Battery Tenders
Battery Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0188. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation.
this Is A Solicitation For Centrella Beds With Accessories. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02 Effective January 03, 2025.
this Solicitation Is 100% Set-aside For Small Business. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339113, With A Small Business Size Standard Of 800 Employees, And The Psc Is 6530.
all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Hillrom Centrella For The Following:
equipment Needed:
items: Brand Name Or Equal To Hillrom Centrella
item #
description/part Number*
qty
Price
Extended Amount
1
centrella Bed With Pro Surface
cnt 255
3
2
centrella Smart+ Bed With Max Air Surface And Blower
cnt 355
8
3
bed Base
cnt Base
11
4
nurse Call In Siderail
11
5
accessory Outlet
11
6
patient Helper Bracket
11
7
osi Patient Helper Sleeve
11
8
pro Surface For 36 Inch Frame
3
9
safeview With Illumiguide
3
10
second Lcd Touchscreen
3
â
Subtotal (products)
â
salient Characteristics
max Air Feature Must Have Powered Air Mattress That Operates Continuously To Decrease Localized Heat And Moisture Buildup. Allows For Continuous Full-body Pressure Redistribution For Patients 70 To 500 Pounds, Automatically Adjusts The Air System To Accommodate Changes Weight Distribution.
ability To Override And Increase Firmness For Patient Transfers Or Adjust Patient Position.
ability To Adjust For Patient Comfort, With 2 Zones, Which Can Be Adjusted Separately.
gci Touchscreen Must Be Located On The Outside Of The Head Rails For Quick Caregiver Access To Patient And Bed Status As Well As Other Bed Controls. Approximate Size 4x5 Inches
must Include Bed Exit Silence Alarm Exit Alarm Settings To Include Silence, Auto Reset, And Visual And Audible Safety Prompts.
brake Not Set Alarm Must Have Option For Spoken Verbal Safety Alert To Caution Caregiver And Patient In A Non-alarming Manner.
one Button Chair One Button Control To Convert A Flatbed Into A Cardiac Chair.
must Include Battery Backup - 12 Volt, 7 Mil Amp Hour Batteries X 2
digital Angle Indicator Digital Angle Indicator Gives The Specific Reading Of The Angle Of Bed If Trendelenburg Or Reverse Trendelenburg Positioning Is Needed. Must Reach 18 Degrees.
must Have Built In Line And Cord Management - Cutouts For Electrical Cord Or Monitor Cable Management For Use During Transporting. Must Be Located Within The Head And Footboards Or Alternative Built-in To The Bed, Not Hanging.
must Have 4 Iv Pole Sockets - Sized For Standard Hospital Iv Poles. 2-4 Bag Capacity.
must Include Integrated Restraint Holders - Sized For Standard Belt Restraints.
must Have Lockout Controls Ability To Lock Controls.
must Have Drainage Bag Holder Ability To Hold Up To 20 Pounds.
must Have Smart Bed Ready (sidecom Req) - Up To 32 Patients Safety And Bed Matrices To Be Transmitted To Caregiver Devices (such As Smart Phones, Vocera, Etc) And/or Vista Or Cerner Emr
must Have Wi-fi Module
must Have Enhanced 3-mode Bed Exit - Includes Silence, Auto Reset And Visual And Audible Safety Prompts.
must Have Motion Activated Nightlight
must Include Stand Assist - Height Adjust Buttons To Aid In Safely Lifting The Patient Onto Their Feet
advanced Slideguardâ® Feature - Reduces Patient Migration In Bed When The Head Of The Bed Is Raised
must Include Foley Position Limit - Monitors And Alerts If A Foley Bag Is Touching The Floor
patient Hob Angle Display - Digital Head Of Bed Angle Indicator Gives The Specific Reading Of The Angle Of The Head
trend/rev Trendelenburg Ranges From 0-18 Degrees. 18 Degrees Required.
dampened Emergency Cpr - Ability To Quickly And Safely Lower The Head Section To A Flat Position In Case Of A Code. Ability To Access From Both Sides Of The Bed.
must Have Patient Storage In Siderail - Sized To Hold Items Such As Smart Phone, Reading Glasses, Books/magazines.
must Have Integrated Urinal Holders Ability To Hold Any Sized Urine Collection Bottle That Is Filled.
flexafoot Powered Bed Extend Must Have Powered Bed Length Extension.
must Have Steer Caster Font Left Caster Can Be Locked For Steering
36 Inch Frame Width Required
in-bed Scale Must Have Ability To Weight Up To 500 Pounds
usb Charger Required
2nd Lcd Touchscreen Required
patient Pendant - Moveable Bed Control That Allows The Patient Easy Access To Adjust The Bed S Head And Foot Sections. Approx. Size Is 3 X 5 .
removable Iv Pole
must Have Verbal Alerts Verbal Safety Alerts Such As Brake Not Set, Your Care Team Has Been Called, Please Don T Get Up, Etc. Able To Set 6 Different Languages.
additional Information Sought:
warranty Please Describe The Offered Warranty.
place Of Manufacture Please Provide The Place Of Manufacture.
52.211-6â brand Name Or Equal.
as Prescribed Inâ 11.107(a), Insert The Following Provision:
brand Name Or Equalâ (aug 1999)
(a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation.
(b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must-
(1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation;
(2)â clearly Identify The Item By-
(i)â brand Name, If Any; And
(ii)â make Or Model Number;
(3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And
(4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications.
(c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer.
(d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation.
(end Of Provision)
delivery Fob Destination Is Preferred, 30 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The Portland Va Medical Center Point Of Contact.
place Of Delivery:
department Of Veterans Affairs
portland Va Medical Center
community Living Center
1601 E 4th Plain Blvd
vancouver, Wa 98661
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products
addendum To Far 52.212-1 Instructions To Offerors Commercial
52.204-7
system For Award Management (oct 2018)
52.204-16
commercial And Government Entity Code Reporting (aug 2020)
52.204-20
predecessor Of Offeror (aug 2020)
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.211-6
brand Name Or Equal (aug 1999)
52.212-3
offeror Representations And Certifications-commercial Products And Commercial Services (may 2024)
52.222-50
combatting Trafficking In Persons (nov 2021)
52.225-3
buy American-free Trade Agreements-israeli Trade Act (nov 2023)
52.225-18
place Of Manufacture (aug 2018)
52.252-1
provisions Incorporated By Reference (feb 1998)
vaar Provisions:
852.239-75
information And Communication Technology Accessibility Notice (feb 2023)
(a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable.
(b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions.
(c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items.
(d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis.
(e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations.
(f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below.
(g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote.
(end Of Addendum To 52.212-1)
far 52.212-2, Evaluation-commercial Items : The Government May Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers:
special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement:
sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation.
price
(a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offeror's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov).
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018)
addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum:
http://www.acquisition.gov/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar)
52.204-13
system For Award Management Maintenance (oct 2018)
52.204-18
commercial And Government Entity Code Maintenance (aug 2020)
52.225-4
buy American-free Trade Agreements-israeli Trade Act Certificate (nov 2023)
52.232-40
providing Accelerated Payments To Small Business Subcontractors (dec 2013)
52.252-2
clauses Incorporated By Reference (feb 1998)
vaar Clauses:
852.203-70
commercial Advertising (may 2018)
852.212-71
gray Market Items (nov 2018)
852.232-72
electronic Submission Of Payment Requests (nov 2018)
852.239-76
information And Communication Technology Accessibility (feb 2023)
852.242-71
administrative Contracting Officer (oct 2020)
852.246-71
rejected Goods (oct 2018)
852.247-71
delivery Location (oct 2018)
852.247-73
packing For Domestic Shipment (oct 2018)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (may 2024)
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E. Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kapersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91).
(3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) Section 889(a)(1)(a) Of Pub. L. 115-232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801).
(6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78) (19 U.s.c. 3805 Note)).
the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference:
52.203-17
52.204-10
52.204-27
contractor Employee Whistleblower Rights (nov 2023)
reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note)
prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328)
52.209-6
protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) (31 U.s.c. 6101 Note)
52.219-6
52.219-28
notice Of Total Small Business Set-aside (noiv 2020)
post Award Small Business Program Representation (feb 2024) (15 U.s.c 632(a)(2))
52.222-3
52.222-19
convict Labor (jun 2003) (e.o. 11755)
child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126)
52.222-21
prohibition Of Segregated Facilities (apr 2015)
52.222-26
52.222-35
equal Opportunity (sep 2016) (e.o. 11246)
equal Opportunity For Veterans (jun 2020)
52.222-36
52.222-37
equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793)
employment Reports On Veterans (jun 2020)
52.222-50
combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627)
52.225-3
buy American-free Trade Agreements-isreali Trade Act (nov 2023)
52.225-13
restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury)
52.226-8
52.232-33
encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024)
payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332)
all Quoters Shall Submit According To The Following:
quotes Must Be Emailed To Maureen.sundstrom@va.gov And Received No Later Than 3:00 Pm Pst On 01/21/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include The Completed Buy American Certificate 52.225-4 Available Below, And, If Not The Manufacturer, An Authorized Distributor Letter. Any Offer That Does Not Provide The Following Supporting Documentation May Be Considered Non-responsive.
Required Supporting Documentation And Information:
buy American Certificate
authorized Distributor Letter If Not The Manufacturer
certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above
delivery Date
the Government Intends To Make Award Without Discussions.
for Information Regarding The Solicitation, Please Contact Maureen Sundstrom At Maureen.sundstrom@va.gov.
a.1 52.225-4 Buy American-free Trade Agreements-israeli Trade Act Certificate (nov 2023)
(a)â (1)â theâ offerorâ certifies That Eachâ end Product, Except Those Listed In Paragraph (b) Or (c)(1) Of This Provision, Is A Domesticâ end Productâ and That Each Domesticâ end Productâ listed In Paragraph (c)(2) Of This Provision Contains A Criticalâ component.
(2)â the Terms "bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Product," "commercially Available Off-the-shelf (cots) Item," "criticalâ component," "domesticâ end Product," "end Product," "foreignâ end Product," "free Trade Agreement Country," "free Trade Agreement Countryâ end Product," "israeliâ end Product," And "united States" Are Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act."
(b)â theâ offerorâ certifies That The Followingâ suppliesâ are Free Trade Agreement Countryâ end Productsâ (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Products) Or Israeliâ end Productsâ as Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act":
free Trade Agreement Countryâ end Productsâ (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Products) Or Israeliâ end Products:
line Item No.
country Of Origin
[list As Necessary]
(c)â (1)â theâ offerorâ shallâ list Thoseâ suppliesâ that Are Foreignâ end Productsâ (other Than Those Listed In Paragraph (b) Of This Provision) As Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act." Theâ offerorâ shallâ list As Other Foreignâ end Productsâ those Endâ productsâ manufactured In Theâ united Statesâ that Do Not Qualify As Domesticâ end Products. For Those Foreignâ end Productsâ that Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, Theâ offerorâ shallâ also Indicate Whether These Foreignâ end Productsâ exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No .â other Foreignâ end Products:
line Item No.
country Of Origin
exceeds 55% Domestic Content (yes/no)
[list As Necessary]
(2)â theâ offerorâ shallâ list Theâ line Item Numbersâ of Domesticâ end Productsâ that Contain A Criticalâ componentâ (see Farâ 25.105).
line Itemâ no.â ___
[list As Necessary]
(d)â the Government Will Evaluateâ offersâ in Accordance With The Policies And Procedures Ofâ partâ 25â of The Federalâ acquisitionâ regulation.
(end Of Provision)
mandatoryelectronicinvoicing
va Published The Final Rule Requiring Vendors To Submit Invoices Electronically To The Financial Services Center (fsc) In The November 27, 2012 Federal Register. The Rule Became Effective December 27, 2012. The Rule Includes A New Contract Clause To Be Inserted In All Solicitations And Contracts By The Contracting Officer (vaar 852.232-72). Vendors Can Comply With The Rule By Using Either Of The Two Methods Below:
facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below:
va S Electronic Invoice Presentment And Payment System The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electron Icinvoice Submission. Please Go To This Website:http://www.tungsten-network.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge.
a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org).
vendor E-invoice Set-up Information:
please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below:
tungsten E-invoice Set Up Information:1-877-489-6135
tungsten E-invoice Email:va.registration@tungsten-network.com
fsc E-invoice Contact Information:1-877-353-9791
fsc E-invoice Email:vafsccshd@va.gov
Closing Date21 Jan 2025
Tender AmountRefer Documents
Toušice village Tender
Others
Czech Republic
Details: Installation of PV on Public Buildings - Municipality of Toušice. Bidders shall prepare a bid according to the specified documents for calculating the price. The bid price for each action shall be indicated in Annex No. 2, and also in Annex No. 4, the competitive bid price is then the sum of all 5 prices of individual actions 1) to 5). The competitive price shall contain the contract implementation documentation prepared by the supplier. At the same time, the contracting authority recommends a visit to the place of performance, which it offers only individually in the call. Important!!!!! Within the framework of the Resiii/2022 call, the usable value of the battery was defined for the batteries, not the nominal one, we ask the participants to respect this condition. The contract includes the so-called. "preparatory work" - See below: - For the avoidance of doubt and to avoid any questions regarding the clarification of this tender documentation, the contracting authority emphasizes that this public contract is awarded with reference to the Design and Build form. - The tenderers are obliged to state their bid price in Annex No. 4 - Cover sheet of the tender, which will be part of their tender. - Annex No. 3 - Study - Basis for preparing the tender for actions 1) to 5) is with reference to the Design and Build form (design and build) the entire scope of the public contract documentation for construction works and the list of construction works, supplies and services for the preparation of the implementation documentation
Closing Date24 Jan 2025
Tender AmountCZK 2.4 Million (USD 99.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort.
the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice.
the Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below.
documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition.
responses To This Notice Shall Include The Following:
(a) Company Name
(b) Address
(c) Point Of Contact
(d) Phone, Fax, And Email
(e) Uei Number
(f) Cage Code
(g) Tax Id Number
(h) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)?
(i) Is Your Company Considered Small Under The Naics Code Identified Under This Ssn/rfi?
(j) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
(k) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
(l) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
(m) If You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work.
(n) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number.
(o) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract?
(p) Please Provide General Pricing Of Your Products/solution For Market Research Purposes
(q) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number.
(r) Please Provide General Pricing Of Your Products/solution For Market Research Purposes
(s) Must Provide A Capability Statement That Clearly Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below.
statement Of Requirements
tissue Processors
kansas City Va Medical Center
description/specification/statement Of Requirements
intent: Kansas City Va Medical Center Is In Need Of Renting/leasing Two Tissue Processors To Use In The Preparation Of Tissue Samples Obtained From Veteran Patients. This Preparation Is Necessary To Produce Slides For Review By Pathologists For Diagnostic Purposes.
requirement: The Instrumentation Shall Have The Capability To Diffuse Solutions Into Biological Specimens To Ensure That Proper Embedding Occur.
new Equipment Shall Be Acquired For The Required Laboratory. Refurbished, Discontinued, Or Previously Owned Units Are Not Acceptable. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, Current Production Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment.
general Requirements:
primary Analyzer(s) Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements).
operational And Technical Features- The Instrumentation Offered Shall Be Approved By The Food And Drug Administration (fda) And Have The Following
required Salient Characteristics
vacuum Infiltration Tissue Processor.
must Be A Floor Standing Model Not To Exceed The Following Dimensions: 32 X 28 X 61 Inch (width X Depth X Height).
must Be Moveable To Allow Access To Serviceable Parts For Staff And Service.
must Have Touchscreen Interface.
must Have A Process Capacity Of Up To At Least 400 Cassettes (blocks) Per Run.
must Have The Option Run Different Protocols Simultaneously On One Instrument.
must Provide The Option For Specimen Tracking System That Can Record Cassette Id And Quantity, As Well As User Id, In Order To Track Tissues Samples Loaded.
must Allow Use Of Commercially Available, Nonproprietary Brands Of Reagents And Reagent Substitutes.
must Have Reagent Tracking System Available To Track Reagent Type And Lot.
reagent Reservoirs Must Allow Easy Access For Changing Of Reagent Solutions.
must Have A Reagent Management System To Allow Rotation Of Solution Groups For Optimum Processing. The Reagent System Should Involve As Little Hands On As Possible For Safety (both Employee Exposure And Specimen Safety) Reasons. For Safety To Include Built In Systems To Minimize Exposure To Chemical Fumes.
instrument Must Track Reagent Quality And Concentration For Optimal Use.
instrument Must Automatically Rotate Reagents Based On Quality And Concentration.
hot Paraffin Is Exchanged Without Manual Handling.
must Be Capable Of Holding Up To 10 Processing Programs.
must Have A Battery Back-up System (ups) For Electrical Outages.
must Have Audible And Visually Displayed Alarms For System Malfunction.
must Allow For Delayed Start And End Times Of Processing With Auto-calculation.
installation Requirements
vendor Must Supply The Following Items In Sufficient Quantities For Initial Operation.
all Reagent Bottles With Attachments And Labels.
activated Carbon Filters.
metal Cassette Basket (baskets) With Handles And Dividers To Complete Up To A 300 Cassette (block) Run.
any Necessary Hoses.
any Other Parts And Reagents Needed To Allow For Immediate Training And Use After Installation. The Contractor Is Responsible For Any Missing Parts And Components Not Included In The Order To Carry Out The Installation.
method Performance/validation Requirements:
method Performance/comparison Shall Be At The Expense Of The Contractor, Shall Include Reagents And Be Consistent With Current Clinical Laboratory Standard Institute (clsi) Guidelines, College Of American Pathologists (cap) Standards And Related Federal Regulations.
support Features:
start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories And Any Other Required To Establish Instruments For Operation For Performance Of Acceptance Testing. This Applies To All Equipment As Well As Additional Or Replacement Equipment Placed Under The Terms And Conditions Of This Contract. The Contractor Shall Perform/assist, To The Satisfaction Of The Government, All Validation Studies. The Contractor Shall Perform All Of The Statistical Analysis Provide A Hardcopy Of Data In An Organized, Clearly Comprehensible Format.
documentation:
a Current Editable Standard Operating Procedure Shall Be Provided.
a Printed, Electronic Copy Or Both, Of The Operator S Manual And Technical Manual Shall Be Provided.
the Document(s) Shall Be Formatted In Accordance With Current, Approved Clsi Guidelines. Electronic (cd Format).
at A Minimum, Electronic Copies Of Safety Data Sheets (sds) Shall Also Be Provided.
updates To All Procedure Manuals In Microsoft Word Format And Sds Sheets In Electronic Format Shall Be Provided When Package Inserts Are Modified.
training:
the Contractor Shall Provide An Instrument Training Program That Is Coordinated With And Timely To The Equipment Installation, Sufficient To The Size And Scope Of The Facility S Services. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Trouble Shooting And Repair. If Applicable, Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant, If Applicable.
equipment Preventative Maintenance/repair Service.
the Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On Instrumentation, And Any Incremental Support/ancillary Equipment, E.g., Ups, Line Conditioner, Etc. Offered According To The Following Terms:
service Requirements
preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer S Operator S Manual And Within 2 Weeks Of The Scheduled Due Date.
a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hour(s).
equipment Repair Service Shall Be Provided During Core Business Hours. Core Business Hours Are 8:00 Am To 5:00 Pm. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel.
equipment Repair Response Time Shall Be On The Same Day Or No More Than 24 Hours.
service Must Be Provided By A Local Technician
a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following:
date And Time Notified
date And Time Of Arrival
serial Number, Type, And Model Number Of Equipment
time Spent For Repair And Proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance.
each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call.
vendor Will Supply Any Parts Necessary To Keep The Equipment Operational.
if Upgrades Or Changes In Technology Render A Piece Of Equipment No Longer Necessary, Contractor Shall Remove Said Piece At Contractor S Expense.
upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of The Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Upgrades That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Contract; However, It Does Refer To Significant Changes In The Hardware Operational Capability.
ancillary Support Equipment - The Contractor Shall Provide, Install, And Maintain Through The Life Of The Contract, As Indicated, Any And All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer (if Necessary), Filters, Preventative Maintenance, And Repair, Etc.), Printers And Universal Interface Equipment, Ups And Ups Batteries, Line Conditioners, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Etc.
commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g., Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software.
characterization Of Waste The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 Protection Of The Environment Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated.
the Determination And Description Shall Address The Following:
waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24)
waste Ignitability (reference 40 Cfr §261.21)
waste Corrosivity (reference 40 Cfr §261.22)
waste Reactivity (reference 40 Cfr §261.23)
hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31)
discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33)
solid Waste (reference 40 Cfr §261.2)
exclusions (reference 40 Cfr §261.4)
the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices.
contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response:
barium (total)
cadmium (total)
chromium (total)
copper (total)
cyanide (total)
lead (total)
mercury (total)
nickel (total)
silver (total)
zinc (total)
arsenic (total)
selenium (total)
tin (total)
ph
flash Point (to Higher Than 200â°f)
bod; Biochemical Oxygen Demand
the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether Or Not The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System.
implementation/transition Timeframe - The Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After The Award Of The Contract. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All Of The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government.
upon Award Of A Contract, The Transition Period For The Awarded Contract To Have All Equipment And Peripherals Installed And Operational By April 30 Or Mutually Agreed Upon Date. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed.
contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. The Plan Should Include Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents, And Supplies, Etc., Performance Of All Correlations And Validations. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Contract For Cause Under The Termination For Cause Clause Of The Contract.
at The End Of 120 Days From Award Of The Contract, The Awarded Contractor Shall Have Full And Sole Responsibility For Services Under The Awarded Contract.
standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Contract] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor S Technical Specification Of Effectiveness Of 90% Or More.
if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue On A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days.
if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled Termination For Cause. (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.)
operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor S Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition.
during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When More Than The Minimum Of 100 Hours.
the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes.
during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor And/or Contracting Officer To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer S Instructions, Shall Be Solely That Of The Contractor. The Same Terms And Conditions Apply To Ancillary/support Equipment Provided Under This Contract, I.e., Water System Ups, Etc.
government S Responsibility- The User Will Perform Routine Maintenance And Cleaning As Required In The Manufacturer S Operation And Maintenance Instructions. The User Shall Maintain Appropriate Records To Satisfy The Requirements Of This Paragraph.
ownership Of Equipment- Title To The Equipment Shall Remain With The Contractor. All Accessories (unused Consumables, Etc.) Furnished By The Contractor Shall Accompany The Equipment When Returned To The Contractor. The Contractor, Upon Expiration Of Order(s), At Termination And/or Replacement Of Equipment, Shall Remove The Equipment. The Contractor Shall Disconnect The Analyzer (gas, Water, Air, Etc.) And Shall Be Responsible For All Packing And Shipping Required To Remove The Analyzer.
as Applicable, The Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility.
contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Contract
as Applicable, All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Retained By The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Contract Or Disposal Or Return Of The It Equipment, Whichever Is Earlier.
as Applicable, Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:
contractor Must Accept The System Without The Drive.
va S Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or
va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then;
the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And
any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract.
a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation.
important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act.
however, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open.
any Response To This Source Selection From Interested Parties Must Be Received Nlt 02/07/2025, 1500 Pm Est.
attention: Arlie Lindsey, Contracting Specialist.
email: Arlie.lindsey@va.gov
please Reference 36c25525q0141 Tissue Processors Lease/rent Kcvamc In The Subject Line.
please Provide Your Unique Entity Id So That Your Organization Can Be Identified In Sam.gov And Vetbiz If Organization Is Claiming Sdvosb Preference.
only Organizations With An Active Sam.gov Account Can Be Considered.
utilize This Link To Either Start A New Registration Or To Renew The Organization S Registration.
https://sam.gov/content/home
Closing Date7 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: This Request For Information (rfi)/sources Sought
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. 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.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far Part 15.201(e).
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 561621. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
the Department Of Veterans Affairs (va), Visn 15 Network Contracting Office, Is Seeking Sources That Can Provide The Following:
contractor Shall Provide The Maintenance Of The Va Police Security System And Repair The Security System As Required By The Statement Of Work (sow) At The Va Medical Center, St. Louis, Missouri (herein After Referred To As Vamc).
the Vamc St. Louis Has Two Divisions Located As Follows: John Cochran Division (jc), 915 North Grand Blvd., St. Louis, Mo 63106 And Jefferson Barracks Division (jb), #1 Jefferson Barracks Drive, St. Louis, Mo 63125.
it Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Brand Name.
if You Are Interested And Are Capable Of Providing The Sought-out Services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)?
is Your Company Considered Small Under The Naics Code Identified Under This Rfi?
are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
does Your Company Have An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Above? If So, Please Provide The Contract Number.
please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described Above.
please Provide Your Uei Number.
responses To This Notice Shall Be Submitted Via Email To James Hogue At James.hogue@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5th At 1700 Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
statement Of Work
security System Maintenance
i. Description
this Service Contract Requires The Furnishing Of All Labor, Material, Equipment, Supervision, Management, Tools, Transportation, And Supplies For The Complete Maintenance And Corrective Maintenance Services To The Security System At The John Cochran (jc) Division And Jefferson Barracks (jb) Division Of The Va Medical Center (vamc), St. Louis, Missouri.
a. Contractor Shall Furnish All Labor For Normal, Routine And Emergency Maintenance, 24 Hours Per Day, 365 Days A Year.
b. The Contractor Is Responsible For Providing Field Updates To As-built Drawings And Associated Documentation As Tests And Maintenance Is Performed. The As-built Drawings Will Be Provided By The Vamc For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 31 Of This Document.
c. All Material Used In The Course Of Normal, Routine And Emergency Corrective Maintenance, Testing And Inspections Are Included; Except See Vandalism, Paragraph Iii. All Parts Shall Be Of Current Manufacturer And Shall Have Full Versatility/compatibility With Presently Installed Equipment. All Replacement Parts For Access Control Must Be Fips 201 Compliant. Stl Va Is Currently Using A 75-bit Card For The Va Piv Credential.
d. Any Material Provided Outside This Contract For Adds, Moves, Changes, Act Of God, Etc., Will Be Provided To The Vamc At The Contractor S Preferred Customer Rate For Labor And Materials.
e. In Addition; The Contractor Is Required To Provide The Below Listed Administrative Duties For The St Louis Medical Center:
(1) Create C*cure Reports Requested By The Various Services. Update Schedules Of Reports And Report Parameters. Update Reports As Equipment Is Added Or Deleted. Approximately 3 Hours Per Month.
(2) Add And Delete C*cure Operators As Needed. Minimal Amount Of Time (maybe Once Every Three Months)
(3) Manage Active Directory To Include Adding And Deleting Users And Resetting Passwords. Minimal Amount Of Time (maybe Once Every Three Months)
(4) Maintain Cisco Equipment For Campus Interconnection.
(5) Provide Preventative Maintenance On Access Control, Video And Intercom System To Reduce Downtime Of Same. Minimum Of 16 Hours Per Week.
(6) Will Be Required To Maintain A Bench Stock Of Spare Parts Provided By The Va Medical Center To Be Used In Emergency Situations
(7) Will Be Required To Maintain Four Client Pcs And Four Servers, Including Keyboards, Mice And Speakers.
(8) As New Buildings Come Online Under The Jb And Jc Major Construction Projects The Contractor Will Be Responsible For The Initial Entry Of All The Security Related Hardware
(to Include Istars, Card Readers, Receivers, Relays, Duress Buttons Etc.) In The Master Application Server And The Satellite Server. In Addition; The Contractor Will Be Responsible For Adding All The New Video Surveillance Equipment Into The March Networks System
ii. Quality Control:
all Employees Of Vendor And Subcontractors Working On Site Shall Comply With Va Security Management Program And Obtain Permission Of The Va Police, Be Identified By Project And Employer, And Restricted From Unauthorized Access. All Contractors Who Work On Site Must Have A Photo Id Badge Issued By The Va Police. Applicants For An Id Badge Will Be Required To Provide Personal Data And Undergo A Background Check.
contractor S Service Technicians Used To Meet The Requirements Of A-e Below Shall Reside Within A 1.25-hour Radius Of The Spot Located Directly Between The Two Locations:
a. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Factory Trained And Certified In The Software House Ccure 9000, And No Less Than Three (2) Employees Who Have Successfully Passed The Software House Ccure 9000 Advanced Integrator Certification.
b. Contractor Must Have One (1) Or More Software House Ccure 9000 Enterprise Architecture Certified Technicians, Competent In The Commissioning, Programming And Maintenance Of A Ccure 9000 Mas/sas Configuration.
c. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Who Are Factory Trained And Certified In The March Networks R5 Platforms.
d. Contractor Shall Have At Least One Employee Who Is Factory Certified In The Stentofon Alphacom Intercom System.
e. The Contractor Shall Have At Least Two Employees Who Are Factory Certified On The Salto Locking Computer Software Program, And The Associated Hardware Installed.
f. The Contractor Shall Insure That They Have At Least One Certified Technician Available 24/7 365 Days A Year That Lives Within A 1.25 Hours Radius Of Both The Jc And Jb Campus .
iii. General Maintenance Requirements:
system Components:
the System Includes Components Of The System, Both Audio And Visual, Including But Not Limited To Motion Detectors, Wiring, Circuitry, Duress Buttons, Electronic Cameras, Monitors, Nvr S, Switches, Alarms, Card Readers, Computers, Boards, Intercoms, Equipment For Data Transmission And Storage And Other Items Described Herein At The Jc And Jb Divisions Of The Va Medical Center.
all Components And Accessories Of The System Will Be Covered Under This Service Contract.
all Systems Shall Be Left Functional At The Close Of Each Workday.
a. Network
all Devices Supported As Part Of This Contract Reside On The Security Network. This Includes But Is Not Limited To Fiber Optics Converters, Switches, Ups S, Csu/dsu S And All Other Devices To Make A Complete And Working, Full Gigabit Backbone, Security Network. The Network Includes The Link Between Campus Dedicated To Use By The Security Systems.
b. Access Control System
the Access Control System Is A Ccure 9000.
this Includes, But Is Not Limited To: Access Control Panel, Panel Power Supplies, Lock Power Supplies, Card Reader, Request To Exit Devices, Door Position Switches And Electronic Locking Hardware.
electronic Locking Hardware Including Maglocks, Electric Strikes, Electrified Locksets, Delayed Egress Hardware, Electric Latch Retraction, And Electric Trim Devices.
the System Is Used To Monitor Certain Alarms. Devices To Monitor These Alarms Include Wireless Receivers, Transmitters, Specialized Contacts And Motion Detectors.
the Contractor Will Be Required To Keep The Ccure 9000 System Properly Licensed And Under A Software Support Agreement With The Factory, Maintaining At Least The Current Level Of Licensure. A Copy Of The License Details Is Available Upon Request. The System Includes A Configuration Of One Mas And Two Sas S Both With Bidi Interface. This Will Require License Renewal On An Annual Basis.
c. Cctv System:
coverage Of The March Network Cctv System Shall Be Part Of This Agreement. This Includes The Network Video Recorders (nvrs), Encoders, Wireless Transmission Equipment, Ethernet Transmission And Extenders, Switches, Camera Power Supplies, And Camera.
cameras Consist Of Indoor, And Outdoor, Fixed And Ptz, As Well As Analog And Ip.
d. Intercom
there Are Four Different Intercom Systems In Use That Will Be Covered Under This Maintenance Agreement. A Bogen Intercom System Covering Seven Doors At Jc, Six Aiphone Door Intercom Systems (total For Both Campuses), A Stentofon All Ip Intercom System With Six Intercom Stations, And Six Emergency Phone Intercom Stations.
e. Security Servers And Workstations
multiple Pcs And Servers Make Up The Security System. These Include Three High Availability Enterprise Servers Built And Tuned Specifically For Operation With Ccure 9000. These Servers Include Raid Redundancy, Dual Power Supplies And All Required Windows Server And Sql Licensing. Two High End Workstations Are Used For The Dispatch Function And Are Each Capable Of Driving Up To Eight High Resolution Large Format Monitors. Two Badging Workstations With Associated Cameras And Pvc Card Printers Are Also A Part Of The System. As A Part Of The Servers And Workstations, Lcd/led/plasma Monitors Are In Use. Of Particular Note Are The Eight Large Format Monitors; Five At Jc And Four At Jb.
the Contractor Will Be Responsible For Providing Their Own Service Workstations As Desired; However, At A Minimum, At Least One Service Workstation Shall Be Provided For The Jb Campus (this Workstation To Remain The Property Of The Contractor).
g. Stand Alone Locking System
a Salto Hotel Style Access Control System Is Used In The Fisher House Bldg.#59 And The Domiciliary Bldg.#3 At The Jb Campus. Salto Readers Are Battery Operated And Requires To Be Monitored And Batteries Need To Be Replaced Approximately At The 2/3 Of The Rated Duty Cycle. Full Support Of The System Must Be Included.
i. As-builts (record) Drawings: After Contract Award, The Contractor Will Be Provided With The Vamc As-built Drawings For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 28. Engineering Service Will Provide The Initial Computer Disk Of As-built Drawings For The Contractor To Maintain And Update. These Drawings Are Not Completely Accurate. The Contractor Is Responsible For Providing Field Updates To The Drawings As Tests And Maintenance Is Performed. Up To Date As-builts Shall Be Submitted Every Four (4) Months On Autocad Version 12 To The Contracting Officer Representative (cor).
ii. Maintenance Manuals: Maintenance Manuals Shall Be Provided And Include Original Manufacturer S Catalog Cuts On All Equipment Installed, Internal Wiring Diagrams Showing Points Of Connection, Terminal Points Wiring Color Code And Tag Notation, As Well As Instructions For Troubleshooting The System In The Event Of A Malfunction. In Addition To The Operating And Maintenance Manuals, A Complete Materials List Of Systems, Including The Address And Phone Numbers Of The Local Supplier Of Each Item Shall Be Provided. The Maintenance Manuals Shall Be Submitted To The Cor Every Four (4) Months Along With The As-builts.
iii. Vandalism: Vandalism Is Defined As Renewals Or Corrective Maintenance Necessitated By Reasons Of Negligence Of Misuse Of The Equipment By Persons Other Than The Contractor, His Representatives And Employees, Or By Reason Of Any Other Cause Beyond The Control Of The Contractor, Except Normal Wear And Tear. Claims For Additional
compensation For Repair Of Vandalism Will Be Considered Upon Presentation Of Satisfactory Evidence That Vandalism Has Occurred. During Normal Working Hours, The Contractor Shall Contact The Cor Or His Designee And Have Them Verify The Damage Prior To Repair Of Vandalism. During Off-duty Hours, The Contractor Shall Contact Police Service To Verify That The Damage Will Be Noted On The Service Ticket As Repair Of Vandalism. All Parts Replaced Due To Vandalism Shall Be Returned To The Government. If The Contractor Is Called To Make Corrective Maintenance Identified As Vandalism And So Noted, Billing Will Be For Time Spent At The Vamc Only. Travel Time And Expenses Will Be Charged.
iv. Acts Of God. Corrective Maintenance Necessitated By Reason Of Acts Of God Will Be Processed In The Same Manner As For Vandalism.
v. Malfunctions: All Malfunctions Located During Inspection/maintenance And Repair Shall Be Reported To The Cor. The Report Shall Include A Narrative Of Malfunction And The Recommended Method Of Correction. The Government Requires Problems To Be Corrected Within Twenty-four (24) Hours Of Being Identified In Addition To The Required Documentation.
vi. Report Of Services
1. During Normal Working Hours, 8:00 To 4:30 P.m., Monday Through Friday, The Contractor Shall Report To Va Police Operations Center At The Jc Division And The Officer S Work Area Bldg. #1 Jb Division To Sign In And Out. Contractor Shall Then Notify The Cor, Police Service As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Them Before Leaving, And Advise The Cor On The Status Of System.
2. During Off-duty Hours, 4:30 P.m. Through 8:00 A.m., Monday Through Friday, Holidays And Weekends, The Contractor Shall Report To The Va Police Operations Center At Jc Division And Va Police Officer S Work Area, Bldg. #1 At Jb Division To Sign In And Out. Contractor Shall Then Notify Police Service (on-duty Supervisor) As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Police Service (on-duty Supervisor) Before Leaving, And Advise Supervisor On The Status Of System.
3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments.
iv. Maintenance/corrective Maintenance:
a. Maintenance Services: Maintenance Is To Be Provided To All Equipment And Components Listed Herein:
1. The Contractor Shall Make Thorough Technical Inspections Of Equipment And Perform Necessary Maintenance In Accordance With Manufacturer S Recommendations And Commercial Practices Governing Maintenance For This Type Of Equipment.
2. All Equipment Including All Components And Accessories Shall Be Cleaned, Inspected, Adjusted, Calibrated, And Tested Prior To The Inspection Scheduled For Sixty (60) Days From Date Of Contract Award.
3. After The Initial Servicing Sixty (60) Days From Contract Award, All Equipment Will Be Cleaned, Inspected, Calibrated And Tested Once Every Twelve (12) Months, With The Exception Of The Pan Tilt Zoom Cameras Which Will Be Cleaned, Inspected, Calibrated And Tested Once Every Six (6) Months. Prior To The Commencement Of Work, The Contractor Shall Submit To The Cor, A Preventive Maintenance Schedule For All Devices Along With Procedures.
b. Inspection:
1. Va Medical Center Representatives (police Service) And A Representative Of The Contractor Will Jointly Inspect The Security System And All Components To Verify That All Systems Have Been Properly Maintained And Are Functioning In The Manner For Which They Are Intended. This Inspection Will Take Place In The First Month Of Performance Of This Contract And The Anniversary Month In Subsequent Years. The Contractor Shall Demonstrate At This Time That All Components Of The System Are Functioning Properly And State The Type Of Preventive Maintenance That Has Been Performed On The Equipment.
2. Within Ten (10) Calendar Days After Inspection Conclusion, The Contractor Shall Submit A Written Report (original And One Copy) To The Cor Citing The Components Inspected, Working Condition And Preventive Maintenance Performed To Date. The Report Will Be Completed In Accordance With The Provisions Of Paragraph Iv, Subparagraph D., Reporting.
3. When A Problem Has Been Identified As Caused By Lack Of Training Or System Knowledge Of The Vamc Staff, Contractor Shall Furnish Appropriate Information In Writing Or Verbally To Educate User Or Users As To Appropriate Procedures To Follow To Prevent Reoccurrence. Training For User Error And Technical Advice That Is Provided By Phone, Correspondence Or Personal Instructions Are Considered Part Of This Service Contract.
4. Reprogramming Of Software Due To Memory Loss, Software, And Firmware Updates Are Considered Part Of This Contract.
5. Time Spent By Service Contractor In Travel And Diagnostic Time For Assessing Cause Of System Failure Or Problem Is Considered Part Of This Service Contract. Once It Is Determined That The Problem Is Outside The Contract, Time And Material Spent To Repair Or Replace Components Of System Are Considered Additional Billable Items. A Quick And Accurate Diagnosis Is In Everyone S Best Interest. Proper Authorization Will Be Required. No Work Can Proceed Until A Purchase Order (p.o.) Number Is Issued.
6. If Door, Hardware, Or Other Component That Is Not Part Of Security System Needs Adjustment Or Replacement, Contractor Shall Have To State Corrective Action Needed To The Cor. The Necessary Security System Corrective Maintenance Shall Be Accomplished After Medical Center Personnel Have Completed Their Repair Work (diagnostic Time Is Part Of The Contract).
7. Assistance At The Head End Equipment Will Be Provided By The Va Police Supervisor While Preventive Maintenance Is Being Provided By The Contractor. Assistance Of The Va Police Supervisor Must Be Prearranged And Coordinated By The Contractor.
c. Response To Calls For Repair Service
1. Emergency Corrective Maintenance: A Repair Person Shall Be On The Premises And Provide Corrective Maintenance /trouble Shooting Initiated Within Two (2) Hours After Receipt Of An Emergency Call.
2. The Alarms For The Following Facilities/areas Have Been Assigned A Security Classification Of Critical/highly Sensitive. Trouble Alarms In Either Of These Categories Require A Two (2) Hour Response Time As Specified In C.1.
jc Division
(a) Methadone Dispensing Area Bell Street Clinic
(b) Agent Cashier Area Room B102f Bldg. 1
(c) Canteen Safe Area Room C303 Bldg. 1
(d) Bldg. 3, Irm Area 1st Floor Bldg. 3
(e) Inpatient Pharmacy Room B405 Bldg. 1
(f) Pharmacy Cache 2nd Floor Bldg. 1
(g) Emergency Room Doors Er Bldg. 1
(h) More Than 3 Istar Failures Bldg. #1
(patient Care Areas)
(i) C*cure Computer Failure Room C106 Bldg. 1
jb Division
(a) Pharmacy Outpatient Room 1c22 Bldg. 55
(b) Pharmacy Cache Room 1c35 Bldg. 55
(c) Agent Cashier Room 1b105 Bldg. 55
(e) Canteen Retail Office Section Room G010 Bldg. 24
(f) Pharmacy Bldg. 55
(g) Mental Health Sally Port Doors Wards N1, N3 West Bldg. 51
(h) C*cure Computer Failure Room 1e08 Bldg. 1
(i) Failure Of The Mas Or Sas Room 1e11a Bldg.1
3. Non-emergency (routine) Corrective Maintenance: All Other Areas Not Classified As Critical/highly Sensitive When Reported, Shall Be Considered Non-emergency (routine)
corrective Maintenance. A Repair Person Shall Be On The Premises And Initiate Repair/trouble Shooting Within One (1) Working Day After Receipt Of A Routine Maintenance Call. In No Instance Should Any Component Remain In A Fault/non-operational Status Exceeding Two (2) Working Days.
4. Failure Of The Contractor To Respond To The Requirements Of Emergency Call Back Period Within Two (2) Hours And To Non-emergency Corrective Maintenance Within One (1) Working Day, May Be Cause For Termination Of This Contract For Cause When Two (2) Occasions Of Non-compliance Occur.
5. If This Contract Is Terminated Because Of Contractor S Failure To Provide Services In Accordance With Contract Requirements, Payment Will Be Made For The Contractor S Services That Have Been Provided Through The Termination Date. No Payment Will Be Made For Any Scheduled Maintenance Services That Have Not Been Provided By The Contractor Prior To Termination Of This Contract.
d. Reporting
1. At The Completion Of Each Test, Repair And Maintenance Service, The Contractor Shall Provide A Verbal Report To The Cor Or His Designee On Duty Of Any Devices Or Systems That Were Found Not To Operate Properly Before Leaving The Medical Center. This Includes Location, Problems That The Malfunctioning Device May Cause, And Date When Corrective Maintenance Will Be Completed.
2. Written Reports: On Completion Of Each Inspection And Maintenance Service, The Contractor Shall Furnish A Written Report, Within Ten (10) Calendar Days Of Completion Of The Maintenance Or Inspection. Report Shall Be Legible And Provide, As A Minimum, The Following Information:
date Of Service
location Of Service
exact Component
type Of Service
service Performed (t-test, C-clean, A-adjust, Cal-calibrate, L-lubricate).
final Condition Of Device (wp-working Properly, Mal-malfunctioning, Etc.)
inspector Or Inspectors Initials
3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments.
4. Statement Of Power Related Problems By The Contractor Shall Be Substantiated By Documentation Utilizing The Appropriate Power Recording Equipment. The Contractor Must Also Present Information From The Manufacturer That The Recorded Conditions Would Cause Problems With The Equipment Before It Is Determined That Corrective Maintenance Is Not Covered By The Contract.
e. Acceptance By Contractor: Contractor Shall Accept The Existing Security System, All Accessories And Components, Listed Herein, In Its Present Condition And Shall Maintain Such System In Strict Conformance With The Specification Requirements. The Following List Of Components Is Intended As A Guide To The Equipment Covered Under This Contract. Note That These Quantities May Be In Error By As Much As + Or 10%. The Specific Location Of Each Device Is Listed In Table Nos.1 Through 28 Of This Document.
v. Emergency Calls: Contractor Shall Be Required To Have An Answering Service To Relay And Dispatch Emergency Calls. No Separate Phone Numbers Or Beeper Numbers Other Than The Main Company Number Will Be Accepted For Service Requirements.
vi. Quality And Performance Standards: All Performance Under This Contract Must Be Of High Standards And Must Conform To Good Trade Practices. All Service Under This Contract Shall Be Rendered Promptly And Efficiently Upon Receipt Of An Official Order. All Work To Be Performed Under This Contract Is Subject To Inspection By The Va To Insure Compliance With All Terms And Conditions Of This Contract.
vii. List Of Tables: See Section D Attachments.
table No. Description
1 John Cochran Building #1
2 John Cochran Building #2, 2a, 2b
3 John Cochran Building #3
4 John Cochran Building #4
5 John Cochran Building #6
6 John Cochran Building #7
7 John Cochran Building #5t
8 John Cochran Building #1t
9 Jefferson Barracks Building #1
10 Jefferson Barracks Building #24
11 Jefferson Barracks Building #23
12 Jefferson Barracks Building #51
13 Jefferson Barracks Building #52
14 Jefferson Barracks Building #53
15 Jefferson Barracks Building #18
16 Jefferson Barracks Building #3
17 Jefferson Barracks Building #3t
18 Jefferson Barracks Building #56
19 Jefferson Barracks Building #25
20 Jefferson Barracks Building #75
21 Jefferson Barracks Building #55
22 Jefferson Barracks Building #54
23 Jefferson Barracks Building #57
24 Jefferson Barracks Building #58
25 Jefferson Barracks Building #60t
26 Jefferson Barracks Building #60
27 Jefferson Barracks Building #55
28 Jefferson Barracks Fisher House #59
29 Jefferson Barracks Building #2
Closing Date30 Jan 2025
Tender AmountRefer Documents
Municipality Of Sibunag, Guimaras Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-009– Purchase Of Office Supplies For Mayor’s Office & Municipal Budget Office The Municipality Of Sibunag Through The 2025 Mo-mooe (mo Office Supplies) Intends To Apply The Sum Of Four Hundred Five Thousand One Hundred Fifteen Pesos (405,115.00) & Mbo Office Supplies Intends To Apply The Sum Of Fifty-six Thousand Twenty-seven Pesos (56,027.00) With Total Abc (461,142.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-009– Purchase Of Office Supplies For Mayor’s Office Municipal Budget Office. Bids Received In Excess Of The Abc Shall Be Automatical-ly Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-009– Purchase Of Office Supplies For Mayor’s Office Municipal Budget Office. Delivery Of The Goods Is Required 30 Calendar Days. Bidders Should Have Completed, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Re-public Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 3. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bid-ding Documents At The Address Given Below From 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20-30, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (p500.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of Janu-ary 30, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 7. Bid Opening Shall Be On 1:15 Pm Of January 30, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Sibunag Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Purchase Of Office Supplies For Mayor’s Office & Municipal Budget Office Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: January 30, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost Project I- Mo, Abc=405,115.00 1 Double Sided Tape, 1 Inch, 10m Pcs 20 2 Battery Aa, Rechargeable 2/pack Packs 20 3 Packing Tape , 2 Inches, 300m Pcs 10 4 Clear Tape 1" 300m Pcs 15 5 Bondpaper, Short, Subs.20, Gsm 70 Reams 200 6 Bondpaper, Long, Subs.20, Gsm 70 Reams 100 7 Bondpaper, A4, Subs.20, Gsm 70 Reams 20 8 Bathroom Tissue, 2 Ply Rolls 300 9 Black Out Curtain, Fabric (plain) Roll 1 10 Correction Tape, Big, 5mm X 8m Pcs 25 11 Coffee Stick, 1.9g, 36's/pack Packs 30 12 Sugar, Brown Kilos 5 13 Calculator, 12 Digits Pcs 5 14 Computer Ink, Compatible For Epson L14150, Cyan 001 Bot 10 15 Computer Ink, Compatible For Epson L14150, Black 001 Bot 5 16 Computer Ink, Compatible For Epson L14150, Magenta 001 Bot 5 17 Computer Ink, Compatible For Epson L14150, Yellow 001 Bot 5 18 Computer Ink, Compatible For Epson L5290, (003)cyan Bot 5 19 Computer Ink, Compatible For Epson L5290, (003) Black Bot 5 20 Computer Ink, Compatible For Epson L5290, (003) Magenta Bot 5 21 Computer Ink, Compatible For Epson L5290 (003) Yellow Bot 5 22 Computer Ink, Compatible For Brother, Black D60bk Bot 5 23 Construction Paper, Assorted Color Packs 10 24 Door Mat 18"x30" Pcs 20 25 Dipper Pcs 10 26 Detergent Powder, Sachet, 65g Dozens 30 27 Dustpan, Plastic, Good Quality Pcs 10 28 Dishwashing Liquid, Liters 10 29 Estension Cord, 10 Meters, W/socket, Good Quality, 3 Gangs Pcs 10 30 Extension Cord, 10 Meters, W/socket, Good Quality, 3 Gangs Pcs 10 31 Envelope, Letter/mailing, Long Pcs 1000 32 Envelope, Letter/mailing, Short Pcs 1000 33 Expanded Plastic Envelop Without Handle Long, Good Quality Pcs 100 34 Expanded Envelop, Long, Blue Pcs 100 35 Fabric Conditioner, 24 Ml Dozen 50 36 Flash Drive, 64 Gb Pcs 5 37 Folder White, Long, Good Quality Pcs 200 38 Folder White, Short, Good Quality Pcs 200 39 Folder Expanded, Long, Good Quality, Yellow Green & Red Pcs 200 40 Gun Tacker T-50 Heavy Duty 3 Way Staple & Nail Gun Pcs 3 41 Gun Tacker Wire T-50 3/8" 10mm Box 20 42 Gun Tacker Wire T-30 1/4" 6mm Box 20 43 Glue Glun (big), Good Quality Pcs 10 44 Glue Stick Big, Transparent Pcs 500 45 Glue Stick Small, Transparent Pcs 200 46 Ink Of Copier (duplo) Pc 10 47 Internal Hard Drive 2 Tb Pcs 3 48 Marker, Fluorescent, Assorted Color Pcs 10 49 Photo Paper, Matte, Long, 20's/pack Packs 25 50 Specialty Paper, Short, Ivory 20's Packs 100 51 Specialty Paper, Long, Ivory 20's Packs 100 52 Sponge Pcs 20 53 Sticker Paper, A4, Matte 20's Packs 20 54 Signpen, 0.5mm, Blue, 12's/box Boxes 20 55 Signpen, 0.5mm, Black, 12's/box Boxes 10 56 Signpen, 0.7mm, Blue, 12's/box Boxes 20 57 Signpen, 0.7mm, Black, 12's/box Boxes 10 58 Sticky Note Pad, Assorted Color 3x3 Pads 15 59 Sticky Note Strips, Assorted Color 3 X 1/2 Packs 15 60 Scissors, Good Quality 6" Pcs 10 61 Stapler With Remover, Big, Good Quality Pc 10 62 Staple Wires, #35 Boxes 5 63 Sd Card 512 Pc 2 64 Toilet Bowl Cleaner, 500ml Bottles 20 65 Toilet Brush Pcs 10 66 Toilet Plunger Pcs 10 67 Trash Bags, Plastic, 10's, Xxl Packs 20 68 Softbroom, Good Quality Pcs 10 69 Trash Bin, Medium Size Good Quality Pcs 10 70 Mop, Spin, Good Quality Pcs 10 71 Glue, 1,010g Liters 1 Sub-total 72 Glue 130g Pcs 5 73 Pail (5 Liters) Pcs 10 74 Spoon, Stainless, Good Quality Dozen 2 Total 75 Fork Stainless, Good Quality Dozen 2 76 Plate 10" Ceramic, Good Quality Dozen 2 77 Coffee Mugs, Ceramic, Good Quality Dozen 2 78 White Board Marker, Black 25 Ml Pcs 10 79 Stamp Pad Ink, Blue 30ml Pcs 10 80 Facsimile Stamp Pcs 5 81 Certified True Copy Stamp Pcs 5 82 Received Stamp Pcs 5 83 Customized Stamp (mayor's Name & Designation) Pcs 2 84 Ruler Steel 2ft Pcs 5 85 Molar File With Blue Color Pcs 30 86 White Borad 2x4 Ft Pcs 2 87 Whiteboard 4x8 Ft Pcs 2 88 Scotch Tape Dispenser Pcs 2 89 Hand Towel, Microfiber 16x24 Inches Dozen 2 90 Black Out Ring Curtain 7ft (plain) Pcs 10 91 Hi-techpoint Pen 0.7 (black And Blue) Pcs 12 92 Hi-techpoint Pen 0.5 (black And Blue) Pcs 12 Project Ii-mbo, Abc=56,027.00 1 Epson Ink 664, Cyan, 70 Ml Bottles 2 2 Epson Ink, Magenta 664, 70 Ml Bottles 2 3 Epson Ink, Yellow 664, 70 Ml Bottles 2 4 Epson Ink, Black 664, 70 Ml Bottles 5 5 Canon Ink G3010, Gi-790 Cyan Bottle 2 6 Canon Ink G3210, Gi-790 Yellow Bottle 2 7 Canon Ink G3010, Gi-790 Magenta Bottle 2 8 Canon Ink G3010, Gi-790 Black Bottle 5 9 Plastic Folder Thick (long) Green, Red Dozens 12 10 Plastic Folder Thick (short) White Dozens 15 11 File Folder, 14pts, White, Legal, 100s/ Bundle Bundle 3 12 File Folder, 14pts, White, Letter, 100s/ Bundle Bundle 2 13 Brown Envelope (long) Dozens 3 14 Brown Envelope (short) Dozens 3 15 Bond Paper (short) Subs.20, Letter, 8 ½” X 11 Reams 35 16 Bond Paper (long) Subs.20, Legal, 8 ½” X 13 Reams 10 17 Bond Paper A4 Size , Subs 20, 500 Sheets Reams 5 18 Sign Pen .07 Pcs 24 19 Pentel Pen Black (broad) Pcs 3 20 Pentel Pen Blue (broad) Pcs 3 21 Comb Ring ¾ “x 44” Long Plastic ½ Wide Pcs 20 22 Alcohol 1000 Ml 99.9% Germ Kill Bottle 5 23 Metal Triangular Scale Ruler (30cm) Pcs 2 24 Correction Tape (big) Pcs 10 25 Calculator 12 Digits (two Way Power) Big Pcs 2 26 Paper Clips (vinyl Coated) Boxes 6 27 Paper Clamp, Big Pcs 15 28 Scotch Tape 2” Pcs 5 29 Packing Tape Pcs 2 30 Paper Fastener (plastic) Vinyl Coated, Big Boxes 4 31 Staple Wire # 35, Boxes 4 32 White Board Marking Pen (black) Pcs 2 33 Double Sided Tape (big) Pcs 12 34 Hard Drive, Usb 64gb Pcs 1 35 Cutter Big Pcs 3 36 Colored Marker Highlighter, Red, Green, Violet Pcs 1 37 Ballpen, Black, 0.5, Smooth Ink Dozens 5 38 Stamp Pad (big) Pcs 1 39 Pencil #2, Lead W/ Eraser, 1 Doz/box Boxes 2 40 Sticker Paper (white, Green, Orange) Packs 12 41 Specialty Paper Packs 3 42 White Ordinary Mailing Envelope, Long Pcs 50 43 Thumb Tacks, 100pcs/box Boxes 3 44 Photo Paper, Long 20 Pcs/pack Pack 5 45 Scissor, Big Pcs 2 46 Stapler #35, With Staple Wire Remover (big) Pcs 2 47 Masking Tape 1: Wide 50 Meters Long (big) Pcs 2 48 Push Pin Boxes 2 49 Feather Duster W/ Handle Plastic Pcs 1 50 Computer Mouse, Wireless Pcs 1 51 Soft Broom, Tiger Grass, Good Quality Pcs 1 52 Detergent Powder, Sachet, 57g Doz. 1 53 Trash Bag, Black, Large Pack 2 54 Board Paper White Short Pack 6 55 Air Freshener, Spray, 320/bottle Bottle 2 56 Bath Soap, Anti Bacteria, Big Pc 2 57 Dishwashing Liquid, Refill Pouch, 600 Ml Bot 1 58 Fabric Conditioner Dozen 1 59 Pencil Sharpener (office Stationary) Pcs 1 60 Molar File Pcs 21 61 Trash Can With Cover (big) Pc. 1 62 Expanded Folder ( Long) Pcs 75 63 Facsimile ( Certified True Copy) Pc 1 64 Highlighter ( Green & Blue) Pcs 2 75total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Be: The Name Of The Contract Is Purchase Of Office Supplies For Mayor’s Office & Municipal Budget Office The Identification Number Of The Contract Is Bid No. 2025-009 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Twenty-three Thousand Fifty-seven Pesos And 10/100 (23,057.10) If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or The Amount Of Not Less Thirteen Thousand Eight Hundred Thirty-four Pesos And 26/100 (13,834.26) If Bid Security Is In Surety Bond. 19.3 In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.2 Bidders Shall Submit License As Office Supplies 21.2 Additional Contract Documents Relevant To The Project That May Be Required By Existing Law And/or The Procuring Entity.
Closing Date30 Jan 2025
Tender AmountPHP 461.1 K (USD 7.8 K)
DEPT OF THE ARMY USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Details: Request For Information (rfi)
subject: Inspection, Preventive Maintenance And Emergency Repairs/replacement Services For The Emergency Power Supply Systems (epss) For The Chemical Biological Center (cbc) Located At Aberdeen Proving Ground - Edgewood Area, Md, 21010
this Is A Request For Information (rfi) Only – This Rfi Is Issued Solely For Information And Planning Purposes. This Is Not A Request For Proposals (rfp) Or A Request For Quotations (rfq); It Is Strictly A Rfi. Neither Unsolicited Proposals Nor Any Other Kinds Of Offers Will Be Considered In Response To This Rfi. No Contract Will Be Awarded Pursuant To This Announcement. This Notice Does Not Constitute A Commitment By The United States Government To Contract For Any Supply Or Service Whatsoever. All Information Submitted In Response To This Announcement Is Voluntary; The United States Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The United States Government. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp Or Rfq, If Any Is Issued.
1.0 Disclaimer: This Rfi Is Issued Solely For Market Research Information And Planning Purposes And Does Not Constitute A Solicitation. Neither Unsolicited Proposals Nor Any Other Kind Of Offers Will Be Considered In Response To This Rfi. Responses To This Notice Are Not Offers And Will Not Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. Responses To The Rfi Will Not Be Returned. At This Time, Questions Concerning The Composition And Requirements For A Future Rfp Will Not Be Entertained.
2.0 Subject: The Cbc Is Conducting Market Research To Assess The Commercial Availability Of Inspection, Preventive Maintenance And Emergency Repairs/replacement Services For Their Epss’.
the Anticipated North American Industry Classification System Code (naics Code) Is 811210 (electronic And Precision Equipment Repair And Maintenance).
in Response To This Sources Sought Notice, Please Provide The Following:
do You Have The Capabilities To Perform The Work Required For This Effort?
is Your Company Classified As A Large Or A Small Business?
are There Any Concerns You Foresee With This Requirement?
responses To This Notice Shall Be Submitted Via Email To Michele A. Connolly At Michele.a.connolly.civ@army.mil. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Friday, January 31, 2025, At 4:30pm Est. If A Solicitation Is Issued, It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
3.0 Description: This Is A Non-personal Services Contract To Provide Routine Inspections, Maintenance, Operational Testing, Repairs, Replacement And Emergency Service Response For The Emergency Power Supply Systems (epss) At Combat Capabilities Development Command (devcom), Chemical Biological Center (cbc) Aberdeen Proving Ground, Md. The Contractor Will Provide All Services In Accordance With (iaw) National Fire Protection Association (nfpa) 110, Most Recent Version, For Level 1, 2 And 3 Equipment, Tm 5-685, National Electrical Code (nec)/nfpa 70 And Manufacturer’s Published Procedures. A Current List Of All Equipment To Be Maintained As Part Of The Epss Is Included In Attachment A – Master Generator Equipment Listing. There Are Currently (35) Systems In Place Requiring Service.
3.1general Requirements: The Contractor Shall Perform Provide Routine Inspections, Maintenance, Operational Testing, Repairs, Replacement And Emergency Service Response This Includes All Labor, Materials, Consumables, And Equipment Necessary To Accomplish The Contract Requirements Required To Successfully Complete The Inspection, Maintenance And Repairs, For The Continued Operation Of Cbc’s Epss’.
3.2technical Qualifications. The Contractor Shall Be Qualified In The Maintenance And Repair Of The Types Of Emergency Power Supply Systems (epss) Used In Research Laboratories, Hospitals Or Large-scale Medical Facilities, Specifically All Makes/models Listed In Attachment A – Master Generator Equipment Listing. The Contractor Shall Have The Ability To Provide Twenty-four (24) Hour Service And Have A Response Time For Emergency Calls Of No Less Than 2 Hours . The Contractor Shall Provide Proposed Communication Procedures With Phone Numbers And Emails Of Both Primary And Secondary Contacts And Answering Machines With Instructional Messages/ Voicemail Will Not Be Acceptable. The Contractor Shall Submit Satisfactory Manufacturer Or General Certification Of Personnel Training For Manufacturers Listed In Attachment A – Master Generator Equipment Listing. All Technicians Performing Services On This Contract Must, At A Minimum, Maintain The Apprenticeship Level Certification Provided By The Electrical Generating Systems Association (egsa). All Journeyman Level Technicians Shall Maintain Journeyman Certification Obtained Through The Egsa, Have At Least Five (5) Years Of Experience On Any Of The Following Generators: Katolight, Kohler, Caterpillar, Cummins And/or Similar Commercial Generators And Shall Be Proficient In Programming And Troubleshooting Of Electronic Programmable Logic Controllers. At A Minimum, One Qualified Journeyman Must Be Onsite At All Times During Performance Of Pws Requirements.
3.3 Quality Assurance: The Government Will Evaluate The Contractor’s Performance Under This Contract In Accordance With The Quality Assurance Surveillance Plan (qasp). This Plan Primarily Focuses On What The Government Must Do To Ensure That The Contractor Has Performed In Accordance With Designated Performance Standards. The Qasp Defines How The Performance Standards Will Be Applied, The Frequency Of Surveillance, And The Minimum Acceptable Defect Rate(s).
3.3.1 Quality Control Plan (qcp) - Contractor Shall Develop And Maintain A Qcp To Ensure Services Are Performed In Accordance With (iaw) This Pws. The Contractor Shall Develop And Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. The Contractor's Qcp Is The Means By Which It Assures That The Work Provided Complies With The Requirements Of The Contract. The Qcp Shall Be Submitted To The Contracting Officer (ko) And Contracting Officer’s Representative (cor) Within 30 Days Of Contract Award.
3.4 Hours Of Operation. The Contractor Must Perform All Scheduled Work Under This Contract (including Meetings) During Normal Business Hours (0700 – 1630), Unless Requested By The Cor. . These Hours Can Be Augmented Or Adjusted As Required To Accommodate Scheduled System Outages During Low Demand Hours For Maintenance, Or To Make Repairs In The Event Of An Unscheduled Service Interruption. The Government Reserves The Right To Change Hours Of Operation Or Restrict Contractor Access.
3.5 Contractors Accessing A Dod Facility Or Installation. The Contractor Shall Ensure That All Personnel (including Subcontractors) Assigned To Perform Work Associated With The Tasks Described In This Pws Have Been Screened Through Standard Employment Background Checks. Contractor And All Associated Sub-contractors Employees Shall Comply With Adjudication Standards And Have A -tier I Investigation With Favorable Results. The Contractor Shall Provide Proof Of These Screenings Upon Request By The Cor. Some Epss’ May Be Located In A Secure Area That Requires Escort.
4.0 Performance Requirements.
4.1 Inspection, Preventative Maintenance And Operational Testing. All Routine Maintenance And Operational Testing Shall Be Performed In Accordance With The Standards Of Nfpa 110 As Well As Manufacturer’s Recommendations, Instruction Manuals And The Authority Having Jurisdiction. A Maintenance Schedule For All Epss Equipment Included In This Contract Is In Attachment B – Epss Schedule. This Document Details All Requirements To Be Completed During Inspection, Preventative Maintenance And Operational Testing For All Epss’. Maintenance Schedules Shall Be Adhered To And Shall Follow The Published Intervals For Level 1 And 2 Equipment, To Include Monthly, Quarterly, Semi-annual And/or Annual Work.
4.1.1 Exercising Under Load. All Epss’s In Service Shall Be Exercised For A Minimum Of (30) Minutes, Using One Of The Following Methods:
4.1.1.1 Loading That Maintains The Minimum Exhaust Gas Temperatures As Recommended By The Manufacturer.
4.1.1.2 Under Operating Temperature Conditions And At Not Less Than 30 Percent Of The Eps Standby Nameplate Kw Rating Equivalent Loads (load Banks) Used For Testing Shall Be Automatically Replaced With The Emergency Loads In Case Of Failure Of The Primary Source.
4.1.2 Transfer Switches (ats). Transfer Switches Shall Be Operated Monthly Iaw Nfpa 110, 8.4.6.1. The Contractor Shall Also Perform Semi-annual Maintenance And Testing Of The Ats To Include The Following Operations:
4.1.2.1 Checking Of Connections
4.1.2.2 Inspection Of Testing For Evidence Of Overheating And Excessive Contact Erosion
4.1.2.3 Removal Of Dust And Dirt
4.1.2.4 Replacement Of Contacts, When Required.
4.2 Repairs, Emergency Service And Replacement Parts. The Contractor Shall Be Responsible For Any Repairs Needed On Any Piece Of Equipment Listed In Attachment A Throughout The Period Of Performance Of This Contract. All Repair Work Must Be Done Iaw Nfpa 110 For Level 1, 2 And 3 Equipment, Tm 5-685, Nec/nfpa 70, And Manufacturer Recommendations. Any Repair/replacement Required Outside Of The Normal Maintenance And Repair Identified In Attachment B Epss Maintenance Schedule, Must Be Submitted To And Approved By The Contracting Officer’s Representative (cor), Via A Quote, In Advance Of Any Work Being Executed.
4.3 Unscheduled Service And Repair Calls. These Calls Are Generally Routine Calls That Consist Of Correcting Failures, Which Do Not Immediately Impact Daily Operations. The Contractor Shall Be On Site To Troubleshoot And Diagnose The Problem Within (12) Hours Of Notification.
4.4 Emergency Service And Repair Calls. Emergency Calls Consist Of A Failure During An Exercise Or During An Actual Utility Power Outage. Failures Will Impact Daily Operations And/or Critical Mission Requirements, And The Contractor Shall Be On Site To Troubleshoot And Diagnose The Problem Within (2) Hours Of Emergency Notification.
4.5 Emergency Re-fueling And Delivery. In An Emergency Situation, Such As During A Weather Event Or If Apg Department Of Public Works (dpw) Supply Is Depleted Or Cannot Provide Fuel In Time To Keep Equipment Running, The Contractor Shall Provide All Necessary Services, Equipment, Personnel, Delivery Services And Materials Required To Provide Diesel Fuel Delivery. These Services Can Occur 24x7 During Normal Business Periods And During Catastrophic Or National Disasters.
4.6 Backup Generators. The Contractor Must Have At Least (2) Portable Generators Available At All Times, To Use As Temporary Replacements Should An Epss Included On This Contract Be Placed Out Of Service.
4.7 Emergency Replacement Of Existing Generators. The Contractor Should Supply And Install All Components, Materials, And Labor Required To Replace Any Of The Existing Generators Covered Throughout This Pws, As Needed Should It Be Deemed Irreparable. This Includes Automatic Transfer Switches, Backup Emergency Generators And Fuel Tanks. This Includes All Electrical Mechanical, Civil And Permitting Work Needed To Properly Install The Generator According To State And Local Codes. Equipment Shall Be Installed According To Manufacturer's Instructions. Installation Of The Unit Shall Be Performed By Licensed Electricians And Other Certified Installers. The Contractor Shall Make All Connections To The Building's Panel Boxes, Required Interfaces With The Electrical Company And Provide Any/all Enhancements Or Updates To The Electrical Lines. The Proposed Installation Must Comply With Local, State, And Federal Regulations For Permanent Mount Emergency Generators And Adhere To All Applicable National Electrical Codes ("nec"), And National Fire Protection Association ("nfpa") Codes. The Contractor Must Also Coordinate With Local Power Company, Currently City, Light & Power For All Outages Needed To Complete The Work.
4.7.1 The Contractor Shall Provide All Labor And Materials Necessary To:
(a) Remove And Reconnect Feeder For Temporary Generator And Prepare For New Generator. This Shall Include Supplying And Hooking Up Emergency Power Generator For Temporary Connection Until Completion Of Installation And Satisfactory Load Bank Run Of New Generator.
(b) Remove Old Generator And Appurtenances To Include Removal Of The Existing Concrete Slab And Appurtenances If Existing Site Is Determined To Not Be Reuseable.
(c) In The Instance Where The Current Pad Site Is Determined To Be Unusable For Direct Replacement, The Contractor Shall Install A New Concrete Pad To Accommodate The New Generator Per Set Manufacturer’s Specifications. The Contractor Shall Follow All Local And Installation Permitting Requirements To Obtain All Required Permits.
(d) The Contractor Will Install The New Generator And Set-up Mounting(s) Per Manufacturer’s Specifications. The Contractor Shall Connect Generator Start Circuit, Battery Charger And Sump Heater, As Applicable, To Nearest Available Power Supply; Connect Fuel Supply To New Generator; Verify Installation And Perform Start-up Checks, Transfer And Load Bank Testing To Ensure Proper Operation Of All Electrical And Mechanical Components. Contractor Is Responsible For Clearing All Work Debris And Material From Removal/installation Sites And Disposing It Properly.
(e) If Applicable, The Contractor Will Install And Disconnect Any Government Furnished Temporary Emergency Generator. The Contractor Shall Include The Cost Of Connection/disconnection Of A Temporary Furnished Generator. Generator Shall Be Set Up And Tied Into Existing Emergency Feeds And Automatic Start Circuit.
4.7.2 Excavation Clearances: Contractor Shall Obtain An Excavation Permit (ep) From The Construction Branch Of Dpw Before Starting Any Excavation Work. The Contractor Shall Initiate The Permit Process By Filling Out The “excavator Section” Of The Ep, And Submit Through Inframap Located In The Basement Of Building 4304. Processing Will Normally Require Ten (10) Working Days. The Contractor Shall Also Obtain Digging Clearance Through “miss Utility” To Check For The Existence Of Private Commercial Utilities Prior To Any Excavation.
4.8 Installation Of Green Strobe Generator Status Lights. The Contractor Shall Supply And Install A Green Strobe Light That Signals The Generator’s Operating Status Near Or On Each Individual Generator That Indicates The Generator Is Operational. These Installations Shall Be Completed Using A Phased Approach Approved By The Government Cor During The Base Year Of This Contract. The Contractor Shall Submit Their Phased Installation Plan To The Cor For Approval Within 30 Days Of Contract Award.
4.9 Records. The Contractor Shall Provide And Maintain All Records Both Electronically And On-site, With Log Books At Each System That Are Updated Once Any Actions Are Taken, E.g. Inspections, Operational Tests, Exercising, Repairs, And Modifications. If Required, Repair Or Replacement Quotes Shall Be Submitted Within Five (5) Business Days To The Cor Upon Discovery Of Need.
4.10 Quotes: Any Repair/replacement Beyond What Is Covered In The Standard Maintenance And Repair Sections Of This Contract Require A Quote Be Submitted And Pre-approved By The Cor, Prior To Commencement Of Any Work Being Performed.
if A Repair/replacement Part Is Required And Has The Ability To Impact Mission, The Cor Shall Be Provided A Quote For The Total Cost Broken Down By Labor Time, Parts And Materials Within (8) Hours Of The Discovered Issue. In The Event That A Repair/replacement Part Is Required, And It Will Not Impact Mission, The Cor Must Be Provided A Total Quote For Time And Materials Within (48) Hours Of The Discovered Issue.
4.11 Record Of Maintenance, Repair And/or Operational Testing. Records Are Required To Be
maintained Via A Digital Logbook Maintained By The Contractor. The Digital Log And Copies Of Inspection Maintenance Sheet(s) Shall Be Submitted By The 10th Of Each Month To The Cor.
4.12 Operational Readiness Report. Contractor Shall Provide A Monthly Operational Readiness Report Stating The Current Condition Of Each Emergency Power Supply System (epss) Included In The Contract. Report Shall Be Submitted By The 10th Of Each Month And Shall Be Furnished To The Cor And Building Facility Managers. A Full List Of Building Facility Managers Will Be Provided Upon Task Order Award.
Closing Date31 Jan 2025
Tender AmountRefer Documents
City Of Bais Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Various Improvement Of Operation Center, City Disaster Risk Reduction Management Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 717-24 Php 1,065,020.00 1 15 Lgth Angle 40mm X 40mm X 5mm Thk X 6.0m Lgth 2 15 Lgth Angle 50mm X 50mm X 5mm Thk X 6.0m Lgth 3 20 Lgth Pipe, Gi, Nps 50mm Ø (2" Ø) X 6.0m Lgth S40 4 8 Lgth Steel Plate, Galvanize, 4' X 8' Gauge 14 5 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M10 X 70mm 6 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 60mm 7 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 20mm 8 50 Pcs Bolt Expansion Screw Shell Anchor Expansion Bolt, M8 X 70mm 9 10 Pcs Grinding Disc For Metal, Depressed Center, Aluminum-oxide, 100 Mm Ø 10 75 Kilo Welding Electrode, 1/8" Ø, E6013 11 8 Can Roofing Sealant, High Grade, 1/2l/can 12 8 Set Marine Epoxy, 1/2l/can 13 4 Roll Galvanized Cyclone Wire Ga8, 5 Feet X 6m (2 Inch Opening) 14 50 Meter Chain Hot Dipped Galvanized, Heavy Duty 8mm 15 10 Pcs Laminated Padlock 40mm/50mm Keyed Pad Lock Security Lock Solid Anti-theft, Made Up Of Multiple Layers Of Laminated Steel 16 20 Pcs Hacksaw Carbon Steel Blade Hd (12") 17 800 Pcs Chb 4" 18 100 Bags Portland Cement 19 30 Cu.m. Fine Aggregate (sand), 4.75mm Ø Max Size 20 150 Lgth Deformed Bar, 10mm Diameter X 6.0m Length 21 20 Kilo Gi Tie Wire, #16 22 200 Pcs Polished Tile, 600mm X 600mm Beige 23 10 Sheet Marine Plywood, 4' X 8', 1/2" Thk 24 10 Sheet Marine Plywood, 4' X 8', 1/4" Thk 25 20 Pair Soft Close Drawer Guide Heavy Duty, 18 Inch 26 6 Pcs Tile Cutter Wheel (dry) 100mm Ø 27 4 Pack Tile Grout (2 Kilo/pack) Beige 28 8 Gallon Paint, Flat Wall Enamel, Alkyd-based 29 10 Can Paint Thinner (3l/can) 30 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white Wash/tulle White) 31 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white) 32 8 Gallon Paint, Single Complonent Zinc Phosphate, Anti-corrosive Metal Primer 33 10 Gallon Paint, Odourless Qde, Water-based (suede/light Tan) 34 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (red) 35 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (orange) 36 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (yellow) 37 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (white) 38 8 Can Acrytex Primer 39 8 Can Acrytex Cast 40 8 Can Acrytex Reducer 41 10 Pcs Paint Brush, 2" 42 10 Pcs Paint Brush, 4" 43 8 Set Paint Roller 7-inch With Pan 44 100 Pcs Sand Paper Waterproof # 120 45 100 Pcs Sand Paper Waterproof # 160 46 75 Box Acoustic Foam Panels Self-adhesive Fireproof Sound Proof Treatment Wall, 300mm X 300mm X 8mm, Polyester Fiber, 0.9 Sound Absorption, (12 Pcs/box) 47 20 Pcs Rubber Cement, (360cc/bottle) 48 15 Pcs All Purpose Silicon Sealant (black) 49 5 Rolls Tw Copper Wire # 10 Awg (5.5 Mm²) 50 3 Rolls Tw Copper Wire # 12 Awg (3.5 Mm²) 51 4 Rolls Tw Copper Wire # 14 Awg (2.0 Mm²) 52 10 Pcs Utility Box, 2" X 4" 53 15 Pcs Junction Box W/ Cover & Screws 54 6 Rolls Flexible Hose Pvc, 1/2" X 100m 55 10 Pcs Circuit Breaker W/ Inclosure, 30a 56 10 Pcs Circuit Breaker W/ Inclosure, 20a 57 15 Pcs Led Exit Signage Emergency Acrylic 3 Watts Clear Aluminum Box, Overcharge Protection, Led Charging Indicaton, Automatic Switch Ni-cd 1.2v Battery And Charger, Pmma (polymethyl Methacrylate) Board 58 20 Pcs Led Parlamp E27, 12w-15w, 180 - 265v, Daylight 59 20 Pcs Led Bulb E27, 12w-15w, 180 - 265v, Daylight 60 10 Rolls Electrical Vinyl Tape, Flame Retardant, Professional Grade, 3/4" X 66' X 0.007", 600v @ 80° C Rating 61 4 Pcs Gate Valve, Brass, 1 1/2" Heavy Duty, 150psi 62 4 Pcs Gate Valve, Brass, 1" Heavy Duty, 150psi 63 40 Pcs. Stainless Heavyduty Flexible Hose, 16" Length (1/2" X 1/2") 64 10 Set Stainless (304) Shower Set; With Shower Head Set, With Hose And Holder And Two Way Faucet 65 20 Set Toilet Flush Set Fittings Dual Button Flush Valve Toilet Inlet Valve Toilet Fittings 66 20 Pcs. Stainless (304) One Way Angle Valve (1/2" X 1/2") 67 20 Pcs. Stainless (304) Two Way Angle Valve (1/2" X 1/2" X 1/2") 68 20 Pcs. Stainless (304) Bidet Toilet Sprayer And Hose 69 20 Pcs. Stainless (304) Urinal Flush Valve 70 10 Pcs. Floor Drain, Anti-clogging, 4" X 4" Stainless (304) 71 20 Lgth Ppr Pipe Pn20, 20mm Ø Nominal X 4.0m 72 10 Pcs. Ppr Elbow Pn20, 20mm Ø 73 6 Pcs. Ppr Elbow Pn20, 25mm Ø 74 10 Pcs. Ppr Coupling Pn20, 20mm Ø 75 20 Pcs. Ppr Coupling Pn20, 25mm Ø 76 20 Pcs Ppr Tee Pn20, 20mm Ø 77 10 Pcs Ppr Tee Pn20, 25mm Ø 78 8 Pcs. Ppr Coupling Reducer Pn20, 25mm X 20mm 79 30 Pcs. Ppr Threaded Female Elbow W/ Brass Pn20, 20mm 80 10 Pcs. Ppr Threaded Female Tee W/ Brass Pn20, 20mm 81 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 20mm 82 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 20mm 83 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 25mm 84 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 25mm 85 15 Pcs. Ppr Threaded Male Union Pn20, 25mm 86 15 Pcs. Ppr Threaded Male Union Pn20, 20mm 87 15 Pcs. Ppr Threaded Female Union Pn20, 25mm 88 15 Pcs. Ppr Threaded Female Union Pn20, 20mm 89 10 Pcs. Ppr Gate Valve Pn20, 25mm 90 10 Pcs. Ppr Gate Valve Pn20, 20mm 91 10 Lgth Sanitary Pipe Pvc, S-1000, 100mmø X 3.0 92 10 Lgth Sanitary Pipe Pvc, S-1000, 50mmø X 3.0 93 4 Pcs Sanitary Tee Pvc, S-1000, 100mmø 94 2 Pcs Sanitary Elbow Pvc, S-1000, 100mmø 95 4 Pcs Sanitary Wye Pvc, S-1000, 100mmø 96 5 Pcs Sanitary Coupling Pvc, S-1000, 100mmø 97 6 Pcs Sanitary Clean-out Pvc, S-1000, 100mmø 98 10 Pcs Sanitary Tee Pvc, S-1000, 50mmø 99 10 Pcs Sanitary Elbow Pvc, S-1000, 50mmø 100 10 Pcs Sanitary Coupling Pvc, S-1000, 50mmø 101 4 Can Pvc Pipe Cement, 400cc 102 20 Pcs Teflon Tape Pipe Thread Seal Tape, 1" X 10m The Approved Budget For The Contract Is To Be Taken From Improvement Of Operation Center (res. No. 485 Series 2024 Ordinance No. 36). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 14, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 1 Million (USD 18.1 K)
City Of Koronadal Water District Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Item No. Specification Statement Of Compliance “comply” Or “not Comply” 1 Supply, Delivery, Installation, Testing And Commissioning Of Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market Water Supply System A. General 1. Scope A. The Scope Of Work Shall Be To Supply, Install, Test And Commission The Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market. All The Required Parameters Shall Be Transmitted To City Of Koronadal Water District Main Office As The Central Command Center. B. The Scada System, In General, Performs The Following Tasks But Not Limited For Specified Parameters: I. Monitoring Functions Ii. Controlling Functions Iii. Graphical Displaying Functions Iv. Reporting Functions V. Alarming Functions Vi. Trending Functions Vii. Data Storage Viii. Other Related Functions That May Be Required By The Ckwd Not Stated Herein. 2. Conditions A. The System And Instruments Should Be Brand-new Specifically The Programmable Automation Controllers, Sensors, Variable Frequency Drives (vfd), Pumps, Motors, Electromagnetic Flowmeters, And Scada Software. B. The Supplier Shall Furnish All Labor, Materials, Tools, Equipment, Transport, Supplies And Other Services To Complete The Scada System And Shall Be Responsible For The Proper Installation Of The Supplied Equipment And Software. C. The Supplier Shall Install The Equipment And System Within One Hundred Twenty Days (120) Days After Signing Of Notice To Proceed (ntp). The 15-day Time Frame Shall Be Allotted In Order To Check The Proper Alignment Of The Pump/ Motor Assembly And Make Necessary Corrections Of Both Mechanical And Electrical Failures Found During Installation And Construction. The Supplier Shall Inform The Ckwd Measures And Proper Procedures On Its Operation To Guarantee A Smooth And Proper Function Of The Newly Installed Units And System. D. Field-testing Shall Be Made Once The Mounted Equipment Is Ready For Operation And When Both The Ckwd And Supplier Have Finished Their Scopes Of Work On The Installed Unit. During The Installation And Commissioning Of The Scada System, The Supplier Is Required To Assign A Technician Responsible For Overseeing The Commissioning Process. All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier. E. The Supplier Shall Be Liable For Any Damages To Materials, Electro-mechanical Equipment’s Such As But Not Limited To Pumps And Motors, Variable Frequency Drive (vfd), Flowmeter, Level And Other Electro-mechanical Devices During Testing And Commissioning Of The Scada Project And Shall Be Required To Replace Immediately To Any Incur Defects Without Cost To Ckwd. All Incidental Expenses Including The Pulling Out And Transporting Of The Unit Shall Be Borne By The Supplier. F. In Accordance With The Electricity Safety Regulations, Supplier Is Strictly Prohibited From Connecting, Or Allowing To Remain Connected, Any Wiring Or Equipment In Unsafe Conditions To An Electrical Installation Or Power Supply. Additionally, To Control Hazardous Energy Sources, Standard Regulations Require That Machinery And Equipment Be Isolated From Their Energy Sources And Secured With A Lockout Or Tagout System Before Any Servicing Or Maintenance Is Performed. G. The Supplier Shall Provide A Comprehensive Warranty Covering All Parts And Labor For A Minimum Period Of One Year From The Date Of Delivery And Installation Of The Equipment And System. H. In Case Of Any Malfunction, Defect, Or Failure Of The Equipment And System During The Warranty Period, The Supplier Shall Offer Repair Services At No Additional Cost To The Buyer. I. The Supplier Must Respond To A Warranty Repair Request Within 24 Hours Of Notification By The Buyer. The Supplier Is Required To Complete The Repair Or Provide A Replacement Within A Maximum Lead Time Of 1 Week From The Time Of Notification. This Includes The Time For Diagnostics, Shipping Of Parts, And On-site Or Off-site Repair As Necessary. J. If The Repair Cannot Be Completed Within The 1-week Lead Time, The Supplier Must Provide A Temporary Replacement Of Equivalent Specifications At No Extra Cost To The Buyer, Until The Original Equipment Is Repaired And Returned To Full Working Condition. K. The Supplier Is Required To Maintain High Standards Of Housekeeping Throughout The Entire Project Duration. They Shall Be Fully Responsible For Managing And Securing Their Own Materials, Equipment, And Tools To Prevent Any Potential Accidents Or Safety Hazards In The Workplace. L. All Equipment/ Materials Must Be Brand New. 3. Location The Assembly Shall Be Installed At Koronadal Public Market, Purok Kaunlaran, Brgy. Zone I, City Of Koronadal. 4. List Of Major Components Item No. Item Quantity 4.a Programmable Logic Controller 1 4.b Human Machine Interface (hmi) 1 4.c Scada Software 1 4.d Workstation Pc 1 4.e Ethernet Switch 2 4.f Un-interruptible Power Supply 1 4.g Monitor 55" 1 4.h Wireless Antena (tx/rx) With Pole 2 4.i Variable Frequency Drive 2 4.j Pumps & Motors 2 4.k Water Level Monitoring Transmitter 4 4.l Electromagnetic Flowmeter 1 4.m Power Meter 1 4.n Fabricated Coated Panels W/ Complete Assembly 1 4.o Surge Protection Device 1 4.p Butterfly Valve With Actuators 2 4.q Pressure Transmitter 2 5. Major Components Specifications It Shall Meet The Following Operating Requirements: Description Specifications 5.a Programmable Logic Controller Digital Input 28 24 Vdc/vac Inputs, Up To 6 High Speed Counter Channels Relay Output 20 Relay Output Power Supply 24 Vdc Communication Embedded Usb Programming Port, Ethernet Port, Non-isolated Rs232/485 Serial Port Plug-in Ports 5 Plug-in Ports, Up To 4 Expansion Modules 5.b Human Machine Interface (hmi) Display 10.4 In. Display, Aluminum Panel With Resistive Touch Resolution 800x600 Or Higher Case Zinc-coated Skin Pass Steel Power Supply 24vdc (9 - 32vdc) Isolated Interface Ethernet: 2x Gigabit Ethernet (rj45), Usb: 2x Usb 3.0 (type-a / Host) Serial: 1x Rs232/422/485 (db9m) Isolated Operating Temperature 0° - 50°c Approvals Ce, Culus Listed, Ukca, Atex, Kc, Rcm 5.c Scada Software Scada Should Support Unlimited Displays, Unlimited Web Clients And Tags To Accommodate Future Integration With Our Pumping Stations. For Future Expansion, Scada System Shall Have Dual Monitor Capability To Provide Enhanced Visibility And Operational Efficiency. Data Logging To Odbc-compliant Database Such As Microsoft Sql Server Or Historian. 5.d Workstation Pc Cpu At Least 12th Gen Or Higher Intel Core I5 Storage (os) 256gb M.2 Gen 4 Nvme Ssd Storage (data) 2x1 Tb 7200 Rpm Hdd Or Higher Raid 0, 1, 5 Support Operating System Windows 10 Pro Or 11 Pro Memory 8gb Non-ecc Ddr5 Or Higher Display Output 2 X Displayport 1.4a Hbr2 Ports Ethernet Port Rj45 (1 Gbe) Ethernet Port Chassis/form Factor Tower 5.e Ethernet Switch Type Managed Switch Rj45 Ports Minimum 5x10/100baset Operating Temp -20 ~60 Deg. C Vlans Supported Secure Connectivity With Ssh And Https Supported 5.f Un-interruptible Power Supply Supplied Scada Product Must Have The Capacity/facility To Contain Battery-backed Memory For The Duration Of At Least One (1) Day Dedicated For The Plc's Programming And Configuration. System Must Be Able To Send Alerts For Power Outages. An Industrial Type Uninterruptible Power Supply (ups) Must Be Present For Plc Back-up For At Least Fifteen (15) Minutes. It Must Also Support Local And Remote Firmware Upgrade. 5.g Monitor Size: At Least 55" Mounting: Wall Mounted, Inclusive Of Installation 5.h Wireless Antenna (tx/rx) With Pole (communication Complete Set) Power Supply 24v, 0.3a Gigabit Poe Adapter Max. Power Consumption 7w Power Method Passive Poe Gain 23 Dbi Networking Interface (1) 10/100/1000 Ethernet Port Wind Survivability 200 Km/h Security Wpa2 Long-range Point-to-point (ptp) Link Mode 5.i Variable Frequency Drive Motor Power, Hp [kw] 1 Step Higher For 10hp Motor Ac Voltage Range 380v – 500v Voltage % Tolerance +10%, -15% Supply Number Of Phase 3 Phase Total Harmonic Current Distortion (thdi) 30 – 45% Prospective Short Circuit Current (kaic Rating) 65ka Nominal Current 52a Enclosure Rating Ip55 Local Control Panel W/mobile Phone Bluetooth Connectivity And Clear Display Vfd Features Motor Pre-heating Function Built-in Pid Control Built-in Safe Torque Off (sto) Function Full-text Diagnostic Display Dtc Control For Precise Torque Control And Enhance Energy Efficiency Removable Memory Unit For Faster Drive Replacement Digital Variable Frequency Drive That Is Scada Ready And Has Integrated Emc Filter. Complete Protection Against Over/under Voltage, Thermal Overcurrent, Lock Rotor, Ground Fault, Under Current, Definite Time Overcurrent. Digital Monitoring Of Voltage, Current, Frequency, Energy, Kw, And Fault History The Vfd Will Be Controlled Via Fieldbus. Status Updates, Diagnostic Faults, And Alarms Will Be Visible On Both The Hmi And Scada System. 5.j Pumps & Motors Number Of Pump And Motor 2 Units Pump Type Vertical In-line Maximum System Pressure 120 Psi Actual Calculated Flow 3.5 Liters Per Second Maximum Flow 5.0 Liters Per Second Mains Supply 230v Resulting Head Of Pump 35 Meters Head (maximum) 50 Meters Manifold Sizes (inlet And Outlet) 100 Mm Pump Parts In Contact With The Pump Liquid Made Of Stainless Steel Pump Bases And Heads Made Of Cast Iron; Other Vital Parts Are Made Of Stainless Steel Motor Rating 5 Hp, 230v, 3 Phase, 60 Hz 5.k Water Level Monitoring Transmitter Principle Radar Sensor Range Up To 8 Meters Output 4-20ma Beam Angle 8° Operating Voltage 12 - 35 V Dc Protection Rating Ip66 Or Higher Maintenance-free Operation Due To Non-contact 80 Ghz Radar Technology 5.l Electromagnetic Flowmeter Sensor Size Mm (in): 150 (6) Environment Protection Rating: Ip67/nema 6 Accuracy: ±0.2% Qmax (m3/hr): 700 Or Higher Qnominal (m3/hr): 600 Or Higher Qtransitional (m3/hr): 5 Qmin (m3/hr): 3.5 Or Lower Cable: 20 Meters (capable Upto 100m Or Higher) Flange Type Connection: Pn16 Lining Material: Elastomer Flange Material: Carbon Steel Housing Material: Carbon Steel Measurements: Direct/inverse Flow Transmitter Transmitter Mounting: Remote Power Supply: 85 To 265 V Ac Current Output: 4 To 20 Ma Security: Read-only Switch And Ultra-secure Service Password Digital Outputs: Three (3) Configurable Pulse/frequency And Alarm Outputs Fit-and-flow Data Storage Inside The Flow Meter Which Eliminates The Need To Match Sensor When Replace Self-calibrating Capabilities 5.m Power Meter Data Port Ethernet Interface Modbus Tcp Or Its Equivalent Supply Voltage 95-240v Ac; 110-340v Dc Digital Input 1 Or Higher Digital Output 1 Or Higher Degree Of Protection Ip65 Or Higher 5.n Fabricated Coated Panels W/ Complete Assembly Shall Provide Newly Fabricated Powder Coated Panels With A Complete Set Of Wiring Consumables For Network And Monitoring Of All Required Parameters. - Programmable Logic Controller - Human Machine Interface (hmi) - Io Modules - Circuit Breaker Protection - Power Meter - Surge Protection Device - Uninterruptible Power Supply - Exhaust Fan Shall Be Installed Inside The Control House And Shall Be Properly Ventilated 5.o Surge Protection Device Protection Performance Maximum Of 30 Microsecond Radius Of Protection 72 Meters Minimum 5.p Butterfly Valve With Actuators Size In (mm) 6” (150) Butterfly Valve Body Material Cast Iron Butterfly Disc Stainless Steel 304 Or 316 5.q Pressure Transmitter Measuring Range 0 To 16 Bar G (0 To 232 Psi G) Or 0 To 25 Bar G (0 To 363 Psi G) Current Output Signal 4-20 Ma Degree Of Protection Ip65 Or Higher 6. List Of Human Machine Interface (hmi) Alarms Item No. Alarm Descriptions 6.a Under Voltage 6.b Over Voltage 6.c Over Current 6.d Water Level Reservoir (cistern) Low Level 6.e Water Level Reservoir (cistern) High Level 6.f Water Level Right Building Low Level 6.g Water Level Right Building High Level 6.h Water Level Left Building Low Level 6.i Water Level Left Building High Level 6.j Discharge Line High Pressure 6.k Discharge Line Low Pressure 6.l Low/high Flowrate 6.m Submersible Motor Tripped 6.n Motor Control Panel High Temperature 6.o Motorized Valve (on/off Status) 6.p Vfd Alarms 7. System Architecture 8. Personnel Requirements The Contractor Shall Provide The Minimum Number Of Personnel For The Project, As Detailed In The Table Below. These Roles And Responsibilities Ensure Thorough Coverage Of All Project Aspects. Quantity Description 1 Project Engineer (pee) 2 Technical Engineers (electronics And Communications Engineer) 2 Technical Engineers (registered Electrical Engineer) To Ensure Qualified Personnel, All Professionals Must Have A Valid Unexpired Prc License. 9. Schedule Of Payment The Contract Duration Is One Hundred Twenty (120 Cd) Calendar Days Starting Upon Receipt Of Notice To Proceed. All Reports And Related Documents Must Be Submitted To The City Of Koronadal Water District Project Engineer And Should Be Officially Acknowledge Monthly. The Following Are The Schedule Of Payments: Payment Description Percentage Of Contract Price Remarks First Payment Upon Completion Of Item Orders 10% Must Submit Certification That All Components Are Ordered, Attached Proof Of Order From Suppliers Second Payment Upon Delivery Of All Items At Ckwd Facility 30% Must Compile And Submit All The Delivery Receipt Acknowledge By Ckwd Personnel Third Payment Upon Reaching 40% Of Project Accomplishment 30% Must Submit Certification That The Project Reached 40% Of Its Completion And Approved By The Ckwd Project Engineer Final Payment Upon Project Completion And Acceptance 30% With 5% Retention Upon Completion Total 100% B. Additional Requirements (compliance Upon Submission Of Bid) 1. Must Submit Original Catalog / Brochure For Vfd, Pump And Motor, Flowmeter, And Valve (please Specify Offered Product). 2. The Manufacturer Should Have Iso 9001:2015 Certificate Or Any Proof Of Renewal If Expired. 3. Minimum Manufacturer's Warranty Of One (1) Year. 4. Certification On Compliance To The Following: A. Reports: Indicate All The Fault Alarms From Vfd, Pressure, Flow, Level, And Other Protective Devices To Command Center. B. Trends And Data Logging: That Ckwd Will Provide The List Of Variables To Be Included In The Trend And Shall Be Logged Continuously In The Hard Drive For Historical Trending With Reference To The Monitoring Requirements. C. After Sales Service: After The Final Acceptance, The Contractor Shall Conduct A Monthly Site Visit Within The Warranty Period. The Contractor Shall Have 24/7 Availability Of Technical Engineers Within Mindanao Island. Must Submit Notarized Statement Of Undertaking Stipulating Availability Of Skilled Personnel Within Mindanao. D. Site Visit: The Bidder Shall Conduct A Site Visit/survey On Or Before The Pre-bid Conference Schedule To Ensure That They Know The Status/set Up Of The Project Site. Must Submit Certification Signed By Ckwd Project Engineer In-charge. E. Warranty: All Components Shall Be Guaranteed Against Defects In Workmanship And Materials For A Period Of One (1) Year From The Date Of Project Completion. Defective Components Or Parts Discovered Within The Warranty Period Shall Be Replaced Without Charge Or Additional Cost To Ckwd. 5. Bidders Qualifications: A. Must Submit Certification Or Any Document That The Bidder Has A Regional Presence Or A Regional Service/support Partner/center Within Mindanao. B. Bidder Must Be An Authorized Distributor From Manufacturer. Must Submit Certificate Of Distributorship. C. Bidder Must Have A Pcab License. D. Bidder Must Have An Experience Of Having Completed At Least Three (3) Contracts That Is Similar To The Contract To Be Bid. (indicate In The Form Of Statement Of All On-going Government & Private Contracts Including Contract Awarded But Not Yet Started.) E. Bidder Must Have Been In The Business For At Least Five (5) Years Of Providing Scada System Solution And Services In Government Or Private Sectors. Must Submit Dti Or Sec Registration. C. Additional Requirements (compliance Upon Delivery) 1. The Supplier’s Technical Representative Shall Be Present During Installation And Commissioning For Final Testing. 2. Must Submit Comprehensive Documentation, Including But Not Limited To Operation Manuals, Datasheets, And Manufacturers’ Certificates For All Electrical And Mechanical Components. 3. Trainings/transfer Of Technology: The Winning Bidder Shall Provide Inhouse Training On The Following Working Subject Matters: A. Plc And Scada Software Programming B. Installation C. Configuration D. Calibration E. Troubleshooting/operations And Maintenance All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier.
Closing Date6 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.7 K)
Philippine Fiber Industry Development Authority Tender
Software and IT Solutions
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Information And Communication Technology (ict) Equipment – 2 Lots Rebidding Project Identification No. Pb-011-2024-r The Philippine Fiber Industry Development Authority Through The General Appropriations Act Fy 2024 Approved Annual Procurement Plan (pcaarrd Project 4) Intends To Apply The Sum Of Two Million Six Hundred Sixty Thousand Pesos (php2,660,000.00) Being The Abc To Payments Under The Contract For The “supply And Delivery Of Information And Communication Technology (ict) Equipment – 2 Lots Rebidding” With Project Identification No. Pb-011-2024-r. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Philippine Fiber Industry Development Authority Through The General Appropriations Act Fy 2024 Approved Annual Procurement Plan (pcaarrd Project 4) Intends To Apply The Sum Of Two Million Six Hundred Sixty Thousand Pesos (php2,660,000.00) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Lot No. 1 Supply And Delivery Of Branded And Brand New Laptop Computer - Php160,000.00 Lot No. 2 Supply, Delivery, Installation And Setup Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis - Php2,500,000.00 Total Abc: Php2,660,000.00 The Philippine Fiber Industry Development Authority Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By And Shall Be In Accordance With The Delivery Schedule Under Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From Philfida And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents Can Be Accessed Online Starting December 26, 2024 (thursday) And The Hard Copy Can Be Purchased By Interested Bidders Starting January 3, 2025 (friday) From The Given Address And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Lot No. 1 Supply And Delivery Of Branded And Brand New Laptop Computer - Php160.00 Lot No. 2 Supply, Delivery, Installation And Setup Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis - Php2,500.00 Total Bid Doc Price: Php2,660.00 The Philfida Will Hold A Pre-bid Conference On January 7, 2025 (tuesday) At 9:30 A.m. Through Video Conferencing Via Microsoft Office 365 Teams Which Shall Be Open To Prospective Bidders. Bidder/s Should Submit A Valid Email Address One (1) Day Before The Pre-bid Conference. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Philfida’s Fiber Processing And Utilization Laboratory, Bai Compound, Visayas Ave., Diliman, Quezon City On Or Before January 21, 2025 (tuesday) At 9:00 A.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 21, 2025 (tuesday) At 9:30 A.m. At Philfida’s Fiber Processing And Utilization Laboratory: Bai Compound, Visayas Avenue, Quezon City To Be Streamed Live Via Ms Office 365 Teams, The Link Of Which Is Available By Request. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Bidders May Opt To Attend Virtually. The Bidders Shall Drop Three (3) Copies Of Their Duly Accomplished Eligibility Requirement, Technical And Financial Proposals In Two (2) Separate Sealed Envelopes In The Bid Box Located At Philfida’s Fiber Processing And Utilization Laboratory: Bai Compound, Visayas Avenue, Quezon City. Interested Bidders Are Requested To Contact The Bac Secretariat At Cellular Phone Nos.: 09189402419 And 09274003482 Before Submitting The Bidding Documents. Technical Specifications: Lot 1 Supply And Delivery Of Branded And Brand New Laptop Computer Technical Specifications: 1. 2 Units 2. 14-inch Fhd+ / Ips-level Display (at Least 1920 X 1200 Resolution) 3. Monitor Panel Refresh Rate Of At Least 144hz With At Least 100% Srgb Color Coverage 4. At Least 14 Total Cores And 18 Total Threads (combination Of Performance And Efficient Cores), With At Least 3.3ghz Performance Clock Base Speed 5. At Least 6gb Of Gddr6 Dedicated Graphical Unit, With Raytracing Capability 6. At Least 16 Gb Ddr5 Ram 7. With At Least 512gb M.2 Ssd 8. With Webcam 9. With Backlit Keyboard 10. With At Least Wifi7 Technology 11. With At Least 1x Thunderbolt™ 4 (displayport™/ Power Delivery 3.1); 1x Type-c (usb3.2 Gen2 / Displayport™/ Power Delivery 3.0); 1x Type-a Usb3.2 Gen2; 1x Hdmi™ 2.1 (8k @ 60hz / 4k @ 120hz); 1x Rj45 12. With At Least Windows 11 Pro/home Os Delivery Period: Forty-five (45) Calendar Days Upon Receipt Of Ntp Delivery Site: Immunology And Molecular Biology Laboratory, Visayas Ave., Quezon City Lot 2 Supply, Delivery, Installation And Orientation Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis Technical Specifications: Workstation I: 1. Central Processing Unit: A. At Least 350w Thermal Design Power (tdp) With At Least 64 Core, 128 Threads, And 256mb Cache B. With A Base Clock Speed Of At Least 3.20ghz And A Turbo Speed Of At Least 5.10 Ghz C. Compatible With Wrx90 Socket D. With Compatible Heatsinks And Air Cooling Peripheral For Thermal Management 2. Graphical Processing Unit: A. Dual (2) Gpu Setup Connected Through 2-way Low Profile Bridges B. Each Gpu Should Have At Least 300w Max Power Consumption C. Each Gpu Should Have At Least 48 Gb Gddr6 D. With And Compatible With Pci Express Generation 4 X 16 Graphics Bus E. Vr/raytracing Compatible F. With At Least 4 Display Ports G. Ampere Architecture-based Gpu H. With At Least 10,700 Cuda Cores, And At Least 300 Tensor Cores For A.i Generation And Modelling 3. Memory: A. With A Total Memory Of At Least 256 Gb - Ddr5, Partitioned To 4 Channels B. Memory Should Have At Least 4,800 Mhz Speed 4. Storage: A. With At Least 2 Tb M.2 Nvme Ssd Boot Drive B. With At Least 24 Tb Total Hard-drive Storage, With A Speed Of At Least 7,200 Rpm 5. Chassis And Power Supply: A. Compatible Chassis To Contain Parts B. With At Least 1350w Power Supply 6. Operating System: A. With Windows 11 Pro (english) Operating System Workstation Ii: 1. Central Processing Unit: A. At Least 350w Thermal Design Power (tdp) With At Least 64 Core, 128 Threads, And 256mb Cache B. With A Base Clock Speed Of At Least 3.20ghz And A Turbo Speed Of At Least 5.10 Ghz C. Compatible With Wrx90 Socket D. With Compatible Heatsinks And Air Cooling Peripheral For Thermal Management 2. Graphical Processing Unit: A. With At Least 4 Gb Gddr6 Memory B. At Least 350 Cuda Cores C. With At Least Pci Express Gen 3 Bus D. Turing Gpu Architecture 3. Memory: A. With A Total Memory Of At Least 256 Gb - Ddr5, Partitioned To 4 Channels B. Memory Should Have At Least 4,800 Mhz Speed 4. Storage: A. With At Least 2 Tb M.2 Nvme Ssd Boot Drive B. With At Least 24 Tb Total Hard-drive Storage, With A Speed Of At Least 7,200 Rpm 5. Chassis And Power Supply: A. Compatible Chassis To Contain Parts B. With At Least 1350w Power Supply 6. Operating System: A. With Windows 11 Pro (english) Operating System Peripherals, Software And Warranty: 1. Monitors: A. Two (2) Ips Panel Monitors With At Least 27 Inch Diagonal Size B. Full Hd (1920x1080) Resolution C. Height, Tilt, Swivel And Pivot Adjustable D. Supports Hdmi, Usb 3.2, Rj45 Connection 2. Keyboard And Mouse: A. 2 Pairs Of Qwerty Full Keyboard, And 2 Optical Mouse For The Workstations 3. Four (4) Support Laptops: A. With At Least 16 Cores, 22 Threads And 24 Mb Cache B. With A Turbo Clockspeed Of At Least 4.8 Ghz C. With A Dedicated Graphical Processing Unit With At Least 4gb Gddr6 Memory, Ray-tracing Compatible D. With At Least 32 Gb Ddr5 Memory, With Speed Of At Least 5600 Mt/s E. With At Least 2 Tb M.2 Nvme Ssd Storage F. At Least 15.6" Display Screen With Resolution Of At Least 1920x1080 Fhd G. With Built-in Microphone, Camera, Backlit Keyboard, Wifi 6/6e H. Inclusion Of Wireless Optical Mouse And Backpack I. With Windows 11 Pro (english) Operating System 4. Services And Warranty: A. At Least 3 Years Warranty Support For All Equipment B. At Least 3 Years On-site Services For Workstations C. At Least 1 Year On-site Services For Laptops D. At Least 1 Year Warranty On Laptop Batteries Delivery Period: Forty-five (45) Calendar Days Upon Receipt Of Ntp Delivery Site: Immunology And Molecular Biology Laboratory, Visayas Ave., Quezon City
Closing Date21 Jan 2025
Tender AmountPHP 2.6 Million (USD 45.4 K)
DEFENSE LOGISTICS AGENCY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: 30jan2025 -this Update Is Being Published For The Below Two Reasons:
1. Clin Re10me Has Been Removed From The Price Schedule; And The Description Of Clin Re11me Has Been Corrected To Read "1 Ea Of Re11me Equals 1 Drum." Row 282 Has Been Removed From The Spreadsheet To Delete Re10me. Consequently, Another Version Of Attachment 1, 'attachment 1 - Price Schedulev5.xlsx' Has Been Uploaded. 'attachment 1 - Price Schedulev4.xlsx' Has Been Removed. Offerors Must Complete V5 And Submit It With Their Volume I.
2. To Extend The Solicitation Deadline To 1800est On Monday, 03feb2025.
***
17jan2025 -this Update Is Being Published For The Below Three Reasons:
1. To Answer Two Bidder Questions.
q1: (1) Re: Volume Iii Small Business Participation Plan – If We Commit To Making A Genuine Good Faith Effort To Achieve All Of The Subcontracting Commitments Listed In Our Plan, But Choose To Label Them As “non-enforceable,” As Opposed To “enforceable,” Will This Negatively Impact How Our Proposal Is Evaluated? (2) If We Label Some Or All Of The Commitments As Enforceable, But Fail To Achieve The Set Targets, What Will The Consequences Be? Please Clarify.
a1: (1) A “non-enforceable” Subcontracting Commitment Will Not Negatively Impact How A Proposal Is Evaluated. However, An “enforceable” Subcontracting Commitment Will Positively Impact How A Proposal Is Evaluated. As Noted In Subparagraph 3 Of The Small Business Participation Evaluation Provision (see Attachment 7, P. 8), The Small Business Participation Plan Will Be Evaluated In Terms Of The Offeror’s Proposed Subcontracting Participation, The Extent Of Commitment To Use The Subcontractor(s) (enforceable Vs. Non-enforceable Commitments), And The Offeror’s Established Or Planned Procedures For Small Business Outreach And Utilization. Thus, It Would Be Reasonable To Expect That The Contracting Officer Would Rate Proposals Showing A Greater Commitment To Enforceable Subcontracting Participation More Highly Than Similar Commitments Or Goals That Were Not Considered Enforceable. (2) “enforceable” Subcontracting Commitments Will Become Part Of The Terms And Conditions Of The Contract; Therefore, A Breach Of The Terms Of The Contract May Impact Administration Of The Contract, Including The Documentation Of Performance In Cpars And Could Play A Role In Decisions Regarding Termination Or Option Exercise. Additionally, Firms That Are Not Small Businesses And Are Required To File A Subcontracting Plan Should Note The Requirement To Annually Document How They Performed Compared To Their Plan Via The Electronic Subcontract Reporting System (esrs). As Noted In The Small Business Subcontracting Plan Submittal Requirements (attachment 7, P. 5) The Government Will Document Performance Accordingly.
q2: Re: Volume Iii Small Business Participation Plan – Do Subcontractors Have To Be Registered In Sam.gov Or Be Certified By Any Particular Certifying Agency? Please Clarify The Eligibility Requirements, If Any.
a2: Short Answer, No, They Do Not Have To Be Registered. If You Have The Cage Of A Subcontractor, Please Identify It. However, If The Subcontractor Is Not Registered In Sam, The Procedures From Far 52.219-8(e)(1) May Be Used, Which Say "the Contractor May Accept A Subcontractor's Written Representations Of Its Size And Socioeconomic Status As A Small Business, Small Disadvantaged Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Or A Women-owned Small Business If The Subcontractor Represents That The Size And Socioeconomic Status Representations With Its Offer Are Current, Accurate, And Complete As Of The Date Of The Offer For The Subcontract."
2. To Upload The Final Version Of Attachment 1, 'attachment 1 - Price Schedulev4.xlsx'. 'attachment 1 - Price Schedulev3.xlsx' Has Been Removed To Reduce The Potential For Confusion. Offerors Must Complete V4 And Submit It With Their Volume I. For Your Awareness, Cells That Have Changed Since The Original Are Highlighted In Yellow, And The Following Three New Clins Were Added To The Schedule: "lp06c2", "lp07c4", And "1005sp, Defoaming Agent For Pumping Of Afff Rinsates. 1 Ea = (1) 5-gal Pail." See Section 2.4 A. Of The Updated Pws For More Details.
3. To Upload A Revised Version Of Attachment 2, 'attachment 2 - Pwsv2.pdf'. This Revised Version Has An Update In Section 2.4 A. For New Clin 1005sp Added To The Price Schedule.
***
10jan2025 -this Update Is Being Published For The Below Three Reasons:
1. To Answer Six Bidder Questions.
q1: The 12 Month Order History Shows Very Large Volumes Of Supplies Being Purchased Which Is Not Represented In The New Volumes. Are Supplies Now Being Purchased Under A Separate Contract And This Will Be Used As A Backup?
a1: No. This Is The Only Contract Being Used For Supplies.
q2: There Was A Very Large Volume Of Alkaline Batteries Shipped Last Year, Well Above The New 30-month Anticipated Volume. Was There An Event That Caused The Higher Volume?
a: No Event Is Known. A 30-month Ordering History (not 12-month) From The Current Contract Was Used For The Estimated Quantities On This New Contract.
q3: Volume I – In Addition To The Minimum Content Requested In Attachment 7, Page 2 (items A-h), Do You Also Want Information On Our Approach To Performing The Project Work?
a3: No Additional Information Is Wanted. Only The Information Requested Will Be Evaluated.
q4: Volume Iii – Small Business Participation Plan – Is The 5% Participation Goal For Small Disadvantaged Businesses A Required Subcontracting Obligation Or An Aspirational Target The Awarded Contractor Is Expected To Make A Good Faith Effort To Achieve?
a4: It Is A Goal; It Is Not A Required Subcontracting Obligation.
q5: Do You Want Us To Provide Fully Burdened Unit Rates For All Line Items To Include Overhead, Profit Margin, Fuel And Insurance Costs, Etc. (everything Except Taxes)?
a5: Yes, We Need The Fully Burdened Price. This Will Be A Firm-fixed-priced Contract, So The Only Prices Paid To The Contractor Will Be The Prices On The Price Schedule.
q6: Can You Also Provide The Solicitation/contract Number That This Service Was Provided Under?
a6: Sp450020r0003 And Sp450020d0011.
2. To Announce The Intent To Upload Another Version Of The Price Schedule. Sadly, A Few More Typos Need To Be Corrrected. Please Be Looking For That To Be Posted Early Next Week. In Addition, More Answers To Questions Received Will Be Posted With That Update.
3. To Extend The Solicitation Deadline To 1500est On Friday, 31jan2025. This Does Not Extend The Cut-off Date For The Receipt Of Offeror Questions, Which Was Fourteen Days Prior To The Original Proposal Due Date, Which Was 06jan2025. Any New Questions Received May Not Receive An Answer.
***
03jan2025 - This Update Is Being Published For The Below Two Reasons:
1. To Answer The Following Bidder Question: Who Is The Incumbent Contractor? Answer:industrial Waste Utilization, Inc., Montclair, Ca 91763.
2. To Upload Another Corrected Version Of Attachment 1, 'attachment 1 - Price Schedulev3.xlsx'. 'attachment 1 - Price Schedulev2.xlsx' Has Been Removed To Reduce The Potential For Confusion. Offerors Must Complete V3 And Submit It With Their Volume I. For Your Awareness, Cells That Have Changes Since The Original Are Highlighted In Yellow. Clins 1095-97sv Were On The Original Price Schedule Twice, So Their Duplicates Have Been Removed In V3. Additionally, Clin 1901sa Has Been Removed And Replaced With Clin 1905sa.
***
02jan2025 - This Update Is Being Published For The Below Two Reasons:
1. To Upload A 12-month Ordering History Report, 'ordering History 25r04.xlsx'. This Spreadsheet Has Two Tabs - One For Waste And One For Services.
2. To Upload A Corrected Version Of Attachment 1, 'attachment 1 - Price Schedulev2.xlsx'. ***now Removed, See Above.*** There Were Two Typos In The Original That Have Been Corrected As Follows:cell C246 Was Changed From Nr96c5 To Nr12c5 And Cell C151 Was Changed From Fl07c34 To Fl07c4.
***
special Note: There Is Only One Pdf Document Attached To This Opportunity. Sp450025r0004.pdf Has Nine Additional Attachments Embedded Within That One Document. If You Are Using A Web Browser, Mozilla Firefox May Show The Attachments Within The Web Browser, Chrome May Not Show The Attachments Within The Web Browser. If You Are Using An Adobe App, You May Need To Look For The Paperclip Looking Icon To View The Attachments.
***
combined Synopsis/solicitation Sp450025r0004 Has Been Prepared In Accordance With The Procedures In Far 12.603. The Scope Of Work Requires Services To Remove, Transport, Recycle, And Dispose Of Hazardous Waste Located In And Around San Diego, California. The Following Additional Information Is Provided In Accordance With Far 12.603(c)(2).
(i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) Solicitation Sp450025r0004 Is Issued As A Request For Proposal (rfp).
(iii) This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective November 12, 2024.
(iv) This Acquisition Is Being Issued As A Full And Open Procurement; The Associated Naics Code Is 562211; The Small Business Size Standard Is $47m.
(v) See Attachment 1 For The Price Schedule.
(vi) See Attachment 2 For The Performance Work Statement (pws) And A Description Of The Requirement.
(vii) The Contract Is Anticipated To Have A 30-month Base Period From March 2025 To September 2027 And A 30-month Option Period. See Attachment 3 For A List Of Pickup Locations.
(viii) The Provision At Far 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition. See Attachment 7 For Addenda To The Provision.
(ix) The Provision At 52.212-2, Evaluation -- Commercial Items, Applies To This Acquisition. See Attachment 7 For Addenda To The Provision.
(x) Offerors Are Advised To Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Items, Alternate I, With Your Offer.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition. See Attachment 7 For 52.212-5 Clauses Applicable To This Acquisition.
(xiii) See Attachment 7 For Additional Clauses, Contract Terms And Conditions.
(xiv) The Defense Priorities And Allocations System (dpas) Is Not Applicable.
(xv) Proposalsaredueby1830 Eston January 20, 2025. Proposals Shall Be Emailed To Andrea.tichenor@dla.mil And Hazardouscontractswest@dla.mil.
(xvi) Offerors Must Submit All Questions Regarding This Solicitation In Writing Via Email To Andrea Tichenor At Andrea.tichenor@dla.mil. The Cut-off Date For The Receipt Of Offeror Questions Is 06jan2025. Questions Received After That Time May Not Receive An Answer.
*sp450025r0004 Attachments:
attachment 1 - Price Schedule
attachment 2 - Performance Work Statement (pws)
attachment 3 - Pickup Locations
attachment 4 - Ktr Work Surveillance Checklist Placement Or Removal Empty Rob Or Vac Box
attachment 5 - Ktr Work Surveillance Checklist Ics
attachment 6 - Dla Form 2505
attachment 7 - Addenda To Far 52.212-1 & 52.212-2, Additional Contract Terms & Conditions
attachment 8 - Past Performance Information (ppi) Questionnaire
attachment 9 - Provision Fill-ins
other Document Contained Within The Contract: Department Of Labor Wage Determination (1996-0223) Revision 63, Dated 07/22/2024, Https://sam.gov/wage-determination/1996-0223/63.
Closing Date3 Feb 2025
Tender AmountRefer Documents
6011-6020 of 6033 archived Tenders