Civil Tenders

Civil Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Soon12 Mar 2025
Tender AmountRefer Documents 
Details: Requirements For Pcr Testing - Microbiology pathology And Laboratory Medicine Service Wpb Vahcs introduction: the Microbiology Department Of The Pathology And Laboratory Service Within The Wpb Vahcs Needs A Lease/reagent Rental (cost Per Kit/test) Agreement To Cover Equipment, Service Calls (including Routine Maintenance Beyond Manufacturer Recommended User Maintenance), Reagents And Consumables. Testing Is For Real-time Pcr Nucleic Acid Analysis To Rapidly Detect (at The Minimum): Clostridium Difficile Including The Epidemic 027 Strain From Stool (cdt), Methicillin Resistant Staphylococcus Aureus (mrsa) From Nasal Swabs, Sars-cov-2, Flu A&b/rsv Virus And Chlamydia Trachomatis (ct)/neisseria Gonorrhoeae (ng) From Male And Female Urine, Vaginal Or Endocervical Swabs. The Contract Shall Be For Six (6) Month Base And Up To Four (4) Option Years. ii.scope Of Procurement: vendor Shall Provide The Test Menu Listed On The Fss. Annual Test Volumes Provided With This Contract Are Based Upon Prior History And Are Not A Guaranteed Minimum. If At Any Time During The Contract Period, Tests Are Not Available On This List, The Vendor Shall Reimburse The Wpb Vamc Any Additional Costs Associated With The Procurement Of Another Source Of Test Performance. testing Required In This Contract For The Wpb Vamc Are Listed Below: cdiff- Clostridium Difficile mrsa- Methicillin Resistant Staphylococcus Aureus ct/ng sars-cov-2/flua&b/rsv the Wpb Vamc Facility Runs Approximately 7500 Test Per Year. Estimated Annual Test Kit Volumes Are Listed Below: gxcdiff/epi-10 6 gxmrsa-nxg-10 120 ct/ng,gx,ivd 115 sars-cov2/flua&b/rsv 575 collection Swab Kit 24 urine Collection Kit 24 period Of Performance: 6 Month Base: 1 April 2025 30 September 2025 option Year 1: 1 October 2025 30 September 2026 option Year 2: 1 October 2026 30 September 2027 option Year 3: 1 October 2027 30 September 2028 option Year 4: 1 October 2028 30 September 2029 iv. Testing Menu Requirement: vendor Shall Provide The Test Menu Listed On The Fss. Annual Test Volumes Provided With This Contract Are Based Upon Prior History And Are Not A Guaranteed Minimum. If At Any Time During The Contract Period, Tests Are Not Available On This List, The Vendor Shall Reimburse The Wpb Vamc Any Additional Costs Associated With The Procurement Of Another Source Of Test Performance. vi Maintenance And Service 1. Business Hours Service Provided For Length Of Contract. All Service, Repair And Maintenance (other Than User Performed Maintenance) Will Be Performed By The Contractor With No Additional Expense To The Government (service Cost Included In Cprr). Vendor Service Must Be Available Within 2 Hours Of Notification By Customer During Business Hours. Vendor Will Ensure That Maintenance Is Scheduled With Customer In Advance Of Arrival On Site. Vendor To Provide Hazardous Waste Determination With Proposal. The Hazardous Waste Determination Is A Procedure Used To Determine Whether The By-products Of An Analytical Process Are Characterized As A Hazardous Waste. This Information To Be Provided Based On The Estimated Workload As Noted Above. vii. Information Security va Handbook 6500.6, Appendix B.doc va Acquisition Regulation Solicitation Provision And Contract Clause note: This Clause Will Undergo Official Rule Making By The Office Of Acquisitions And Logistics. The Below Language Will Be Submitted For Public Review Through The Federal Register. The Final Wording Of The Clause May Be Changed From What Is Outlined Below Based On Public Review And Comment. Once Approved, The Final Language In The Clause Can Be Obtained From The Office Of Acquisitions And Logistics Programs And Policy. 1. Subpart 839.2 Information And Information Technology Securityrequirements 839.201 Contract Clause For Information And Information Technology Security: a. Due To The Threat Of Data Breach, Compromise Or Loss Of Information That Resides O Neither Va-owned Or Contractor-owned Systems, And To Comply With Federal Laws And Regulations, Va Has Developed An Information And Information Technology Security Clause To Be Used When Va Sensitive Information Is Accessed, Used, Stored, Generated, Transmitted, Or Exchanged By And Between Va And A Contractor, Subcontractor Or A Third Party In Any Format(e.g., Paper, Microfiche, Electronic Or Magnetic Portable Media). b. In Solicitations And Contracts Where Va Sensitive Information Or Information Technology Will Be Accessed Or Utilized, The Co Shall Insert The Clause Found At 852.273-75, Security Requirements For Unclassified Information Technology Resources. 2. 852.273-75 - Security Requirements For Unclassified Information technology Resources (interim- October 2008) as Prescribed In 839.201, Insert The Following Clause: the Contractor, Their Personnel, And Their Subcontractors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract. (end Of Clause) va Handbook 6500.6, Appendix C .doc va Information And Information System Security/privacy Language For Inclusion Into Contracts, As Appropriate general contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. access To Va Information And Va Information Systems a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. custom Software Development And Outsourced Operations Must Be In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. the Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor S Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. va Information Custodial Language contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. if Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct Onsite Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Follow Va Directive Requirements. prior To Termination Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor During Performing This Contract 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 Of The Contract. the Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Policies In This Contract. the Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. if Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Enough Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. if A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated, And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. the Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. the Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above-mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. for Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cotr. records Management Contract Language the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Electronic Information Systems (eis) Procurement Contract: 1. Citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. 2. Contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. 3. Contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. 4. Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. 5. Contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. 6. The Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. 7. The Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. 8. Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. 9. No Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. 10. Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. information System Design And Development information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cotr, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment. the Contractor/subcontractor Shall Certify To The Cotr That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required. the Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default Program Files Directory And Silently Install And Uninstall. applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges. the Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle. the Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties. the Contractor/subcontractor Agrees To: Comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies: (a) The Systems Of Records (sor); And (b) The Design, Development, Or Operation Work That The Contractor/subcontractor Is To Perform; Include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. in The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is An Employee Of The Agency. Operation Of A System Of Records Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. Record Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical history, And Criminal Or Employment History And Contains The Person S Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. System Of Records Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Assigned To The Individual. 7 the Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As Systems ), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. the Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 2 Days. when The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 5 Days. all Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. information System Hosting, Operation, Maintenance, Or Use for Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerability Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cotr And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va S Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor S Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government-owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. the Contractor/subcontractor S System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va S Poa&m Management Process. The Contractor/subcontractor Must Use Va S Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re-authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. the Contractor/subcontractor Must Conduct An Annual Self-assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cotr. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. va Prohibits The Installation And Use Of Personally Owned Or Contractor/subcontractor-owned Equipment Or Software On Va S Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va-approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. 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 Returned To 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 Of The Contract. 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 Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: Vendor Must Accept The System Without The Drive; Va S Initial Medical Device Purchase 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 Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive 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.â  The Iso Needs To Maintain The Documentation. security Incident Investigation the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cotr And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access. to The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. with Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. liquidated Damages For Data Breach consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. the Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: Nature Of The Event (loss, Theft, Unauthorized Access); Description Of The Event, Including: (a) Date Of Occurrence; (b) Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; (3) Number Of Individuals Affected Or Potentially Affected; (4) Names Of Individuals Or Groups Affected Or Potentially Affected; (5) Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data Considering The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text; (6) Amount Of Time The Data Has Been Out Of Va Control; (7) The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); (8) Known Misuses Of Data Containing Sensitive Personal Information, If Any; (9) Assessment Of The Potential Harm To The Affected Individuals; (10) Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And (11) Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $37.50 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: (1) Notification; (2) One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; (3) Data Breach Analysis; (4) Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; (5) One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And (6) Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. security Controls Compliance Testing on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-days Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. training all Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems; Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training; Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.] the Contractor Shall Provide To The Contracting Officer And/or The Cotr A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until The Training And Documents Are Complete.

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Soon17 Mar 2025
Tender AmountRefer Documents 
Details: (1) Contract Information: In Accordance With The Brooks Act, As Implemented By Far 36.6, The U.s. Army Corps Of Engineers (usace) Europe District (nau) Intends To Solicit And Award Up To Five Firm-fixed-price (ffp), Indefinite-delivery Indefinite-quantity (idiq) Multiple-award Task-order Contracts (matoc) With A Five-year Ordering Period And A Shared Capacity Of $45m. This Matoc Is For General Architect And Engineering (a-e) Services In Italy For Military Construction (milcon) Funded Projects Under $500,000.00 As Well As Non-military Construction Funded Projects. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For Required Work. Each Contract Will Receive A Minimum Guarantee Of $2,500.00, Which Will Be Satisfied By A Task Order. Task Orders Will Be Ffp And Will Not Exceed $5,000,000.00. (2) Project Information: Design Work Includes Major And Minor New Construction, And Alteration, Repair Or Rehabilitation Of Various Structures Such As: Barracks, Multi-family And Single-family Housing Units, Utility Systems, Medical Facilities, Administrative Buildings, Vehicle Maintenance Facilities, Operation Facilities And Training Complexes, Storage Facilities, And Other U.s. Military Facilities. support May Include Planning Services Such As Comprehensive Master Plans, Installation Real Property Master Planning, Infrastructure Assessments, Planning And Design Charrettes, Cad/gis Mapping, Systems Analysis Of Existing Facilities And Infrastructure And Cost Estimates. Additional Support May Include Environmental Documentation, Permits, Special Studies And Other Environmental Activities As Required By Us And Host Nation Laws, And Regulations; Feasibility Studies, Other Special Studies, Geotechnical Investigations And Topographical Mapping Services, Programmatic Support Services, As-built Drawing Preparation And Engineering And Design During Construction. architect-engineer Services May Be Required For Developing Design Documents For A Design/bid/build Project, Or Request-for-proposal Packages For Design/build Projects. Projects May Involve Security Upgrades, Feasibility Studies (to Include Cost Estimating, Energy Conservation, Fire Protection, Environmental Assessments, Etc.), Safety Coordination And Construction Supervision And Inspection. Projects May Also Involve Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, Especially Energy And Water Conservation And Efficiency; Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; And Development Of Healthful, Safe And Productive Work Environments. multi-disciplined A-e Services Are Expected To Include But Will Not Be Limited To The Following. The Project Information Is Not Listed In Order Of Importance, But The Primary Focus Of The Anticipated Work Is Noted. For More Detailed Project Information Reference Attachment 3 – Statement Of Work, Dated 21 November 2024. • Environmental Documentation, Permits, Special Studies And Other Environmental Activities As Required By Us And Host Nation Laws, And Regulations • Site Investigations And Technical Assessments Of Existing Systems, Facilities And Infrastructure • Asbestos Surveys And Abatement Design • Anti-terrorism/force Protection (atfp) Assessments And Design • Feasibility Studies • Geotechnical Investigation, Soil Sampling And Testing • Structural Analysis And Testing • Systems Commissioning During Design • Energy Conservation • Value Engineering Studies • Technical Review Of Designs And Cost Proposals, Bid-ability, Constructability, Operability And Environmental Compliance Reviews • Construction Inspection; Quality Assurance; Safety Inspections; Materials And Equipment Testing Including Systems Commissioning; And Other General Engineering And Design Services During Construction. • As-built Drawing Preparation And Engineering And Design During Construction • Other General Engineering And Design Services • Professional Engineering Approvals, Certifications, Etc. As Required By Host Nation Laws And Country Agreements. (3) Selection Criteria: The Selection Criteria For The Matoc Are In The Following Order Of Importance. Criteria 1 To 5 Are Primary; Criterion 6 Is Secondary And Will Only Be Used As A Tie-breaker Among Firms That Are Essentially Equal: (1) Specialized Experience And Technical Competence, (2) Professional Qualifications, (3) Past Performance (4) Knowledge Of Locality (5) Capacity To Accomplish The Work And (6) Volume Of Dod Contract Awards. Interviews Will Be Conducted For A-e Firms Identified By The Selection Board And Will Be Conducted Virtually. 1- Specialized Experience And Technical Competence: submittals Must Demonstrate The Specialized Experience And Technical Competence Of The Prime Firm, Joint Venture Partners, Consultants, Key Subcontractors And/or Free-lance Associates. The Firm Shall Submit A Maximum Of Six Projects Total. All Six Projects Shall Be At Least 90% Complete (from The Date Of This Announcement), Or Have Been Completed Within The Last Six Years From Date Of The Announcement. If More Than Ten Projects Are Submitted, Only The First Six Projects Listed In The Proposal Will Be Evaluated. Projects Shall Include The Following Information: Which Prime Firm, Partner, Consultant Or Key Subcontractor Executed The Project, A Description/narrative/ Photos Of The Project, Scope, Location, Contract Dollar Award Amount And Final Dollar Cost, The Start Date, Original Contract Finish Date, The Actual Finish Date, Customer Poc With Current Phone Number And Email Information. Indicate Whether The Work Was Performed As The Prime Contractor, A Subcontractor, Or As A Partner Of A Joint Venture (jv). If Work Was Performed As A Subcontractor Or Jv Partner, Clearly Describe What Part Of The Work The Firm For Which The Experience Information Is Submitted Performed (both In Magnitude And Description Of The Work Performed). Projects Shall Also List Any Key Personnel That Worked On The Submitted Projects. Indefinite-delivery Contracts (idc), Where Numerous Task Orders Are Listed Together For The Exact Same Project And Are Completed Under The Same Base Contract Idc Are Acceptable. if The Experience Of Key Subcontractors Is Offered For Any Experience Requirements, Then A Letter Of Commitment Between The A-e Firm Or Joint Venture Partnership And The Subcontractor Is Required. The Letter Of Commitment Must Be Signed By Both Parties To Be Considered And An English Version/translation Must Be Provided. Please See Attachment 1 For An Example Letter Of Commitment. If The Letter Of Commitment Is Not Submitted Or Signed By Both Parties, The Experience Of The Subcontractor Will Not Be Considered. 2 - Professional Qualifications: the A-e Firm Must Identify The Qualifications Of Personnel In The Following Key Disciplines: program Manager project Manager architect civil Engineer structural Engineer mechanical Engineer cost Engineer construction Inspector fire Protection Engineer environmental Engineer geotechnical Engineer quality Manger master Planner firms Must Propose At Least One Person For Each Of The Key Disciplines; An Individual May Not Be Proposed For Multiple Disciplines. 3 - Past Performance: firms Shall Submit The Past Performance Information Retrieval System (ppirs) Or Contractor Performance Assessment Reporting System (cpars) Evaluation For The Projects Submitted In Criterion 1. If No Cpars Or Ppirs Evaluation Is Available For A Project, Attachment Two (2), Past Performance Questionnaire (ppq), Shall Be Submitted To The Client For The Projects The Firm Includes In Its Proposal For Criterion 1. The Cpars, Ppirs Or Ppq Shall Be Included In The Submittal. firms May Also Include Performance Recognition Documents Received Within The Last Six (6) Years, Such As Awards, Award Fee Determinations, Customer Letters Of Commendation, Commercial And Foreign Government Evaluations And Any Other Forms Of Performance Recognition. To The Extent Such Documentation Is Not In The English Language, A Translation Must Be Provided In Order For The Documentation To Be Considered. in Addition To The Above, The Government May Review Any Other Sources Of Information For Evaluating Past Performance. Other Sources May Include, But Are Not Limited To, Past Performance Information Retrieved Through The Ppirs, Including Cpars, Using All Cage-n//uei Numbers Of Team Members (partnership, Jv, Teaming Arrangement, Or Parent Company/subsidiary/affiliate) Identified In The Proposal, Inquiries Of Owner Representative(s), Federal Awardee Performance And Integrity Information System (fapiis), Electronic Subcontract Reporting System (esrs), And Any Other Known Sources Not Provided By The Firm. while The Government May Elect To Consider Data From Other Sources, The Burden Of Providing Detailed, Current, Accurate And Complete Past Performance Information Rests With The Firm And The Government Is Under No Obligation To Check Other Sources. 4 – Capacity To Accomplish The Work firms Shall Demonstrate The Capacity To Accomplish Up To Six Simultaneous Task Orders Annually With An Aggregate Value Of Up To $6,000,000 In The Required Type Of Work Within A One-year Period. This Is In Addition To The Existing Workload Being Performed Under Other Contracts. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In Key Disciplines To Complete The Task Orders And The Project Execution Strategy. The Evaluation Will Consider The Key Personnel Identified In Sections D, E, And G Of The Sf 330, As Well As Other Available Staff And Information Provided In Section H And Part Ii (sf 330, Part I, Section H, Item 1). a Management Plan Shall Be Presented That Articulates How Efforts Under This Contract Will Be Executed. The Management Plan Shall Include The Following Elements: • Organization Structure And Staffing; • Project Execution, Schedule, And Management; • Quality Control And Processes. please Note That No Key Subcontractor Substitutions Shall Be Made In An Awarded Contract Unless A Usace Contracting Officer Determines In The Exercise Of His/her Sole Discretion That The Proposed Substitution Is In The Best Interest Of The Government. i. Organizational Structure And Staffing: The Firm Must Clearly Describe Its Organization Structure And Provide An Organization Chart. The Description Must Identify All Offices Involved In This Project From The Headquarters Through To The Site Office, And How They Are Related. All Joint Venture Partners And Major Subcontractors Shall Be Addressed In This Description. The Description Shall Identify Whether Functions/positions Will Be Filled By Prime Or By Subcontractors. The Management Plan Must Indicate Which Firm Is Responsible For Each Item Of Work, The Interdisciplinary And Interoffice Communication And Supervision Process And The Procedure To Ensure High Quality Products And Services Within Cost Limitations And In Strict Compliance With Scheduled Performance. 1. Clearly Delineated Lines Of Authority On The Organizational Chart (graph) Organized In A Precise And Logical Manner Including The Relationship Between The Headquarter Office And The Site Office, Including All Involved With The Management Of The Contract Including Subcontractors And Joint Venture Partners. 2. The Graph And The Narrative Description Clearly Display The Planned Organization Structure. 3. Comprehensive Descriptions Of Duties, Roles, Major Responsibilities, And Authorities For Specifically Identified Personnel Including Roles Of Authorities For Subcontractors And Joint Ventures Presented As A Logical Approach To Perform The Work Throughout The Contract, Including Which Roles And Personnel Are Identified To Communicate With The Government. ii. Project Execution And Management: The Firm Shall Provide Their Plan To Successfully Execute Multiple Task Orders Being Performed At The Same Location And Explain How They Would Coordinate With Other Firms If Operating At The Same Or Adjacent Site Locations. The Management Plan Should Also Explain The Approach And Ability To Execute Tasks In Each Of The Identified Countries. The Firm Shall Also Demonstrate Effective Coordination To Minimize Issues Regarding Different Time Zones And Work Schedules. iii. Quality Control And Processes: The Firm Shall Provide A Detailed Quality Control Plan And Processes For The Project. 5 - Knowledge Of Locality submittals Must Demonstrate Knowledge Of Engineering And Design In Italy To Include Coordination With Host Nation Authorities. Additionally, Firms Must Demonstrate An Understanding Of Certification And Registration Requirements For Companies In Italy And The Ability To Meet The Requirements. Firms Must Also Demonstrate The Ability To Communicate In Italian And English. 6 – Volume Of Dod Contract Awards current Dod A-e Contract Awards May Be Obtained From Cpars, And Verified And Updated During The Interviews With The Most Highly Qualified Firms. Only Awards Of A-e Contracts Will Be Considered But Includes Awards To All Branch Offices Of A Company, Except As Indicated In Defense Pgi 236.602-1(a)(6)(a)(2). This Criterion Will Be Used To Determine Equitable Distribution Of Dod Contracts. The Government Will Evaluate The Number Of Dod Contracts Awarded To The Firm Using Various Contracting Systems Which May Include But Is Not Limited To Federal Procurement Data System (fpds-ng), Electronic Document Access (eda) And Procurement Desktop Defense (pd2). The Intent Of This Criterion Is To Evaluate The Firms To Determine The Firm With The Lowest Number Of Dod Contracts. (4) Submission Requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit Their Sf 330, Part I And Part Ii For Prime And All Consultants/subcontractors Through The Solicitation Module Of The Procurement Integrated Enterprise Environment (piee) Module At Https://piee.eb.mil/. Proposals Submitted By E-mail, Mail Or Hand-carried Will Not Be Evaluated. Proposals Sent Through Proprietary Or Third-party File Transfer Protocol (ftp) Sites Or Department Of Defense Secure Access File Exchange (dod Safe) Will Not Be Retrieved. It Is The Responsibility Of The Offeror To Confirm Receipt Of Proposals. All Proposals Received After The Exact Time Specified For Receipt Shall Be Treated As Late Submissions And Will Not Be Considered Except Under Facts And Circumstances Allowed By The Federal Acquisition Regulation (far). For Instructions On How To Post An Offer, Please Refer To The Posting Offer Demo: Https://pieetraining.eb.mil/wbt/sol/posting_offer.pdf.​ it Is The Responsibility Of The Offeror To Obtain Written Confirmation Of Receipt Of All Electronic Files Through The System. for The Purposes Of Determining Whether The Proposal Was Received Late In Accordance With Far 15.208, The Date And Time The File(s) Are Uploaded To Piee. Proposal Are Due No Later Than 11:00 Am Central European Time (cet), 17 March 2025. Submittal Must Clearly Identify The Announcement Number. Regulation Requires That The Selection Board Not Consider Any Submittals Received After The Specified Time And Date. Late Proposal Rules In Far 15.208 Will Be Followed For Submittals Received After 11:00 Am Central European Time (cet) On The Closing Date Specified In This Announcement. The Sf 330, 07/2021 Edition, Must Be Used, And May Be Obtained From The Following Web Site: Http://www.gsa.gov/portal/forms/download/116486. Include Uei And Cage Code In Sf 330 Part I, Section B, Block 5. Additionally, The Uei And Cage Code Should Be Identified In Sf 330 Part I, Section C, Block 9, For Each Team Member. font Size Shall Be 10 Pitch Or Larger. The Sf 330 Part 1 Shall Not Exceed 125 Pages (a4 Equivalent), Including No More Than 10 Pages For Section H. Each Side Of A Page Will Count As A One Page. Organizational Charts May Be Presented On A Sheet Up To 11 Inches By 17 Inches. A Part Ii Is Required For Each Branch Office Of The Prime Firm And Any Consultants/subcontractors That Will Have A Key Role In The Proposed Contract (i.e. A Part Ii Is Required For All Entities Identified In Sf 330 Part I, Section C Of The Submittal). Part Ii Of The Sf 330 And Past Performance Submittals Will Not Count Towards The 125-page Limit; However, Cover Letters, Company Literature And Extraneous Materials Are Not Desired. Sections E And G Of Sf 330 Part I Must Include Only Individuals Proposed To Perform The Anticipated Work, Including All Consultants/subcontractors. In Sf 330 Part I, Section G, Block 26, Along With The Name, Include The Firm With Which The Person Is Associated. A Maximum Of Ten (10) Projects Including The Prime And Consultants/subcontractors Will Be Reviewed For Sf 330 Part I, Section F. Use No More Than Two Pages Per Project. When Listing Projects In Sf 330 Part 1, Section F, An Indefinite Delivery Contract (idc) With Multiple Task Orders As Examples Is Not Considered A Project. A Task Order Executed Under An Idc Contract Is A Project. Sf 330, Part I, Section H (additional Information) Shall Contain The Following Information. (1) Item 1 - Capacity. Reference Paragraph 3.d. Above. Provide A 1–2-page Narrative Discussing The Capacity Of The Design Firm To Meet Schedules, Including Adequacy Of Qualified Personnel Available And Past Experience In Meeting Tight Design Schedules. (2) Item 2 – Management Plan – Include The Information Requested In Paragraph 3.d. Above. (3) Item 3 - Volume Of Dod Contract Awards – Reference Paragraph 3.h. Above. Provide A Complete Listing Of All Dod A-e Awards Within The Last 12 Months. For Idcs, Include Total Value Of Task Orders Issued By Agencies In The Last 12 Months, Not The Potential Value Of The Idcs. For All Types Of Contracts, Do Not Include For Consideration Options That Have Not Been Exercised. joint Ventures Shall Submit The Following Additional Documentation Of The Evidence Of A Joint Venture Entity: 1) Firms Shall Provide A Copy Of A Legally Binding Joint Venture Agreement, And 2) Identification Of The Party Who Can Legally Bind The Joint Venture. Joint Venture Agreements Will Not Count Against The Page Count. Solicitation Packages Are Not Provided, And No Additional Project Information Will Be Given To Firms During The Announcement Period. This Is Not A Request For Proposal. provide In A Cover Letter Or At The Beginning Of Your Part I Submission The Names Of Two (2) Point Of Contacts That Will Be Responsible For Correspondence During This Solicitation. Names, Email Addresses And Phones Numbers Are Requested For Both Individuals. requests For Information submit Technical Inquiries And Questions Relating To This Solicitation Via Bidder Inquiry In Projnet At (https://www.projnet.org) At Least 10 Calendar Days Prior To The Date Established In The Rfp For Receipt Of Proposals. The Government Reserves The Right To Decline Addressing Questions Received Less Than 10 Calendar Days Prior To Receipt Of Proposals. to Submit And Review Inquiry Items, Prospective Vendors Will Need To Use The Bidder Inquiry Key Presented Below And Follow The Instructions Listed Below The Key For Access. A Prospective Vendor Who Submits A Comment Or Question Will Receive An Acknowledgement Via E-mail, Followed By An Answer After It Has Been Processed By Our Technical Team. All Timely Questions And Approved Answers Will Be Made Available Through Projnet. solicitation Number: W912gb25r0019 bidder Inquiry Key: 6itfg6-6jz9ew specific Instructions For Projnet Bid Inquiry Access: 1. From The Projnet Home Page Linked Above, Click On Quick Add On The Upper Right Side Of The Screen. 2. Identify The Agency. This Should Be Marked As Usace. 3. Key. Enter The Bidder Inquiry Key Listed Above. 4. Email. Enter The Email Address You Would Like To Use For Communication. 5. Click Continue. A Page Will Then Open Saying That A User Account Was Not Found And Will Ask You To Create One Using The Provided Form. 6. Enter Your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, And Time Zone. Make Sure To Remember Your Secret Question And Answer As They Will Be Used From This Point On To Access The Projnet System. 7. Click Add User. Once This Is Completed You Are Now Registered Within Projnet And Are Currently Logged Into The System. specific Instructions For Future Projnet Bid Inquiry Access: 1. For Future Access To Projnet, You Will Not Be Provided Any Type Of Password. You Will Utilize Your Secret Question And Secret Answer To Log In. 2. From The Projnet Home Page Linked Above, Click On Quick Add On The Upper Right Side Of The Screen. 3. Identify The Agency. This Should Be Marked As Usace. 4. Key. Enter The Bidder Inquiry Key Listed Above. 5. Email. Enter The Email Address You Used To Register Previously In Projnet. 6. Click Continue. A Page Will Then Open Asking You To Enter The Answer To Your Secret Question. 7. Enter Your Secret Answer And Click Login. Once This Is Completed You Are Now Logged Into The System. attachments attachment 1: Letter Of Commitment Sample/template attachment 2: Past Performance Questionnaire (ppq) attachment 3: Statement Of Work, Dated 21 November 2024

Property And Construction Administration Of Baden Wurttemberg Tender

Civil And Construction...+2Others, Building Construction
Germany
Closing Soon12 Mar 2025
Tender AmountRefer Documents 
Description: To the tender 'civil engineering work - cable trenches'

City of Warsaw Central District Tender

Works
Furnitures and Fixtures
Poland
Closing Soon14 Mar 2025
Tender AmountPLN 103.1 Million (USD 25.5 Million)
Description: Poland – Works For Complete Or Part Construction And Civil Engineering Work – Budowa Siedziby Młodzieżowego Domu Kultury I Domu Kultury Śródmieście Przy Ul. Twardej 8/12 W Warszawie (numer Postępowania Ud-ix-zp-61-2023)

L Nsstyrelsen I Stockholms L N, STOCKHOLM Tender

Civil And Construction...+2Others, Building Construction
Sweden
Closing Soon17 Mar 2025
Tender AmountNA 
Description: Consulting Services in Crisis Preparedness and Civil Defense

Kalix Kommun Tender

Others
Sweden
Closing Soon14 Mar 2025
Tender AmountNA 
Description: Rental of educational machines for the Naturbruksgymnasiet 2025 specialization in land and construction in the construction and civil engineering program

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 14.9 Million (USD 257.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Concreting Of Brgy. Agot Fmr, Brgy. Agot, Boac, Marinduque 1. The Dpwh-marinduque District Engineering Office, Through The Da Fy 2025 Intends To Apply The Sum Of Php 14,923,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0081 - Concreting Of Brgy. Agot Fmr, Brgy. Agot, Boac, Marinduque. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Concreting Of Brgy. Agot Fmr, Brgy. Agot, Boac, Marinduque Contract Id No. : 25ea0081 Locations : Boac, Marinduque Station Limits : Sta. 0+000.00 – Sta. 0+410.00 Scope Of Works : Concreting Of 410.00 L.m. X 6.10 M. X 0.23 M. Thk. Pccp With 1.50 M Concrete Shoulder Both Sides. Construction Of 401.00 L.m Lined Canal (class B). Construction Of 15.81 Cu.m Concrete Slope Protection (class A). Installation Of 55 L.m. Structured Wall Pipe - 1.0m Dia. Approved Budget For The Contract : Php 14,923,000.00 Contract Duration : 75 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14 – March 11, 2025 From The Address 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 Php 25,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On February 25, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_zduzymzknjitywu4yi00m2ixltkyyjgtnwrmzgq5otgwztu3%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On March 11, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque District Engineering Office 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. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Fernan S. Diaz Bac Chairperson Date: February 14, 2025

Steel Authority Of India Limited - SAIL Tender

Works
Paints and Enamels...+5Civil And Construction, Civil Works Others, Electrical Works, Furnitures and Fixtures, Electrical and Electronics
India
Closing Soon13 Mar 2025
Tender AmountRefer Documents 
Description: Tender For Rate Contract For Painting/electrical/sanitary/civil/welding/wooden Works With Materials

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Construction Material
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 10.7 Million (USD 185.9 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Concreting Of Brgy. Tagum To Angas Fmr, Brgys. Tagum And Angas, Santa Cruz, Marinduque 1. The Dpwh-marinduque District Engineering Office, Through The Da Fy 2025 Intends To Apply The Sum Of Php 10,788,775.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0084 - Concreting Of Brgy. Tagum To Angas Fmr, Brgys. Tagum And Angas, Santa Cruz, Marinduque. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Concreting Of Brgy. Tagum To Angas Fmr, Brgys. Tagum And Angas, Santa Cruz, Marinduque Contract Id No. : 25ea0084 Locations : Santa Cruz, Marinduque Station Limits : Sta. 0+000.00 - Sta. 0+250.00 Scope Of Works : Concreting Of 250.00 L.m. X 6.10 M. X 0.23 M. Thk. Pccp With 1.50 M. Concrete Shoulder Both Sides, Polymer Soil Stabilizer. Construction Of 250 L.m. Lined Canal (class B) And 116 Cu.m. Concrete Slope Protection. Installation Of 20 L.m. Structured Wall Pipe. Approved Budget For The Contract : Php 10,788,775.00 Contract Duration : 60 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14 – March 11, 2025 From The Address 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 Php 25,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On February 25, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_zduzymzknjitywu4yi00m2ixltkyyjgtnwrmzgq5otgwztu3%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On March 11, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque District Engineering Office 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. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Fernan S. Diaz Bac Chairperson Date: February 14, 2025

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 14.9 Million (USD 257.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Concreting Of Brgy. Labo To Brgy. San Antonio Fmr, Brgy. Labo, Sta. Cruz, Marinduque 1. The Dpwh-marinduque District Engineering Office, Through The Da Fy 2025 Intends To Apply The Sum Of Php 14,923,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0079 - Concreting Of Brgy. Labo To Brgy. San Antonio Fmr, Brgy. Labo, Sta. Cruz, Marinduque. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Concreting Of Brgy. Labo To Brgy. San Antonio Fmr, Brgy. Labo, Sta. Cruz, Marinduque Contract Id No. : 25ea0079 Locations : Santa Cruz, Marinduque Station Limits : Sta. 0+000.00 – Sta. 0+475.00 Scope Of Works : Concreting Of 475.00 L.m. X 6.10 M. X 0.23 M. Thk. Pccp With 1.50 M. Concrete Shoulder Both Sides, With Polymer Soil Stabilizer. Construction Of 850 L.m. Lined Canal (class B). Approved Budget For The Contract : Php 14,923,000.00 Contract Duration : 75 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14 – March 11, 2025 From The Address 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 Php 25,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On February 25, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_zduzymzknjitywu4yi00m2ixltkyyjgtnwrmzgq5otgwztu3%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On March 11, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque District Engineering Office 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. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Fernan S. Diaz Bac Chairperson Date: February 14, 2025
9951-9960 of 10000 active Tenders