The Contractor Shall Ensure All Personnel Performing Under This Contract Are Able To Read, Write, And Speak English Fluently. All Personnel Must Have The Ability To Effectively Communicate Orally Via Telephone And Ms Teams Communications As Well As Via Email Communications. U.s. Citizenship: All Contractor Personnel Performing Under This Contract Shall Be U.s. Citizens. Physical Requirements: Position Is Primarily Sedentary, Working While Seated And/or Standing. Period Of Performance, Place Of Performance And Hours Term Of Contract This Contract Has A Single Five-year Ordering Period, With Five One-year Pricing Periods. The Nco/pcac Contracting Office Will Issue The Task Orders. Each Task Order (to) Shall Specify The Hours And Period Of Performance. Pricing Period Dates Pricing Period 1 May 28, 2025 May 27, 2026 Pricing Period 2 May 28, 2026 May 27, 2027 Pricing Period 3 May 28, 2027 May 27, 2028 Pricing Period 4 May 28, 2028 May 27, 2029 Pricing Period 5 May 28, 2029 May 27, 2030 Place Of Performance Contractor Personnel May Be Required To Work On- Or Off-site (i.e., Government Office, Home Or The Contractor S Office); The Assigned Contractor Personnel Will Be Provided A Laptop And Personal Identity Verification (piv) Card. Specific Location To Be Identified In The Individual Task Order. Potential Locations Include Any Of The Following: Murfreesboro, Memphis, Johnson City, Tn; Lexington, Louisville, Ky; Ann Arbor, Battle Creek, Detroit, Mi; Cincinnati, Columbus, Kettering, Dayton, Cleveland/independence, Oh; Indianapolis, Marion, In; Milwaukee, Madison, Green Bay, Tomah, Wi; North Chicago, Marion, Il; Leavenworth, Wichita, Topeka, Ks; St. Louis, Poplar Bluff, Columbia, Mo; Houston, Tx; New Orleans, Alexandria, Shreveport, La; Biloxi, Jackson, Ms; Fayetteville, Little Rock, Ar; Florida Panhandle, Fl; St. Paul, St. Cloud, Mn; Coralville, Des Moines, Ia; Omaha, Ne; Fort Meade, Sioux Falls, Sd; Or Fargo, Nd. Travel To The Nearest Va Medical Center Is Required For On-boarding (fingerprinting, Piv Picture, Piv Card And Issuance Of Government Furnished Equipment (gfe)). Contractor Personnel Are Usually Required To Physically Access The Nearest Va Facility When Receiving Gfe. The Contractor S Services Are Expected To Be Needed For Six (6) Ncos: 9, 10, 12, 15, 16, And 23; And Pcac. The Location Area Of Each Nco Is Shown On Attachment D.2. Each Task Order Will Show The Number Of Hours And Estimated Number Of Personnel Needed For Each Location. Schedule Information And Tour Of Duty The Contractor Shall Provide The Minimum Number Of Personnel For Each Contracting Office To Meet The Number Of Hours Shown In The Schedule And To Ensure Continuity. The Number Of Hours And Personnel Shown In The Schedule Are Estimates Only. Task Order(s) Will Be Issued Based On The Number Of Hours (personnel) Needed For Each Nco, And Pcac Office. Please Note The Hourly Rate Submitted By The Contractor Must Be A Fully Burdened Rate, With A Single Hourly Rate For All Locations For Each Pricing Period. Tour Of Duty (work Hours): Each Cor And The Contractor S Representative Shall Work Together To Determine The Work Hours (tour Of Duty) Of Each Assigned Contractor Employee To Ensure A Consistent Schedule. Work Hours Will Adhere To The Local Time Zone Of The Nco Or Pcac Office In Which The Individual Contractor Personnel Supports. The Hours Of Operation Are Monday Through Friday 6:00 Am To 6:00 Pm With The Local Time Of Their Issuing Office, Excluding Federal Holidays. Full-time Contractor Personnel Shall Work 40 Hours Per Week (part-time Contractor Personnel Are Expected To Work At Least 20 Hours Per Week). A Normal Tour Of Duty For Full-time Contractor Personnel Is Eight (8) Hours Per Day With An Unpaid 30-minute Lunch (8.5 Hours), Five (5) Days Per Week, Monday Through Friday, Excluding Federal Holidays. The Tour Of Duty (work Hours) For Part-time Contractor Personnel Shall Be Coordinated Between The Cor And Contractor And Shall Be Within The Hours Of Operation. Variations To A 40-hour Work Week, Including Alternative Work Schedules, Require Advance Approval By The Co And Cor. Any Changes To The Tour Of Duty Must Be Submitted To The Cor Prior To Any Adjustment. Cors Are Responsible For Tracking Hours And May Require Contractor Employees To Send An Email Verification When Employee Shift Starts And Ends. The Day-to-day Supervision And Direct Control Over Contractor Personnel Will Be The Sole Responsibility Of The Contractor. Federal Holidays: The Following Holidays Are Observed By The Federal Government: New Year S Day (january 1) Birthday Of Martin Luther King, Jr. (third Monday In January) Washington S Birthday (third Monday In February) Memorial Day (last Monday In May) Juneteenth National Independence Day (june 19) Independence Day (july 4) 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) This List Shall Include Any Additional Day Specifically Declared By The President Of The United States To Be A Federal Holiday. **if A Holiday Falls On A Saturday, For Most Federal Employees, The Preceding Friday Will Be Treated As A Holiday For Pay And Leave Purposes. (see 5 U.s.c. 6103(b).) If A Holiday Falls On A Sunday, For Most Federal Employees, The Following Monday Will Be Treated As A Holiday For Pay And Leave Purposes. (see Section 3(a) Of Executive Order 11582, February 11, 1971.) ***contractor-employees Are Prohibited From Working On Any Federal Holiday. Planned/unplanned Absences: The Contractor Is Required To Notify The Cor Immediately For Sick/delay Absences From Work And At Least Two Days Prior To Vacation Or Other Absences From Work. Personnel May Use Vacation And Sick Time In Accordance With The Contractor S Policies, But The Contractor Shall Schedule Its Employees Vacation Time To Ensure That Employees Are Not Absent From Performance Availability For More Than Two (2) Consecutive Weeks At A Time.âthe Contractor Shall Ensure That No More Than One Of Their Assigned Personnel To A Specific Office Is Out Of The Office Simultaneously Unless The Absence Is Related To Inclement Weather, Illness, Or Other Unforeseen Events. Temporary Schedule Adjustments: Any Temporary Adjustments To A Contractor-employee S Work Schedule Must Be Requested In Advance And Approved By The Cor. For Example, A Temporary Schedule Adjustment Could Be To Work Longer On One Day In Exchange For A Shorter Workday Later In The Same Two-week Pay Period. Under No Circumstances Will A Contractor Work More Than 40 Hours In A Week Unless Authorized By The Cor; All Make Up Time Must Be Worked During Core Hours. Government Furnished Information, Property, And Equipment Government Furnished Equipment (gfe): The Government Shall Provide A Piv Card, A Laptop Computer And Software Applicable To Contract Personnel In Performance Of This Contract. Contractor Personnel May Be Required To Physically Access The Nearest Government Va Facility To Receive The Gfe. Contractor Personnel Shall Safeguard All Government Property, Documents, And Equipment. Government Personal Identification Verification Card (piv): Piv Cards Will Be Issued At The Start Of Contract Services For Security Access To Government Equipment And Sites. Contractor Shall Ensure All Government Furnished Equipment (gfe) And Piv Cards Are Returned To The Va (or Relevant Cor) Within Seven (7) Calendar Days When The Contract Ends Or When An Employee Leaves For Any Reason Prior To Contract End. Additional Gfe May Be Provided Depending On Circumstance And Equipment Availability. The Contractor Shall Furnish Any Other Required Equipment And Supplies As Necessary. Government Furnished Information (gfi): The Government May Provide All Applicable Policies, Guides, Standard Operating Procedures, Templates, Information, And Access To Va Networks And Sharepoint Necessary For Performance Under This Pws. The Va Retains Ownership Of All Government Furnished Equipment, Materials, Documents, And Information And Services Furnished Under This Contract. Other Costs Other Direct Costs (odc): The Cost Of General-purpose Items (notebooks, Paper, Pens, Calculators, Headsets, Folders, Tape, Staplers, Internet, Etc.) Required For The Conduct Of The Contractor S Normal Business Operations Will Not Be Considered An Allowable Odc In Performance Of This Contract. The Government Does Not Anticipate Odcs Not Already Accounted For As General-purpose Items Required Under This Contract. The Proposed Price Shall Include All Necessary Odcs. The Day-to-day Supervision And Direct Control Over The Work Performed By Contractor Personnel Shall Be The Sole Responsibility Of The Contractor. This Supervision Is Not A Separate Reimbursable Item Under This Requirement. Supervision Is An Overhead Cost That Is The Responsibility Of The Contractor. Performance Requirements And Summary Inherently Government Functions/non-personal Services: In Performance Of This Contract, The Contractor Shall Provide Services As Required By Contracting Activities Within The Rpo-c Area, To Support Va S Overall Mission. It Is Expressly Agreed And Understood That This Is A Non-personal Services Contract, As Defined In Federal Acquisition Regulation (far) 37.101, Under Which The Professional Services Rendered By The Contractor, Or Its Employees Are Rendered In Its Capacity As An Independent Contractor And Shall Not Be Considered Va Employees For Any Purpose Whatsoever. The Contract Acquisition Support Services Required On This Contract Constitute Professional And Management Services Within The Definition Provided By Far 37.201. This Contract Allows The Government To Obtain Professional Services Which Are Essential To The Va Mission, But Not Otherwise Available At This Time Within The Va. Contractor Personnel Shall Not Perform Inherently Governmental Functions (igf) As Defined In Federal Acquisition Regulation (far) Part 7.503(c)(12). All Contract Acquisition Support Services Shall Be Conducted In Accordance With The Far, Veterans Affairs Acquisition Regulation (vaar), Va Acquisition Manual (vaam), Procurement Policy Memorandums (ppms), Veterans Health Administration Procurement Manual (vhapm), Vha Procurement Guide (vhapg), Public Laws, Statutes, And Va Policies And Procedures. Tasks Executed By The Contractor Shall Be Considered Recommendations Subject To The Review And Approval By The Government. It Shall Be The Responsibility Of The Contractor To Manage Their Employees And Guard Against Any Actions That Are Personal Services In Nature. Professional Conduct And Performance: Contract Employees Shall Adhere To Professional Conduct Standards That Include Professional Courtesy, Punctuality, And Respect. Professional Conduct Includes Being Accessible During Duty Hours And Adhering To Each Contractor Employee S Work Schedule. The Respective Cor Shall Be Notified Of Any Schedule Changes Prior To The Contractor Employee S Absence Or Tardiness. Schedule Changes Shall Be Approved By The Cor Prior To Working. Should Any Contractor Employee Be Determined To Be Unacceptable In Terms Of Professional Conduct During Duty Hours, The Co And Contractor Poc Shall Be Notified By The Cor. If The Unacceptable Conduct Continues, The Contractor, Upon Direction From The Co, Shall Remove And Replace The Contractor Personnel Involved At No Additional Cost To The Government. All Contract Personnel Shall Sign A Contractor Rules Of Behavior (rob - Attachment D.4) Annually From Date Of Hire. Contractor Identification: Contractor Personnel Shall Clearly Identify Themselves As Contractors At All Times, In All Communications And Representations, To Avoid Situations Arising Where Sensitive Topics Might Be Better Discussed Solely Between Government Employees. Identification Shall Include When In The Workplace, In Meetings, In Conversations, Telecommunications, Mail, Electronic Mail (email), Faxes, With Government Personnel, Other Contractor Personnel And The Public. Answering Telephones: Contractor Personnel Must Identify Themselves As Contract Personnel In Telephone Conversations And Meetings Via Telephone, Or When Working In Situations Where Their Actions May Be Construed As Official Government Acts And/or Personnel. Telephone Script: Hello, This Is (name) With (contractor Name) In Support Of (nco Number, Or Pcac), How May I Help You? Utilizing Electronic Mail: When Prime Contractor Or Sub-contractor Personnel Send Email Messages As A Part Of Contract Performance (or Otherwise Relating To Contract Matters), Each Sender Shall Have A Signature Line That Includes: First Name And Last Name (contractor) Title Phone Number Email Address Individual S Employer Name Assigned Team Or Ordering Facility Non-disclosure And Conflict Of Interest Agreements: To Ensure The Integrity Of Government Contracting Operations, All Contractor Personnel Shall Execute A Non-disclosure Agreement (nda) During The On-boarding Process. All Contractor Personnel Will Have Ongoing Access To Proprietary Information Which They Are Required To Protect. All Information Is Considered Sensitive And Shall Not Be Disclosed Outside The Workplace. This Includes, But Is Not Limited To, Proprietary Data, Passwords, For Official Use Only Documents And Source Selection Information . All Contractor Personnel Assigned To And Performing On This Requirement May Not Work On Other Contracts For The Contractor, Or Other Agencies Without A Formal Written Request And Prior Written Consent. All Contract Personnel Shall Sign A Statement Of Non-disclosure (attachment D.3). Background Investigation: In Accordance With Homeland Security Presidential Directive-12 (hspd-12), Office Of Management And Budget Guidance M-05-24, And Federal Information Processing Standards Publication Number 201, A Criminal Background Check/investigation (bi) Is Required For All Contract Personnel To Determine Suitability For Routine Access To Government Facilities And Systems. Contract Personnel Must Receive A Favorable Adjudication After Investigation Paperwork. Additionally, All Contractor Personnel Must Start The Paperwork For A Background Investigation And Complete Finger Printing, As Well As Completion Of All Required Training Prior To The Start Of Placement Or Performance On The Contract. Va Mandatory Training Requirements: All Contractor Staff Must Log Onto Www.tms.va.gov, And Self-enroll. Information Security Awareness Training. Contractor Support Personnel Are Required To Complete Annual Information Security Awareness Training (during Onboarding And Annually Thereafter). Contractor Rules Of Behavior. Sign And Acknowledge Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior Relating To Access To Va Information (during On-boarding And Annually). Va Privacy Training. Complete Va Privacy Training (during Onboarding And Annually Thereafter). Government Contract Writing Training. Complete Any And All Required Training Applicable To Current Government Contract Writing Systems Such. If Previously Completed And Valid, The Contractor Shall Provide The Completion Certificate To The Cor And Co. Failure To Complete The Mandatory Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Will Be Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Completed. The Nco/pcac Cors Will Be Responsible For Technical Monitoring Of The Contractor S Personnel Performance And Deliverables. The Cor And The Contractor S Representative Shall Work Together To Ensure All Contractual Requirements Are Being Met. The Cor Will Interpret Specifications Or Technical Portions Of The Work. Contractor Requirements And Responsibilities The Contractor Shall Provide Contractor Personnel, Expertise, Supervision Of Contractor Resources, And Any Required Deliverable Necessary To Satisfy The Requirements In This Pws. 9.1. Personnel Placement The Contractor Shall Provide A Sufficiently Detailed Resume Of Experience For Each Proposed Candidate To The Governments Contracting Officer Representatives (cor) For Approval And Verification Of Education And Experience Requirements. Responses To Submitted Resumes Will Normally Be Provided To The Contractor Within 7 Calendar Days. The Contractor Shall Pre-screen The Resumes To Ensure Each Proposed Candidate Has Met The Minimum Requirements Shown In Section 4 And To Ensure Each Resume Shows Specific And Detailed Experience (company Name, Dates Of Employment, Job Duties, Contract Types And Actions, Etc.). The Contractor Shall Effectively Fill And Assign Qualified Approved Contractor Personnel At Each Nco/pcac Office Within 40 Calendar Days Of Task Order Award. (this Does Not Include Va Onboarding Time.) The Contractor Shall Ensure All Required Information For Onboarding And All Background Investigation Paperwork Is Submitted Within 14 Calendar Days Of Cors Acceptance Of Contractor Personnel And Eqip Is Completed Within Six (6) Calendar Days Of Initiation. Va Staff Will Assist Contractor Personnel In Obtaining Personal Identity Verification (piv) Card And System Access To Va Networks. Personnel Maintenance And Gfe Turnover: The Contractor Shall Minimize The Effect And Impact To The Va By Strategically Managing Contractor Personnel Turnover To The Greatest Extent Possible Throughout The Life Of The Contract. Contractor Shall Ensure Continuation Of Services During Prolonged Personnel Absences Due To Sickness, Leave And Voluntary Or Involuntary Termination From Employment Such That Impact To The Government Is Minimal. Once A Contractor Is Aware That An Employee Is Leaving And Will No Longer Support A Task, The Contractor Shall Provide Written Documentation (email) To The Co And The Cor Within One (1) Business Days Of The Employee Advising The Contractor Of Their Intent To Leave. The Written Notification Shall Include The Date And Time The Position Will Be Vacant, The Anticipated Replacement Date, And What Management Action Will Be Taken To Ensure Task Completion. Any Position Vacancies Shall Not Exceed 14 Calendar Days (does Not Include Va Onboarding Time) Unless Directed Or Approved, In Writing, By The Co. Replacement/substitution: Any Change In Personnel Will Be Subject To Prior Government Approval. Prior To Replacing/substituting Personnel Performing On This Contract, The Contractor Shall Provide A Sufficiently Detailed Resume Of Proposed Contractor Personnel To The Cor For Verification And Approval Of Education And Experience Requirements. Responses To Submitted Resumes Will Be Provided To The Contractor Within Seven (7) Calendar Days. The Co/cor Reserves The Right To Refuse A Replacement/substitution If The Co/cor Deems The Replacement/substitution Does Not Meet The Qualifications. Government Equipment And Badges: Contractor Shall Ensure All Government Furnished Equipment (gfe) And Piv Cards Are Returned To The Va (or Relevant Cor) Within Seven (7) Calendar Days When The Contract Or Task Order Ends Or When An Employee Leaves For Any Reason Prior To Contract Or Task Order Expiration. The Contractor Shall Be Financially Responsible For Any Gfe That Is Lost, Stolen, Damaged, Or Not Returned To The Va Within Seven (7) Calendar Days Of Contract Or Task Order Expiration Or After A Contractor Employee Has Vacated Their Position. The Contractor Shall Report Any Lost Items (gfe, Piv) Immediately To The Co And Cor. Supervisory Controls: The Contractor Shall Be Responsible For Managing And Overseeing All Actions To Ensure Timely And Practical Support Performed Under This Contract. The Day-to-day Supervision And Direct Control Over The Work Performed By Off-site Or Remote Contractor Personnel Will Be The Sole Responsibility Of The Contractor. The Government Will Not Supervise Contractor Personnel, Prepare Contractor Personnel Work Schedules, Or Control The Method By Which The Contractor Personnel Perform The Required Tasks. The Government Will Only Provide Tasks To Contractor Personnel For Execution. The Contractor Personnel Will Work Independently And Keep The Relevant Co And/or Cor Informed Of All Actions Assigned. All Assignments Will Be Completed In A Timely Fashion. Work Will Be Reviewed By The Relevant Co And/or Cor For Compliance With Va Policies, Far And Vaar Regulations, Overall Objectives, And Effectiveness In Achieving Results. Quality Assurance (qa) / Acceptance Quality Limit (aql): The Government Reserves The Right To Survey All Services Received Under This Contract To Determine Whether The Contractor Is Meeting Performance Standards, Service Levels, And Objectives. The Government Has The Right To Change Or Modify Inspection Methods At Its Discretion. Quality Control: Contractor Shall Develop And Maintain Its Own Quality Control Program / Inspection Plan That Assures Compliance With All Requirements Of This Contract. Acceptance Quality Level: As A Minimum, The Contractor S Plan Should Address These Items Shown Below For The Acceptance Quality Level (aql) During The Contract S Performance Period. Standards Basis Aql Contractor Personnel Placement With Onboarding And Background Investigation Documents Reference Pws Paragraphs 4., 6., 8.4., 8.5., 8.6., And 9.1. Positions Filled With Approved And Qualified Personnel Within 40 Calendar Days Of Task Order Award And Onboarding Documents Submitted / Completed Within 14 Calendar Days. 95% Coordination And Placement Of Qualified Personnel. No More Than One (1) Instance Of An Initial Vacancy Not Filled Within 40 Days Of Task Order Award. No More Than Two (2) Instances Where Onboarding Documents Were Not Submitted/completed Within 7 Calendar Days. Effective Replacement / Substitute Personnel Reference Pws Paragraphs 4., 5.3.5., 6., 8.4., 8.5., 8.6., 9.11., 9.1.2., 9.1.4., And 9.2. Vacancies Due To Turnover Filled With Approved And Qualified Personnel Within 14 Days Of Departure. Prior Coordination 100% Of The Time For Replacement Personnel. No More Than Three (3) Instances Of Failure To Fill Vacancies With Qualified Personnel Within 14 Days Of Vacancy Notification. Monthly Activity Report (mar) Reference Pws Paragraph 10.2. No More Than Two (2) Mars Submitted Late Annually. Quarterly Activity Report (qar) Reference Pws Paragraph 10.3. No More Than One (1) Qar Submitted Late Annually. Personnel List Reference Pws Paragraph 10.4. No More Than Three (3) Personnel Reports Submitted Late During The Life Of The Contract. Gfe And Piv Returned To The Va Within 7 Calendar Days. Reference Pws Paragraph 9.2.3. No More Than Two (2) Instances Reported During The Life Of The Contract. Timeliness Procurement Action Lead Time (palt), Contractor Deliverables (contractor Personnel) Based On Current Va Policy. 90% Customer Service Reference Pws Paragraph 8. Feedback From Stakeholders On Contractor Personnel. No More Than 3 Significant And Substantiated Complaints. 90% Quality Of Contractual Documentation Contracting Officer And Cor Reviews Of Submitted And Completed Documents. 90% Productivity Number Of Actions Completed As A Function Of Complexity 90% Contracting Officer S Representative (cor): The Government Will Identify And Delegate A Cor For Each Participating Office (nco/pcac). The Cor Shall Monitor All Technical Aspects Of The Contract And Assist In Contract Administration. Unless Otherwise Identified In A Delegation Letter, The Cor Is Authorized To Perform The Following Functions: Assure That The Contractor Performs The Technical And Administrative Requirements Of The Contract; Perform Necessary Inspections In Connection With Contract Performance; Maintain Written And Oral Communications With The Contractor Concerning Technical Aspects Of The Contract; Issue Written Interpretations Of Technical Requirements; Monitor The Contractor's Performance And Notify Both The Co And Contractor Of Any Deficiencies; Oversee The Distribution Of Government Furnished Property; Coordination Of Required Security/background Documentation; And, Provide Facility Access Of Contractor Personnel Through Arranging Scheduling And Piv Card Pick Up. The Co Will Send A Letter Of Delegation To The Cor And The Contractor, Which States The Specific Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract. Cors Are Not Authorized To Obligate Funds Or Execute Any Contract Modifications. Cors Will Be Responsible For Reviewing, Approving, And Certifying Invoices For Their Respective Location. Cor Reviews: The Cor Will Interpret Specifications Or Technical Portions Of The Work. All Performance Concerns Shall Be Addressed Between The Cor, Co, And Contractor. The Cor And The Contractor S Representative Shall Work Together To Ensure All Contractual Requirements Are Being Met. Contractor Deliverables Contractor Point Of Contact: The Contractor Shall Provide A Point Of Contact (poc) / Supervisor Who Shall Be Responsible For The Performance Of Work From The Contract Acquisition Support Specialists. The Contractor Shall Designate This Individual, In Writing, To The Co And Cors Before The Start Of Performance. An Alternate Poc May Be Designated, But The Contractor Shall Identify Those Times When The Alternate Shall Be The Primary Poc. The Contractor Poc Shall Be Available Via Telephone And Email, Monday Through Friday, 8:00 A.m. Until 4:30 P.m. Central Time (ct) Excluding Federal Holidays. The Poc Shall Have Authority To Direct Contract Employees On The Contract Or Have Direct Contact With The Manager/supervisor For The Contract Support Employees. Monthly Activity Report Deliverable: The Contractor Shall Submit A Monthly Activity Report (mar) To Each Cor, On Or Before The 15th Day Of The Following Month. Contractor Shall Develop And Submit Monthly Activity Reports (mars) To The Cor And Administering Co For Review At Any Monthly/quarterly Meetings. The Mars Shall Include A Summary Of Activities For The Month, Issues, And Goals For The Next Month. The Mars Shall Summarize The Contractor S Accomplishments During The Previous Month, Planned Work During The Upcoming Month And Any Significant Problems Or Issues Requiring Resolution, Along With Proposed Corrective Actions. The Contractor Shall Deliver These Reports To All Appropriate Parties Identified In This Section. The Mar Shall Include, At A Minimum, The Following Information: Contract Number Task Order Number Reporting Period Number Of Hours Each Employee Worked Brief Task Description For Each Employee For Each Employee: A Narrative Review Of Work Accomplished During The Reporting Period And Significant Events Personnel Actions For The Period (separations, Labor Category Changes, Recruitments) Quarterly Report Deliverable: The Contractor Shall Submit A Quarterly Activity Report (qar) To The Co On Or Before The 15th Day Following Each Quarter, Summarizing, At A Minimum: The Contract Number The List Of Contractor Employees Including Location The Number And Location Of Any Open/unfilled Positions The Number Of Calendar Days It Takes/took To Fill Each Open Position. List Of Contractor Employees: The Contractor Shall Maintain A Current List Of Employees Assigned Under This Contract And Their Assigned Nco/pcac Location. The List Shall Be Validated And Signed By The Contractor And Provided To The Co Once All Employees Are Assigned. An Updated List Shall Be Provided Upon Any Changes (additions/deletions). Once A Contractor Is Aware That An Employee Is Leaving, Or Termination Of Employment The Contractor Shall Provide Written Documentation To The Cor Within One (1) Business Day. The Written Notification Shall Include The Date And Time The Position Will Be Vacant, And Anticipated Replacement Date. Organizational Conflicts Of Interest (oci): The Contractor Shall Have An Oci Plan In Place For Detecting, Disclosing, Avoiding, And Mitigating Oci Issues/risks Involved In The Performance Of This Contract. An Oci Exists When A Contractor Employee Participates Personally And Substantially In A Particular Matter (e.g., A Contract) That Would Have A Direct And Predictable Effect On The Contractor Employee S Own Financial Interest Or The Financial Interest Of The Contractor Employee S Spouse, Minor Child, General Partner, Any Person Or Entity Whom The Contractor Employee Serves As An Officer, Director, Trustee Or Employee, Or Any Person With Whom The Contractor Employee Is Negotiating Or Has An Arrangement For Prospective Employment. The Oci Will Include The Contractor And All Assigned Contractor Employees On This Contract And Associated Family Members. The Plan Shall Identify Any Potential Conflicts Of Interest And Shall Provide A Process For Dealing With Any Oci That Is Identified During Contract Execution. The Oci Plan Shall Disclose All Cross-teaming Arrangements And Shall Include A Representation That There Will Be No Crosstalk , Or Information Shared Between The Two Affiliates Regarding The Contract. The Contractor Shall Notify The Co Within Two Business Days Of Any Oci Violations On This Contract. Non-disclosure Agreements: All Contractor Personnel Assigned To Work On This Contract Shall Be Required To Sign A Non-disclosure Agreement (nda) During Their Onboarding Regarding Key Aspects Of The Project And Project Content. All Information Is Considered Sensitive And Will Not Be Disclosed Outside The Workplace. This Includes Proprietary Data, Passwords, For Official Use Only Documents And Source Selection Information. Background Investigation: A Criminal Background Check Is Required For All Contract Personnel. Contract Personnel Must Receive A Favorable Adjudication After Investigation Paperwork. All Contractor Personnel Must Complete Finger Printing And Start Background Investigation Paperwork Prior To Placement On The Contract. Invoices Each Nco/pcac Location Will Be Assigned A Cor Who Shall Serve As The Governments Primary Point Of Contact (poc) For That Location. Inspection And Acceptance Of Services Is Delegated To The Corresponding Cor. The Contractor Shall Submit A Separate Monthly Itemized Invoice To Each Cor In Arrears For Services Performed. The Invoice Shall Contain Contractor S Name, Address, Point Of Contact, Invoice Number, Contract Number, Task Order Number, And Purchase Order (po) Number Along With A Listing Of Each Contractor Employee S Name, Dates Worked, Actual Number Of Hours Worked, Work Location (nco/pcac), The Agreed Upon Fixed Hourly Rate And Total Price. Reduction In Services: Each Task Order Issued Under This Contract Will Be For A Specific Number Of Hours. If, At The End Of The Task Order Period Of Performance, The Government Has Not Utilized The Total Number Of Hours Ordered Because Of A Change In Its Anticipated Needs Or Delays That Are Due To Recruiting, Hiring, Onboarding, Turnover And Finding Replacements, The Contractor Agrees To Enter Into A Good Faith Negotiation To Bilaterally Reduce The Scope Of The Task Order With A Corresponding Adjustment In The Total Task Order Price. In No Event Will The Government Pay The Contractor For Hours Not Actually Worked. Vha Onboarding / Offboarding Process The Contractor Shall Provide Onboarding/offboarding Liaising And A Liaising Tracker For Onboarding And Offboarding Contractor Personnel. The Liaising Tracker Shall Be Updated Within A Day Of Onboarding/offboarding Action. The Contractor Shall Collect All The Required Documents For Onboarding Personnel, Perform Preliminary Review Of All Documents To Ensure The Forms Are Completed Accurately, And Submit All Forms To The Cor To Initiate The Background Investigation For All New Hires. All Forms And Supporting Documents Shall Be In .pdf Format And Use The Naming Convention Shown In The Example Below For Each File: The Following Onboarding Forms Shall Be Completed And Submitted To The Cor Within A Week Of Identifying (cor Approval) The Contract Personnel: Declaration For Federal Employment (of 306) Background Investigation Request (fm 1a) Contractor / Employee Piv Office Fingerprint Request Form (fm 2) Self-certification Of Continuous Service (sc) Non-disclosure Agreement (nda) Tms Training Certificates For Va Privacy And Information Security Awareness And Rules Of Behavior Certificate (valid For Only One Year) Tms Training Certificates For Privacy And Hipaa Training Certificate (valid For Only One Year) The Following Tasks Are Required By The Contractor When Onboarding Contractor Personnel: Schedule New Hires For Fingerprints At The Nearest Va Facility From The Contractor-employee S Physical Location Ensure All Onboarding Forms Are Completed Properly Submit All Onboarding Forms To The Cor In A Password Protected Email For The Initial Background Investigation And Send Password To Cor In A Separate Email Ensure All Contractor Personnel Working On This Contract Have Been Favorably Adjudicated Advise The Cor If Contractor-employee Is Transferring From Another Va Facility/department Request Contractor-employee Tms Access From Cor Coordinate With The Cor Regarding Wmc-hroo Persec Contractor Onboarding Process. Verify The Last 5 Years Of Related Work Experience On Candidates Resume The Following Tasks Are Required By The Contractor When Offboarding Contractor Personnel: When The Contractor Is Made Aware Of A Departure Of A Contract-employee, The Contractor Must Notify The Cor And Co Within One (1) Business Day. Complete The Offboarding Form For Each Contractor Employee. On The Final Day Of The Contractor Employee Day Of Employment The Employee Will Turn In All Government Issued Equipment, Piv Card And Any Subsequent Reports And Incomplete Tasks. Security Issues And Access General: Department Of Veterans Affairs Medical Centers Are Federal Government Facilities. Prior To Contractor Personnel Start Day, A Personnel Background Investigation (bi) Shall Be Completed And Sent To The Contracting Officer And Respective Cor. The Piv Card Will Not Be Issued Until The Background Checks Are Completed And Approved By The Security Investigation Center (sic). Security Identification Badges: Contract Employees Shall Comply With Their Assigned Location S Identification And Access Requirements. The Contractor Is Responsible For Absences Of Contract Employees Due To Expired Or Lost Identification And Access Documents. Contractor/contract Employees Shall Turn In All Identification Badges To The Contracting Officer, Or Designated Representative Upon Termination Of Their Services Under The Contract. The Contractor Shall Be Responsible For The Replacement Cost Of Lost Or Non-returned Piv Cards. Subject To Criminal Penalties; Equipment And Piv Badges (need To Run By Ogc) Security: All Contractors And Contractor Personnel Shall Be Subject To The Same Federal Security And Privacy Laws, Regulations, Standards, And Va Policies, Including The Privacy Act, 5 U.s.c. 552a, And Va Personnel, Regarding Information And Information System Security. Contractors Shall Follow Policies And Procedures Outlined In Va Directive 6500, Information Security Program Which Is Available At: Http://www.va.gov/vapubs/ And Its Handbooks To Ensure Appropriate Security Controls Are In Place. All Contractor Personnel Requiring Access To Va Computer Networks Are Required To Complete Va S Information Security And Privacy Awareness Training Annually. Confidentiality: Contractor Personnel Who Obtain Access To Hardware, Software, Or Media, Which May Manipulate Or Store Any Sensitive Information, That Is Protected Under 38 Usc 4132 Or 3305, As Defined By The Department Of Veterans Affairs, Must Not Access Information Unless Absolutely Necessary To Perform Their Contractual Duties. Disclosure Of Any Sensitive Data Obtained During Performance Of Assigned Duties Under This Contract Is Prohibited. Violation Of These Statutory Provisions May Involve Imposition Of Criminal Penalties. Contractor Is Considered To Be A Va Contractor For Purposes Of Privacy Act, Title 5 U.s.c. 552a. Hipaa: The Contractor Shall Abide By The Standards For Privacy Of Individually Identifiable Health Information Of The Health Insurance Portability And Accountability Act (hipaa), Public Law 104-01. The Contractor Shall Not Use Or Further Disclose Protected Health Information Other Than As Permitted Or Required By The Contract Or As Required By Law. The Contractor Shall Use Appropriate Safeguards To Prevent Use Or Disclosure Of The Protected Health Information. The Contractor Shall Mitigate, To The Extent Practicable, Any Harmful Effect That Is Known To The Contractor Of A Use Or Disclosure Of Protected Health Information By The Contractor In Violation Of The Requirements Of This Contract. The Contractor Shall Report To The Government Any Use Or Disclosure Of The Protected Health Information Not Provided For By This Contract. The Contractor Shall Document, In A Time And Manner Designated By The Government, Any Disclosure Of Protected Health Information As Would Be Required For The Government To Respond To A Request By An Individual For An Accounting Of Disclosure Of Protected Health Information. Removal Of Personnel At Government Request: The Government May Request Removal (permanent Or Temporary) Of Contract Personnel For Security, Safety, Or Health Reasons, Upon Discovery Of Fraudulent Resume Documentation, Or When Contractor Personnel Behave In An Unprofessional Manner That Would Be Considered Unacceptable By A Reasonable Person. The Government May Also Request Removal If It Is Determined That There Is No Available Work To Assign Them. Removals Shall Be Effective By Close Of Business On The Same Day As Notification, Unless Otherwise Determined By The Government. Prior To Replacing/substituting Personnel Under These Circumstances (reference Sections 4, 5.3.5., 9.1., And 9.2.) The Contractor Shall Provide A Sufficiently Detailed Qualification Summary/resume Of Proposed Personnel For Government Coordination. End Of Pws
Closing Date14 Feb 2025
Tender AmountRefer Documents
Agence Pour La Promotion Et Le Developpement Du Nord Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Morocco
Tender Id: CONSULTATION ARCHITECTURALE OUVERTE N°03/2025 | Architectural Study And Monitoring Of Construction Works Of A School, Three Administrations And 08 Fence Walls In The Province Of Larache
Closing Date17 Jan 2025
Tender AmountMAD 5.8 Million (USD 577.8 K)
691-700 of 705 archived Tenders